TO THE SAN ANTONIO WATER SYSTEM:

Similar documents
TO THE SAN ANTONIO WATER SYSTEM:

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.

Sample. Bid Proposal. Not Valid for Use

INVITATION TO BIDDERS. Solicitation No. CO-00157

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

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

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

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

BID 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

ADDENDUM NO. 1 NOVEMBER 8, 2016

PROPOSAL OF, a corporation. an individual doing business as

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

TRANSFER AND IMPLEMENTATION OF DATA RECORDS TO GIS READY FILES

San Antonio Water System ADDENDUM NO. 1

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


2015 UV CIPP Sanitary Sewer Construction Package VII Solicitation Number: CO Job No.:

BID FORM (LUMP SUM CONTRACT)

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

ADDENDUM NO. 1. August 27, 2011

Addendum No. 1 Issue Date: March 29, 2016

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

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

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

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

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

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

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

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

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

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

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

PUBLIC WORKS DEPARTMENT

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

ADDENDUM NO. 1. Project Name: Olmos Basin Central Watershed Sewer Relief Line (C-3), Reaches 1 to 4

DOCUMENT ADDENDA AND MODIFICATIONS

CITY OF MARSHALL, MINNESOTA

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

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

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

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

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

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

BASE BID Description Written & Numeric Price

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

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

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

TO ALL PROSPECTIVE BIDDERS: The original specifications for the project noted above are hereby modified as described below:


CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

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

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

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

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

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

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

ADDENDUM NO. 2 March 23, 2012

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

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

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

CITY OF TACOMA Department of Public Utilities - Water Division

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

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

Highlands Housing Authority

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Job Order Sewer Repair Services

Generator for Maintenance/Police Complex

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

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

SECTION 1500 REMOVALS

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

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

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

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

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

SUBMITTAL PREPARED BY:

Addendum No. 1 Page 1 of 2

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

ADDENDUM NO. 1. October 22, BID OPENING DATE: October 28, :00 a.m. Central Standard Time

SECTION MEASUREMENT AND PAYMENT

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

EXHIBIT E SCHEDULE OF UNIT PRICES

CARGO HARDSTAND IMPROVEMENTS. at Seattle-Tacoma International Airport BID PACKAGE. Addendum No. 3

SCHEDULE A. Affidavit of Bidder/Proposer MBE / WBE Goal Implementation Plan

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number:

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

Engineering Department

ADDENDUM NO. 1 APRIL 24, 2017

CHARLES COUNTY GOVERNMENT ITB NO NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) TEMI DRIVE CONSTRUCTION

10:00 AM, Wednesday, May 6, Peters Creek Sanitary Sewer Rehabilitation Project

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

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

Transcription:

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 (2) Statement of Bidder s Experience, (3) Good Faith Effort Plan and (4) Conflict of Interest Questionnaire in accordance with the Instructions to Bidders. It is understood that all proposals submitted without these items and proper acknowledgement of all addenda herein may be rejected. The duration of this Water & Sewer Construction Contract is 365 calendar days from issuance of the Authorization to Proceed. Schedules and duration for individual work orders shall be established on a case by case basis. Quantities shown are approximate and the bid items listed represent items required over the duration of the contract. All items and quantities within the bid proposal are estimated and are not guaranteed by SAWS to be used under this contract. Work order quantities will be provided when each individual work order is issued. TO 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 the San Antonio Water System Water Job Number 10-5012 and Sewer Job Number 10-5512 in accordance with the requirements of all future work orders using the following unit prices to wit: BASE BID: Water Bid Items ( to be Written in Words) 1 (103) Approximately 220 L.F. Remove Concrete Curb, per linear foot 2 (103) Approximately 220 S.F. Remove Sidewalks & Driveways, per square foot P 1

( to be Written in Words) 3 (103) Approximately 100 S.F. Remove Miscellaneous Concrete, per square foot 4 (200) Approximately 20 S.Y. Flexible Base (6 Compacted Depth), per square yard 5 (202) Approximately 20 GAL Prime Coat, per gallon 6 (203) Approximately 20 GAL Tack Coat, per gallon 7 (205) Approximately 1,200 S.Y. Hot Mix Asphaltic Pavement-Type D (2 Compacted Depth), per square yard 8 (206) Approximately 1,000 S.Y. Asphalt Treated Base 10 Inches Compacted Depth, per square yard P 2

