DELETE first sentence of first paragraph that reads: REPLACE with the following:

Similar documents
BID PROPOSAL. Item Description Unit Quantity Unit Price Total Price No. (Unit Price to be written in Words) (Figures) (Figures)

Austin Constructors, LLC S FM N. Richey 9810 FM 969. Pasadena, TX Austin, TX 78724

SAN ANTONIO WATER SYSTEM

CITY OF ALAMO HEIGHTS WATER, STREET AND SIDEWALK CAPITAL IMPROVEMENT PROJECTS

SUBTOTAL SITE WORK & DEMOLITION (UTILITIES) $180, $348, $319,943.71

STREET IMPROVEMENTS PROPOSAL BID ITEMS

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

THORNTON ROAD WIDENING PROJECT NO. PW1428 B I D D I N G S C H E D U L E

San Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS

Bid Summary Still Creek Wastewater Improvements Phase III City Job No. 411-D November 21, 2013

San Antonio Water System Standard Specifications for Construction ITEM NO. 834 FIRE HYDRANTS

Proposal, pages P-1 through P-8 of the Contract Documents and Specifications.

2150 F&I 4" PVC pipe LF 100 $ F&I 6" PVC pipe LF 100 $ F&I 8" PVC pipe LF 100 $ 90.00

Date: 04/20/2018 City Project No.: Addendum No.: 4. The following changes shall be made to the project plans and specifications:

City of Grand Island Tuesday, June 26, 2018 Council Session

SPECIFICATIONS AND DOCUMENTS FOR PURCHASE OF ROAD MATERIALS AND RENTAL OF CERTAIN PIECES OF CONSTRUCTION EQUIPMENT

BID TABULATION REPORT McKINNEY STREET DRAINAGE IMPROVEMENTS PROJECT No. PWDR10012 BID OPENED : TUESDAY, AUGUST 13, :00 P.M.

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

ATTACHMENT I BID SCHEDULE IFB NO , CHURCH FARMS EAST STORAGE TANK AND BOOSTER PUMP STATION

HILLS MATERIALS COMPANY UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST $294, $294, $74, $74, $35, $35,000.

BID FORM PART A. Total Quantity 1 LS $ - 2a Surveying, Layout, and Field Staking 1 LS $ - 2b Maintenance of Traffic 1 LS $ -

Town of Medley Office of Capital Projects & Development Services 7777 NW 72 Avenue, Medley, Florida 33166

ADDENDUM NO. 1. Contractor shall fax back the recognition sheet acknowledging the receipt of this addendum, or include in their proposal.

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

Project Book Worksheet for Cost Estimation

BIDDER'S PROPOSAL (continued) CITY OF BERKELEY BID PROPOSAL ITEM NO. A: BASE BID

PERMIT FOR INSTALLATION ON COUNTY RIGHTS-OF-WAY: ACCESS DRIVEWAYS RESIDENTIAL

Patton Hill Road (Four Inch Main), Project No

City of Grand Island Tuesday, February 13, 2018 Council Session

Steese Rd - Curb & Sidewalk Improvement

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 2 FOR THE CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD,

PROPOSAL FORM 2014 FUEL BID

McCRORY & WILLIAMS, INC. HILLCREST ROAD CONNECTOR MCR ROADWAY ITEMS

General Specifications

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

ADDENDUM 3. C. Bidders are requested to attach a copy of this Addendum to the Project Manual in their possession.

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

INDUSTRIAL HAUL AGREEMENT

TENDER FOR COUNTY ROAD 44 MULTI-USE PATHWAY PHASE 1A & 1B. Tender No.: NG16-19 ADDENDUM #1. October 31, 2016

INVITATION TO BID Fort Morgan Golf Course Golf Carts

ORDINANCE NO

City of Mobile. Recycling Equipment Rental & Hauling BID NUMBER: 5024

Fertilizer Type B 2 CWT $ $ $60.00 $ $60.00 $ Sod Water 60 MGAL $60.60 $3, $30.00 $1, $30.00 $1,

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

SECTION FIRE HYDRANTS WITH HYDRANT LOCKS

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT

4 FEET HIGH CHAIN LINK FENCE AND GATE. TO INCLUDE TOP RAIL AND ALL OTHER HARDWARE, POSTS, ETC. NOT INCLUDED BELOW.

INVITATION TO BID FUEL PRODUCTS

May 11, 2018 On or before 2:00pm

CHAPTER 3. Driveways (Rev. 9/04, Ord )

DESCRIPTION QUANTITY PRICE TOTAL

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet

APPLICATION FOR PERMIT to construct, operate, maintain, use and/or remove within a county road right-of-way

CITY OF FONTANA HANDBOOK ON RESIDENTIAL DRIVEWAY APPROACH CONSTRUCTION PERMITS

California Independent System Operator Corporation Fifth Replacement Electronic Tariff

PN /21/ SURFACE SMOOTHNESS REQUIREMENTS FOR PAVEMENTS

TOWN OF GRAND FALLS-WINDSOR

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS Engineering Division PROJECT NO INCA STREET MULTI-USE PATH 38 TH AVE. TO 43 RD AVE.

