Sample. Bid Proposal. Not Valid for Use

Similar documents
2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

General Water Bid Items Item No.

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

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

PROPOSAL OF, a corporation. an individual doing business as

TO THE SAN ANTONIO WATER SYSTEM:

INVITATION TO BIDDERS. Solicitation No. CO-00157

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

ADDENDUM NO. 1 NOVEMBER 8, 2016

TO THE SAN ANTONIO WATER SYSTEM:

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal.

LEON CREEK WATER RECYCLING CENTER INTERCONNECT TO THE SOUTHWEST BEXAR SEWER PIPELINE PROJECT Job No SAWS Solicitation No: B MF

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

Masterson 24-Inch Water Main Extension Solicitation Number: CO Job No.: ADDENDUM 2 July 3, 2018

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

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

San Antonio Water System ADDENDUM NO. 1

SAN ANTONIO WATER SYSTEM S. PRESA ST. 48 SIPHON #6 PROJECT SAWS PROJECT # SAWS Solicitation No. B DG ADDENDUM NO.

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

Annual 2012 Asphalt Overlay Work Order Construction Contract Job No Solicitation No. B MR BID PROPOSAL. PROPOSAL OF, a corporation a

BID FORM (LUMP SUM CONTRACT)

SECTION MEASUREMENT AND PAYMENT

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

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

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director

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

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02

EXHIBIT E SCHEDULE OF UNIT PRICES

ADDENDUM NO. 1 CITY OF FORT MORGAN OUTPOST SEWER LIFT STATION CONVERSION PROJECT (DOLA EIAF 07494) January 22, 2015

Addendum No. 1 Issue Date: March 29, 2016

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

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

Job Order Sewer Repair Services

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

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

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

ADDENDUM NO. 1 Page 1 of 7

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL


I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

ADDENDUM #1 FOR RFP #PC507 Tree Removal and Sewer/Water Line Rehab at Medical Center PH Community


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

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

BASE BID Description Written & Numeric Price

SAN ANTONIO WATER SYSTEM S. Flores St. 48-inch and 60-inch Outfall Rehab Project SAWS Job No Solicitation No. CD-B DB ADDENDUM NO.

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

SECTION MEASUREMENT AND PAYMENT

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2

IFB # R Blythe Creek Grinder Pump Eliminations

ADDENDUM #1 Walker Woods Pump Station Replacement PW

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

E-19 Ira Lee Siphon Project Solicitation Number: CO SM Job No.: ADDENDUM 2 12/12/18

Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

A D D E N D U M N O. 4

ADDENDUM NO. 1 APRIL 24, 2017

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

CECIL COUNTY, MARYLAND. ADDENDUM #2 Bid ; Marley Road Sewer Extension

PURCHASING DEPARTMENT. Project # Addendum # # of pages Original Issue Date April 24, 2015

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016

Wastewater Treatment Plant Dewatering Pad

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address: Address:

Addendum No. TWO Date:

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. )

BID FORM. (Firm) FOR CONSTRUCTION OF

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 1 FOR SE QUADRANT MAIN SANITARY SEWER CONTRACT NO April 8, 2019

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

DOCUMENT ADDENDA AND MODIFICATIONS

HARMONY LELAND-CLAY REPLACEMENT ELEMENTARY SCHOOL

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

ADVERTISEMENT FOR BIDS

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

ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO

PADUCAH DOME RELOCATION NORTH 6 TH STREET PADUCAH, KENTUCKY MARCUM ENGINEERING NO ADDENDUM 1.00 NOVEMBER 25, 2015

November 29, CITY OF PLANT CITY Purchasing Division (813)

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT

Schedule Of Bid Items

Mainelli Wagner & Associates, Inc.

2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING:

Addendum No. 1 Page 1 of 2

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

Chilled Water Plant Improvements Project Solicitation Number: CO Job No.: ADDENDUM 2 February 9, 2016

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

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

Addendum No. 2 is hereby issued to revise the Procurement Schedule, clarify Bid Bond Requirements,

Transcription:

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 12-5046 Sewer Job Number 12-5546 in accordance with the Plans Specifications for the following prices to wit: Base Bid SAWS JOB NO. 12-5046 (WATER) Item No. Description & LF 4 103 Remove Concrete Curb, per linear foot 106 Remove Sidewalks & Driveways, per square foot 413 Flowable Fill, per cubic yard SF 16 500 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

Item No. Description & LF 380 818 12 PVC Waterline (Restrained), per linear foot _ 818 16 PVC Waterline (Restrained), per linear foot LF 35 _ 824 Relay ¾ Short Service, per each 824 Relay ¾ Long Service, per each EA 4 824 Relay 2 Short Service, per each 828 12 Gate Valve, per each 828 16 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