( to be Written in Words) 9 (208) Approximately 100 S.Y. Salvaging, Hauling, and Stockpiling Reclaimable Asphaltic Pavement (2 ), per square yard 10 (413) Approximately 50 C.Y. Flowable Fill, per cubic yard 11 (500) Approximately 130 L.F. Concrete Curb, Gutter, and Concrete Curb and Gutter, per linear foot $ 12 (502) Approximately 25 S.Y. Concrete Sidewalks, per square yard 13 (502) Approximately 20 S.Y. Concrete Wheelchair Ramp, per square yard 14 (503) Approximately 25 S.Y. Portland Cement Concrete Driveway, per square yard 15 (503) Approximately 20 S.Y. Portland Cement Concrete Driveway - Commercial, per square yard P 3

( to be Written in Words) 16 (504) Approximately 4 S.Y. Concrete Median, per square yard 17 (504) Approximately 4 S.Y. Concrete Directional Island, per square yard 18 (505) Approximately 8 S.Y. Concrete Riprap (5 Thick), per square yard 19 (506) Approximately 7 C.Y. Concrete Retaining Walls Combination Type, per cubic yard 20 (511) Approximately 50 S.Y. Replacing with Hot Mix Asphaltic Concrete Pavement Type B (5 Compacted Depth), per square yard 21 (516) Approximately 80 S.Y. Bermuda Sodding, per square yard P 4

( to be Written in Words) 22 (516) Approximately 80 S.Y. St. Augustine Sodding, per square yard 23 (530) Approximately 12 Months (includes water and sewer work orders) Barricades, Signs, and Traffic Handling, per month 24 (550) Approximately 2,680 L.F. Trench Protection, per linear foot 25 (818) Approximately 180 L.F. 6 PVC Waterline (Restrained), per linear foot 26 (818) Approximately 2,000 L.F. 8 PVC Waterline (Restrained), per linear foot 27 (818) Approximately 100 L.F. 10 PVC Waterline (Restrained), per linear foot 28 (818) Approximately 400 L.F. 12 PVC Waterline (Restrained), per linear foot P 5

( to be Written in Words) 29 (824) Approximately 2 EA New ¾ Short Unmetered Service, per each 30 (824) Approximately 2 EA New ¾ Long Unmetered Service, per each 31 (824) Approximately 20 EA Relay ¾ Short Service, per each 32 (824) Approximately 20 EA Relay ¾ Long Service, per each 33 (824) Approximately 2 EA Relay 1 Short Service, per each 34 (824) Approximately 2 EA Relay 1 Long Service, per each 35 (824) Approximately 2 EA Relay 1.5 Short Service, per each P 6

( to be Written in Words) 36 (824) Approximately 2 EA Relay 1.5 Long Service, per each 37 (824) Approximately 2 EA Relay 2 Short Service, per each 38 (824) Approximately 2 EA Relay 2 Long Service, per each 39 (824) Approximately 5 EA Relocate ¾ Short Service, per each 40 (824) Approximately 5 EA Relocate ¾ Long Service, per each 41 (824) Approximately 3 EA New ¾ Short Service, per each 42 (824) Approximately 3 EA New ¾ Long Service, per each 43 (824) Approximately 10 EA Customer Shut-off Valve, per each P 7

( to be Written in Words) 44 (828) Approximately 5 EA 6 Gate Valve, per each 45 (828) Approximately 15 EA 8 Gate Valve, per each 46 (828) Approximately 1 EA 10 Gate Valve, per each 47 (828) Approximately 4 EA 12 Gate Valve, per each 48 (831) Approximately 1 EA 8 X 8 Tee Cut in, per each 49 (833) Approximately 20 EA Existing Meter & Meter Box Relocation, per each 50 (833) Approximately 20 EA Existing Meter & New Meter Box Relocation, per each 51 (833) Approximately 40 EA New Meter Box, per each P 8

( to be Written in Words) 52 (834) Approximately 4 EA Fire Hydrant, per each 53 (836) Approximately 2 TON Pipe Fittings, All Sizes & Types, per ton 54 (840) Approximately 5 EA 6 Water Tie-Ins, per each and Cents 55 (840) Approximately 5 EA 8 Water Tie-Ins, per each and Cents 56 (840) Approximately 1 EA 10 Water Tie-Ins, per each and Cents 57 (840) Approximately 2 EA 12 Water Tie-Ins, per each and Cents 58 (841) Approximately 5 EA Hydrostatic Testing, per each P 9