Riverside County Transportation Department Summary of Bids

ADDENDUM No. 1 Prospective Bidders

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

NOTICE TO SUPPLIERS CITY OF KALAMA 2018 CHEMICAL PROCUREMENT

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

INVITATION FOR BIDS RECYCLING SERVICES FOR THE MATERIALS RECOVERY CENTER WLSSD BID #1363

ADDENDUM NO REFERENCE: FORM OF AGREEMENT, Schedule 2 List of Contract Drawings C C C C

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

Licensed Class C Virginia Contractor No.

BID ITEM ESTIMATED UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. QUANTITY UNIT ITEM COST COST COST COST COST COST

CITY OF ESTHERVILLE, IOWA MISCELLANEOUS FEES & CHARGES. At Sewer Main.. $

DRIVEWAY/SIDEWALK PERMIT APPLICATION

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

CHAPTER 25. SUBSTANTIVE RULES APPLICABLE TO ELECTRIC SERVICE PROVIDERS.

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in

County of Los Angeles Department of Public Works BID SUMMARY

Riverside County Transportation Department Summary of Bids

ENGINEERING BEST PRACTICE BP2.2.1

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

ADDENDUM NO. 2 DATE: March 3, BID TITLE: Replacement of Two (2) Twenty Ton Overhead Crane Hoists, Trolley Packages, and Associated Equipment

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC

SECTION 17 FIRE HYDRANT ASSEMBLIES General

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

APPLICATION FOR OBSTRUCTION PERMIT

CITY OF DAVIS PUBLIC WORKS DEPARTMENT STANDARD SPECIFICATIONS

Ohio Department of Transportation Official Bid Tabulation James G. Beasley, P.E., P.S., Director

CITY OF WESTON, a municipal corporation SEWERAGE AND SEWAGE DISPOSAL SERVICE

ADDENDUM #1 NWIT Watermain Replacement Program New Westminster, BC

St. Johns River State College BID-SJR Addendum Three ADDENDUM THREE DATED JUNE 13, 2016

DOCUMENTATION WORKBOOK FY 2017

The cost estimation methodology used to update the charges and credits is the same methodology the Company utilized in the prior year s filing.

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/08/18 HIGHWAY: COUNTY: 08/12/2015 ESTIMATE PAID: AWARD DATE: 08/14/2015 ESTIMATE PERIOD:

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/09/19 HIGHWAY: 02/10/2016 ESTIMATE PAID: AWARD DATE: 02/25/2016 ESTIMATE PERIOD:

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

Transcription:

To Bidder of Record: SAN ANTONIO WATER SYSTEM Addendum 2 To Construction Documents For 2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB NO. 12-5001 SAWS SEWER JOB NO. 12-5501 Solicitation #B-12-003-DD This addendum, applicable to the work designed above, is an amendment to the bidding documents and as such shall be a part of and included in the Contract. The original contract documents and any prior addenda remain in full force except as modified by the following that shall take precedence of any contrary provisions in prior documents. 1. CLARIFICATIONS: 1.1 INVITATION TO BIDDERS PAGE IV-1 DELETE first sentence of first paragraph that reads: Sealed bids are requested by the San Antonio Water System for the construction of approximately 2,160 linear feet of water main and 3,120 linear feet of sewer main and all necessary appurtenances for the installation, replacement, and adjustment of SAWS facilities for the 2012 Water & Sewer Construction Contract, Package I, SAWS Job 12-5001 & 12-5501. REPLACE with the following: Sealed bids are requested by the San Antonio Water System for the construction of approximately 3,880 linear feet of water main and 3,120 linear feet of sewer main and all necessary appurtenances for the installation, replacement, and adjustment of SAWS facilities for the 2012 Water & Sewer Construction Contract, Package I, SAWS Job 12-5001 & 12-5501. 1.2 BID PROPOSAL Please discard Bid Proposal PAGE BP-1 through PAGE BP-25 and replace with attached Bid Proposal Addendum 2 PAGE BP-1 through PAGE BP-25 2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE I (Solicitation #B-12-003-DD) Addendum 2, Sheet 1 of 2

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 730 calendar days or until funds are exhausted 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 12-5001 and Sewer Job Number 12-5501 in accordance with the requirements of all future work orders using the following unit prices to wit: BASE BID: General Water Bid s Price 1 w (103) Remove Concrete Curb, per linear foot and Cents L.F. 105 $ $ 2 w (103) Remove Sidewalks & Driveways, per square foot and Cents S.F 105 $ $ BP 1