Item No. Description & TON 2.50 836 Pipe Fittings, All Sizes & Types, per ton _ 840 12 Water Tie-Ins, per each EA 2 _ 840 16 Water Tie-Ins, per each 841 Hydrostatic Testing, per each 844 2 Blow-off, Temporary, per each 4100.2 Management of Impacted Soils (4100.2), per cubic yard 4100.4 Transportation to Disposal Facility (4100.4), per cubic yard 4100.6 Lfill Disposal (4100.6), per cubic yard EA 2 CY 320 CY 320 _ 4300.2 Removal, Storage & Treatment of Water (4300.2), per gallons per minute CY 320 _ 4300.4 Removal, Storage & Treatment of Water (4300.4), per gallons per minute GPM 5 GPM 5 5/1/2013 BP 3

Item No. Description & 4300.6 Disposal of Impacted Water (4300.6), per gallons per minute GPM 5 _ 4300.7 Testing of Water for Lead (4300.7), per each _ 4300.8 Testing of Water for Arsenic (4300.8), per each 4300.9 Testing of Water for Dissolved Oxygen (4300.9), per each 4300.10 Testing of Water for Total Suspended Solids (4300.10), per each 4400.1 Development of Site Specific Health Safety Plan (4400.1), per lump sum 4500.1 Development of the Waste Management Plan (4500.1), per lump sum _ 4500.2 Environmental Oversight Implementation (4500.2), per hour SUBTOTAL SAWS JOB NO. 12-5046 (WATER) HR 40 _ $ 5/1/2013 BP 4

SAWS JOB NO. 12-5546 (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 848 8 PVC Gravity Sanitary Sewer Pipe (SDR 26-2241, 160 PSI) (0-10 Cut) (Temporary Diversion), per linear foot SY 951 LF 1,685 848 8 PVC Gravity Sanitary Sewer Pipe (SDR 26-2241, 160 PSI) (0-10 Cut), per linear foot 848 12 Restrained Joint PVC C900 DR-25 Air Bypass, per linear foot LF 198 LF 151 848 16 Restrained Joint PVC C905 DR-18 Sanitary Sewer Pipe Siphon, per linear foot 848 24 Fusible PVC C905 Sanitary Sewer Siphon, per linear foot LF 186 LF 176 LF 358 _ 5/1/2013 BP 5

Item No. Description & 848 30 PVC Sanitary Sewer Pipe ASTM F-679 (Temporary Diversion), per linear foot LF 449 _ 848 36 PVC Sanitary Sewer Pipe ASTM F-679 (PVC), per linear foot LF 209 850 Siphon Box (SB1), per each 850 Siphon Box (SB2), per each 850 6 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 2 853 Sanitary Sewer Fiberglass T-Base Manhole (0-6 ), per each EA 4 VF 15 854 Sanitary Sewer Laterals SDR 26-2241, 160 PSI, per linear foot EA 2 LF 270 5/1/2013 BP 6

Item No. Description & 854 Service Lateral Cleanout, per each 2 _ 856 12 Carrier Pipe (Restrained Joint PVC Joint C-900 DR-25, per linear foot LF 210 856 16 Carrier Pipe (Restrained Joint PVC C-905 DR- 18), per linear foot 856 24 Carrier Pipe (Fusible PVC C-905), per linear foot 856 54 Steel Casing, per linear foot 856 60 Steel Casing, per linear foot LF 210 LF 420 856 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

Item No. Description & 864 Bypass Pumping (8-36 ), per lump sum _ 866 Sewer Main Pre-Television Inspection (36 ), per linear foot LF 599 866 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 2,317 2004 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 4100.1 Management of Impacted Soils (4100.1), per cubic yard 4100.3 Transportation to Disposal Facility (4100.3), per cubic yard LF 552 CY 1,284 CY 1,284 _ 5/1/2013 BP 8

Item No. Description & 4100.5 Lfill Disposal (4100.5), per cubic yard CY 1,284 _ 4300.1 Removal, Storage & Treatment of Water (4300.1), per gallons per minute GPM 5 4300.3 Removal, Storage & Treatment of Water (4300.3), per gallons per minute 4300.5 Disposal of Impacted Water (4300.5), per gallons per minute 4300.7 Testing of Water for Lead (4300.7), per each GPM 5 4300.8 Testing of Water for Arsenic (4300.8), per each 4300.9 Testing of Water for Dissolved Oxygen (4300.9), per each GPM 5 4300.10 Testing of Water for Total Suspended Solids (4300.10), per each _ 5/1/2013 BP 9

Item No. Description & 4400.1 Development of Site Specific Health Safety Plan (4400.1), per lump sum _ 4500.1 Development of the Waste Management Plan (4500.1), per lump sum 4500.2 Environmental Oversight Implementation (4500.2), per hour SUBTOTAL SAWS JOB NO. 12-5546 (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. 12-5046 (WATER): $ SUBTOTAL SAWS JOB NO. 12-5546 (SEWER): $ SUBTOTAL TRAFFIC CONTROL: $ _ LINE ITEM A SUBTOTAL BASE BID (WATER, SEWER, & TRAFFIC CONTROL) $ 5/1/2013 BP 10

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 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, 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

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

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