( to be Written in Words) 59 (844) Approximately 5 EA 2 Blow-off, Temporary, per each 60 (844) Approximately 5 EA 2 Blow-off, Permanent, per each 61 (846) Approximately 2 EA 1 Air Release Valve, per each 62 (856) Approximately 40 LF 8 Carrier Pipe for Casing, per linear foot 63 (856) Approximately 40 LF 12 Carrier Pipe for Casing, per linear foot 64 (819) Approximately 40 LF 18 PVC Casing (C-905) Open- Cut Casing, per linear foot 65 (819) Approximately 40 LF 24 PVC Casing (C-905) Open- Cut Casing, per linear foot P 10

( to be Written in Words) 67 (3000.14) Approximately 8 EA Removal, Transportation and Disposal of A.C. Pipe, per each 68 (3000.15) Approximately 8 EA Asbestos Abatement Work Plan, per each 69 Approximately 1,000 L.F. 2 Temporary Waterline, including fittings, tie-ins, service connections, and all appurtenances to provide a temporary water main for water main construction, per linear foot 70 Approximately 1,000 L.F. 4 Temporary Waterline, including fittings, tie-ins, service connections, and all appurtenances to provide a temporary water main for water main construction, per linear foot Sanitary Sewer Bid Items 1 (103) Approximately 125 L.F. Remove Concrete Curb, per linear foot 2 (103) Approximately 125 S.F. Remove Sidewalks & Driveways, per square foot P 11

( to be Written in Words) 3 (103) Approximately 50 S.F. Remove Miscellaneous Concrete, per square foot 4 (200) Approximately 20 S.Y. Flexible Base (6 Compacted Depth), per square yard 5 (202) Approximately 20 GAL Prime Coat, per gallon 6 (203) Approximately 20 GAL Tack Coat, per gallon 7 (205) Approximately 1,700 S.Y. Hot Mix Asphaltic Pavement-Type D (2 Compacted Depth), per square yard 8 (206) Approximately 1,500 S.Y. Asphalt Treated Base 10 Inches Compacted Depth, per square yard 9 (208) Approximately 100 S.Y. Salvaging, Hauling, and Stockpiling Reclaimable Asphaltic Pavement (2 ), per square yard P 12

( to be Written in Words) 10 (413) Approximately 50 C.Y. Flowable Fill, per cubic yard 11 (500) Approximately 75 L.F. Concrete Curb, Gutter, and Concrete Curb and Gutter, per linear foot $ 12 (502) Approximately 25 S.Y. Concrete Sidewalks, per square yard 13 (502) Approximately 20 S.Y. Concrete Wheelchair Ramp, per square yard 14 (503) Approximately 25 S.Y. Portland Cement Concrete Driveway, per square yard 15 (503) Approximately 20 S.Y. Portland Cement Concrete Driveway - Commercial, per square yard 16 (504) Approximately 5 S.Y. Concrete Median, per square yard P 13

( to be Written in Words) 17 (504) Approximately 5 S.Y. Concrete Directional Island, per square yard 18 (505) Approximately 10 S.Y. Concrete Riprap (5 Thick), per square yard 19 (506) Approximately 8 C.Y. Concrete Retaining Walls Combination Type, per cubic yard 20 (511) Approximately 50 S.Y. Replacing with Hot Mix Asphaltic Concrete Pavement Type B (5 Compacted Depth), per square yard 21 (516) Approximately 20 S.Y. Bermuda Sodding, per square yard 22 (516) Approximately 20 S.Y. St. Augustine Sodding, per square yard 23 (530) Approximately 12 Months (includes water and sewer work orders) Barricades, Signs, and Traffic Handling, per month P 14