Price 3 w (103) Remove Miscellaneous Concrete, per square foot and Cents S.F. 30 $ $ 4 w (205) Hot Mix Asphaltic Pavement-Type D (2 Compacted Depth), per square yard and Cents S.Y. 2,009 $ $ 5 w (206) Asphalt Treated Base (10 Compacted Depth), per square yard and Cents S.Y. 1,578 $ $ 6 w (208) Salvaging, Hauling, and Stockpiling Reclaimable Asphaltic Pavement (2 ), per square yard and Cents S.Y. 23 $ $ 7 w (413) Flowable Fill, per cubic yard and Cents C.Y. 20 $ $ 8 w (500) Concrete Curb, Gutter, and Concrete Curb and Gutter, per linear foot and Cents L.F. 105 $ $ BP 2

Price 9 w (502) Concrete Sidewalks, per square yard and Cents S.Y. 24 $ $ 10 w (502) Concrete Wheelchair Ramp, per square yard and Cents S.Y. 10 $ $ 11 w (503) Portland Cement Concrete Driveway, per square yard and Cents S.Y. 16 $ $ 12 w (503) Portland Cement Concrete Driveway - Commercial, per square yard and Cents S.Y. 24 $ $ 13 w (505) Concrete Riprap (5 Thick), per square yard and Cents S.Y. 10 $ $ 14 w (506) Concrete Retaining Walls Combination Type, per cubic yard and Cents C.Y. 4 $ $ 15 w (511) Replacing with Hot Mix Asphaltic Concrete Pavement Type B (3 Compacted Depth), per square yard and Cents S.Y. 20 $ $ BP 3

Price 16 w (515) Topsoil, per cubic yard and Cents C.Y. 10 $ $ 17 w (516) Bermuda Sodding, per square yard and Cents S.Y. 20 $ $ 18 w (550) Trench Protection, per linear foot and Cents L.F. 3,880 $ $ 19 w (818) 6 PVC Waterline (Restrained), per linear foot and Cents L.F. 80 $ $ 20 w (818) 8 PVC Waterline (Restrained), per linear foot and Cents L.F. 2,000 $ $ 21 w (818) 12 PVC Waterline (Restrained), per linear foot and Cents L.F. 800 $ $ 22 w (818) 16 PVC Waterline (Restrained), per linear foot and Cents L.F. 800 $ $ BP 4

Price 23 w (818) 24 PVC Waterline (Restrained), per linear foot and Cents L.F. 200 $ $ 24 w (824) Reconnect ¾ Short Service, per each 25 w (824) Relay ¾ Short Service, per each and Cents E.A. 20 $ $ 26 w (824) Relay ¾ Long Service, per each and Cents E.A. 20 $ $ 27 w (824) Relay 1 Short Service, per each 28 w (824) Relay 1 Long Service, per each 29 w (824) Relay 1-1/2 Short Service, per each BP 5

Price 30 w (824) Relay 1-1/2 Long Service, per each 31 w (824) Relay 2 Short Service, per each 32 w (824) Relay 2 Long Service, per each 33 w (824) New ¾ Short Service, per each 34 w (824) New ¾ Long Service, per each 35 w (824) New ¾ Short Unmetered Service, per each 36 w (824) New ¾ Long Unmetered Service, per each BP 6

Price 37 w (824) Relocate ¾ Short Service, per each 38 w (824) Relocate ¾ Long Service, per each 39 w (824) Relocate 1 Short Service, per each 40 w (824) Relocate 1 Long Service, per each 41 w (824) Customer Shut-off Valve, per each 42 w (826) Valve Box Adjustment, per each and Cents E.A. 4 $ $ 43 w (828) 6 Gate Valve, per each and Cents E.A. 2 $ $ BP 7

Price 44 w (828) 8 Gate Valve, per each and Cents E.A. 8 $ $ 45 w (828) 12 Gate Valve, per each and Cents E.A. 2 $ $ 46 w (828) 16 Gate Valve, per each and Cents E.A. 1 $ $ 47 w (831) 6 X 6 Tee Cut in, per each and Cents E.A. 2 $ $ 48 w (831) 8 X 6 Tee Cut in, per each and Cents E.A. 2 $ $ 49 w (831) 8 X 8 Tee Cut in, per each and Cents E.A. 2 $ $ 50 w (832) 16 X 8 Tapping Sleeve & Valve, per each and Cents E.A. 1 $ $ BP 8

Price 51 w (833) Existing Meter & Meter Box Relocation, per each and Cents E.A. 10 $ $ 52 w (833) Existing Meter & New Meter Box Relocation, per each and Cents E.A. 10 $ $ 53 w (833) New Meter Box, per each and Cents E.A. 5 $ $ 54 w (834) Fire Hydrant, per each and Cents E.A. 8 $ $ 55 w (836) Pipe Fittings, All Sizes & Types, per ton and Cents TON 3.0 $ $ 56 w (840) 6 Water Tie-Ins, per each and Cents E.A. 5 $ $ 57 w (840) 8 Water Tie-Ins, per each and Cents E.A. 4 $ $ BP 9