( to be Written in Words) 24 (550) Approximately 8,700 L.F. Trench Protection, per linear foot 25 (848) Approximately 5,500 L.F. 8 PVC Gravity Sanitary Sewer Pipe, (0-10 Cut), per linear foot 26 (848) Approximately 1,500 L.F. 8 PVC Gravity Sanitary Sewer Pipe, (0-10 Cut) ASTM 2241, per linear foot 27 (848) Approximately 500 L.F. 8 PVC Gravity Sanitary Sewer Pipe, (10-14 Cut), per linear foot 28 (848) Approximately 400 L.F. 8 PVC Gravity Sanitary Sewer Pipe, (14-22 Cut), per linear foot 29 (848) Approximately 500 L.F. 10 PVC Gravity Sanitary Sewer Pipe, (0-10 Cut), per linear foot 30 (848) Approximately 300 L.F. 12 PVC Gravity Sanitary Sewer Pipe, (0-10 Cut), per linear foot P 15

( to be Written in Words) 31 (852) Approximately 40 EA Sanitary Sewer Manhole (0-6 ), per each 32 (852) Approximately 4 EA Sanitary Sewer Manhole Structure (Type B), per each 33 (852) Approximately 4 EA Sanitary Sewer Manhole Structure (Type C), per each 34 (852) Approximately 8 EA Sanitary Sewer Drop Manhole (0-6 ), per each 35 (852) Approximately 12 V.F. Extra Depth Manholes (>6 ), per vertical foot 36 (854) Approximately 4,000 L.F. Sanitary Sewer Laterals, per linear foot P 16

( to be Written in Words) 37 (854) Approximately 100 EA One-Way Sanitary Sewer Clean-out, per each 38 (858) Approximately 20 C.Y. Concrete Encasement, Cradles, Saddles and Collars, per cubic yard 39 (860) Approximately 12 V.F. Vertical Stacks, per vertical foot 40 (862) Approximately 100 LF - Abandonment of Sanitary Sewer Main, per linear foot 41 (862) Approximately 2 EA - Abandonment of Sanitary Sewer Manholes, per each 42 (864) Approximately 4 EA Bypass Pumping, per each 43 (866) Approximately 500 L.F. Pre Sewer Main Television Inspection (8-12 ), per linear foot P 17

( to be Written in Words) 44 (866) Approximately 8,700 L.F. Post Sewer Main Television Inspection (8-12 ), per linear foot Insurance and Bond, Preparing Right-of-Way and Mobilization will not be paid as lump sum items, but instead shall be included in the cost of other bid items. TOTAL BID AMOUNT FOR WATER AND SEWER BIDDERS SIGNATURE & TITLE COMPANY NAME (TYPE OR PRINT) COMPANY ADDRESS COMPANY PHONE NUMBER/FAX NUMBER COMPANY EMAIL ADDRESS The Contractor herein acknowledges receipt of the following: Addendum Nos. P 18

OWNER RESERVES THE RIGHT TO ACCEPT THE OVERALL MOST RESPONSIBLE BID. The bidder offers to construct the projects in accordance with the contract documents issued under each work order for the contract price based on the unit prices provided for in this bid. The bidder understands and accepts the provisions of the contract documents and this Bid Proposal relating to liquidated damages of the project if work orders are not completed on time. Complete the additional requirements of the Proposal which are included on the following pages. Special items are included in the SPECIAL CONDITIONS The San Antonio Water System is currently requesting bids for eight (8) Water and Sewer Construction Contracts. To be considered a responsive bid, the bidder must make available at all times during the contract at least two (2) independent crews, fully staffed and equipped, to be actively working on concurrent work orders as issued, and must submit with their bid a detailed description of the available resources (equipment, employees, etc.) demonstrating the ability of the bidder to have a minimum of two (2) crews, fully staffed and equipped, available to this contract at all times. Any bid package that does not include this information or any bidder who cannot make available at all times at least two (2) independent crews, fully staffed and equipped, for any contract in which it is the lowest bidder may be determined to be non-responsive in the sole discretion of the San Antonio Water System. P 19

PROPOSAL (Continued) 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 ten (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 SAWS will act on this proposal within sixty (60) calendar days after the bid opening. Upon acceptance and award of the contract to the undersigned by the San Antonio Water System Board of Trustees, the undersigned shall execute the standard San Antonio Water System Contract Documents and make Performance and Payment Bonds for the full amount of the contract within five (5) 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 SAWS will provide written Authorization to Proceed within thirty (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. 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 P 20

Statement of Bidder s Experience BIDDER S EXPERIENCE In order to make a responsive Bid, the Bidder must provide evidence of being a responsible bidder by providing a minimum of three successfully completed water and sewer projects within the last five years. If completion of those projects included the assistance of sub contractors, prime must submit the names of the sub contractors used on those projects and specify if those same subs will be used on this contract. 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 and incurred zero (0) owner claims. Contractors should reference water and sewer projects that included new construction or replacement of a minimum of 1,000 linear feet of eight (8) inch and larger diameter sanitary sewer mains and 1,000 feet of eight (8) inch and larger diameter water mains. Data given must be clear and comprehensive. Include specific project name, facility owner and telephone number, total length of installed water/sanitary sewer lines, and total contract amount, as presented below. San Antonio Water System in determining the responsible bidder will approve the Bid based on low cost and on Bidder s demonstrated experience and ability to perform the work. Project Name Facility Owner (tel. #) Length of installed lines Contract Amount The signed Bidder Experience Form and any required supplemental information must be submitted with this Proposal for the Bidder to be considered: Contractor By Title Date P 21

NAME OF PROJECT: SECTION A - CONTRACTOR INFORMATION: Name of Firm: Address: GOOD FAITH EFFORT PLAN FOR CONSTRUCTION SUB-CONTRACTS FOR City: State: Zip: Contact Person: Telephone: Email Address: Fax: Is your firm Certified: Yes No: If certified, Certification Number: Type of Certification: AABE DIBE MBE WBE SBE VBE HUB DBE 1. List ALL SUBCONTRACTORS/SUPPLIERS that will be utilized on this project/contract. Name & Address of Company Scope of Work/Supplies to be Performed/Provided by Firm Estimated Contract Amount on this Project If Firm is Certified, Provide Certification Number and attach copy of Certification Affidavit 1. 2. 3. 4. 5. 6. P 22

SECTION B. SMWB COMMITMENTS The SMWB goal on this project is 17% 1. The undersigned contractor has satisfied the requirements of the BID specification in the following manner (please check the appropriate space): The contractor is committed to a minimum of % SMWB utilization on this contract. The contractor (if unable to meet the SMWB goal of %) is committed to a minimum of % SMWB utilization on this contract. (If contractor/consultant is unable to meet the goal, please fill out Section C and submit documentation demonstrating good faith efforts). 2. Name and phone number of person appointed to coordinate and administer the SMWB requirements on this project. Name: Title: Phone Number IF THE SMWB GOAL WAS MET, PROCEED TO AFFIRMATION AND SIGN THE GFEP. IF GOAL WAS NOT MET, PROCEED TO SECTION C. During the term of the contract, the contractor must report the actual payments to all the SMWB subcontractors on a monthly basis, on the Subcontractor Report Form or in other specified time intervals and format prescribed by the SAWS. Any unjustified failure to comply with the levels of SMWB participation identified in the bid and affirmed in the Good Faith Effort Plan shall be considered a material breach of contract. The SAWS reserves the right, at any time during the term of the contract to request additional information, documentation or verification of payments made to subcontractors in connection with the contract. Verification of amounts being reported may take the form of requesting copies of canceled checks paid to SMWB participants and/or confirmation inquiries directly to the SMWB participants. Proof of payments, such as copies of canceled checks must properly identify the project name or project number to substantiate SMWB payment for this project. The completed Subcontractor Report Forms should be mailed to: San Antonio Water System SMWB Program 2800 U. S. Hwy 281 N., Suite 171 San Antonio, TX 78212 P 23

SECTION C GOOD FAITH EFFORTS (Fill out only, if the SMWB goal was not achieved). 1. List all firms you contacted with subcontracting/supply opportunities for this project that will not be utilized for the contract by choice of the contractor, subcontractor, or supplier. Written notices to firms contacted by the contractor for specific scopes of work identified for subcontracting/supply opportunities must be provided to subcontractor/supplier not less than five (5) business days prior to bid/proposal due date. The following information is required for all firms that were contacted of subcontracting/supply opportunities. 1. Name & Address of Company Scope of Work/Supplies to be Performed/Provided by Firm Is Firm SMWB Certified? Date Written Notice was Sent & Method (Fax, Letter, E- Mail, etc.) Reason Agreement was not reached? 2. 3. 4. 5. 6. 7. 8. (Use additional sheets as needed) In order to verify a contractor s good faith efforts, please provide to SAWS copies of the written notices to all firms contacted by the contractor for specific scopes of work identified in relation to the subcontracting/supply opportunities in the above named project. Copies of said notices must be provided to the Business Development Liaison with five (5) business days after the bid is due. Such notices shall include information on the plans, specifications, and scope of work. 2. Did you attend the pre-proposal conference scheduled for this project? Yes No P 24

3. List all SMWB listings or directories, contractor associations, and/or any other associations utilized to solicit SMWB Subcontractors/suppliers. 4. Discuss efforts made to define additional elements of the work proposed to be performed by SMWBs in order to increase the likelihood of achieving the goal: 5. Indicate advertisement mediums used for soliciting bids from SMWBs. (Please attach a copy of the advertisement(s): AFFIRMATION I hereby affirm that the above information is true and complete to the best of my knowledge. I further understand and agree that, this document shall be attached thereto and become a binding part of the contract. Name and Title of Authorized Official: Name: Title: Signature: Date: NOTE: This Good Faith Effort Plan is reviewed by SAWS Contracting Department. For questions and/or clarifications, please contact Ruby A. Perez-Webb at (210) 233-3420. If the SMWB goal was not met, the Business Development Liaison will evaluate the good faith efforts of a firm. The Good Faith Effort Plan must be approved prior to award of the contract. Recommendation: Approval: Denial: Signature of Business Development Liaison: Date: P 25

SUBCONTRACTOR / CONSULTANT REPORT San Antonio Water System 2800 U.S. Hwy. 281 North San Antonio, Texas 78212 1) Invoice No. 2) Job Name/Reporting Period 3) SAWS Job Number From: To: Instructions: All prime contractors are required to complete and submit this report until final payment of contract. To complete this report, we detailed instructions on reverse side. If you have any questions, please contact Ruby A. Perez-Webb, SMWB Program Manager at (210) 233-3420. 4) Type of Contract - Select from 5) Contractor's/Consultant's Drop-Down below: (Tab down) Business Name, Address, and Telephone Number 6) Date of Contract Award 7) Scheduled Date of Completion 8) Original Contract Amount 9) Current Contract Amount ( Including Change Orders/Additional Addendums) 10) Total Contract Amount Rec'd to Date 11) Total Contract Amount Owed 12) Proposed Participation SBE % MBE % WBE % 13) Instructions for calculation of SMWB Percentage: Total dollar amount paid to SMWB divided by total dollar am 14) Name, Address, & Phone Number of Subcontractor/Sub Consultant 15) Select from Drop-down Below: 16) Description of Subcontract Work 17) Subcontract Dollars Awarded 18) Subcontract 19) Subcontract % Paid to Date Amount Paid to Date SBE, MBE, WBE SBE MBE Company's Official Signature and Title Date Signed WBE Name & Title of Individual Completing Report P 26

CONFLICT OF INTEREST QUESTIONNAIRE NOTE: Effective January 1, 2006, Chapter 176 of the Texas local Government Code requires that persons, or their agents, who seek to contract for the sale or purchase of property, goods, or services with SAWS shall file a completed conflict of interest questionnaire with the SAWS Manager of Contract no later than the 7 th business day after the date that the person: (1) begins contract discussions or negotiations with SAWS; or (2) submits to SAWS an application, response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with SAWS. The Conflict of Business questionnaire is attached on the following page and is available from the Texas Ethics Commission at www.ethics.state.tx.us. Completed Conflict of Interest questionnaires should be included with your bid or may be delivered by hand, within 7 business days of the bid opening, to the Manager of Contract Administration. If mailing a completed Conflict of Interest questionnaire, mail to: Ruby A. Perez-Webb, Manager of Contract Administration, 2800 U.S. Hwy 281 North, San Antonio, TX 78212. If delivering a completed Conflict of Interest questionnaire, deliver to Contracting Department, Tower 2, 1 st Floor, Room 171, 2800 U.S. Hwy 281 North, San Antonio, TX 78212. Please consult your own legal advisor if you have questions regarding the statute or form." P 27

CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity FORM CIQ This questionnaire reflects changes made to the law by H.B. 1491, 80 th Leg., Regular Session. This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). OFFICE USE ONLY Date Received By law this questionnaire must be filed with the records administrator of the local government not later than the 7 th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person who has a business relationship with local government entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7 th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES.) This section, item 3 including subparts A, B, C & D, must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. 4. Signature of person doing business with the governmental entity Date P 28