Price 58 w (840) 12 Water Tie-Ins, per each and Cents E.A. 2 $ $ 59 w (840) 16 Water Tie-Ins, per each and Cent E.A. 1 $ $ 60 w (841) Hydrostatic Testing, per each and Cents E.A. 5 $ $ 61 w (844) 2 Blow-off, Temporary, per each and Cents E.A. 4 $ $ 62 w (844) 2 Blow-off, Permanent, per each and Cents E.A. 2 $ $ 63 w (846) 1 Air Release Valve, per each and Cents E.A. 2 $ $ 64 w (856) 18 Steel Casing (Open Cut), per linear foot and Cents L.F. 40 $ $ BP 10

Price 65 w (856) 24 Steel Casing (Open Cut), per linear foot and Cents L.F. 40 $ $ 66 w (856) Jack, Boring and Tunneling 24" Casing (0-10 Depths), per linear foot and Cents L.F. 40 $ $ 67 w (856) Jack, Boring and Tunneling 24" Casing ( > 10 Depths), per linear foot and Cents L.F. 40 $ $ 68 w (856) 6 Carrier Pipe, per linear foot and Cents L.F. 40 $ $ 69 w (856) 8 Carrier Pipe, per linear foot and Cents L.F. 40 $ $ 70 w (856) 12 Carrier Pipe, per linear foot and Cents L.F. 40 $ $ 71 w (856) 16 Carrier Pipe, per linear foot and Cents L.F. 40 $ $ BP 11

Price 72 w (3000) Removal, Transportation and Disposal of Various sizes of A.C. Pipe, per linear foot and Cents L.F. 400 $ $ SUB-TOTAL A BID AMOUNT FOR GENERAL WATER BID ITEMS Dollars and Cents $. General Sanitary Sewer Bid s Price 1 s (103) Remove Concrete Curb, per linear foot and Cents L.F. 80 $ $ 2 s (103) Remove Sidewalks & Driveways, per square foot and Cents S.F. 80 $ $ 3 s (103) Remove Miscellaneous Concrete, per square foot and Cents S.F. 30 $ $ 4 s (205) Hot Mix Asphaltic Pavement-Type D (2 Compacted Depth), per square yard and Cents S.Y. 1,615 $ $ BP 12

Price 5 s (206) Asphalt Treated Base (10 Compacted Depth), per square yard and Cents S.Y. 1,269 $ $ 6 s (208) Salvaging, Hauling, and Stockpiling Reclaimable Asphaltic Pavement (2 ), per square yard and Cents S.Y. 20 $ $ 7 s (413) Flowable Fill, per cubic yard and Cents C.Y. 20 $ $ 8 s (500) Concrete Curb, Gutter, and Concrete Curb and Gutter, per linear foot and Cents L.F. 80 $ $ 9 s (502) Concrete Sidewalks, per square yard and Cents S.Y. 26 $ $ 10 s (502) Concrete Wheelchair Ramp, per square yard and Cents S.Y. 10 $ $ 11 s (503) Portland Cement Concrete Driveway, per square yard and Cents S.Y. 16 $ $ BP 13

Price 12 s (505) Concrete Riprap (5 Thick), per square yard and Cents S.Y. 5 $ $ 13 s (506) Concrete Retaining Walls Combination Type, per cubic yard and Cents C.Y. 5 $ $ 14 s (511) Replacing with Hot Mix Asphaltic Concrete Pavement Type B (3 Compacted Depth), per square yard and Cents S.Y. 20 $ $ 15 s (515) Topsoil, per cubic yard and Cents C.Y. 10 $ $ 16 s (516) Bermuda Sodding, per square yard and Cents S.Y. 20 $ $ 17 s (516) St. Augustine Sodding, per square yard and Cents S.Y. 20 $ $ 18 s (550) Trench Protection, per linear foot and Cents L.F. 3,120 $ $ BP 14

Price 19 s (848) 6 PVC Gravity Sanitary Sewer Pipe (SDR 26-3034, 115 psi or SDR 26-2241, 160 psi), (0-10 Cut), per linear foot and Cents L.F. 100 $ $ 20 s (848) 8 PVC Gravity Sanitary Sewer Pipe (SDR 26-3034, 115 psi or SDR 26-2241, 160 psi), (0-10 Cut), per linear foot and Cents L.F. 1,600 $ $ 21 s (848) 8 PVC Gravity Sanitary Sewer Pipe (SDR 26-3034, 115 psi or SDR 26-2241, 160 psi), (10-14 Cut), per linear foot and Cents L.F. 280 $ $ 22 s (848) 8 PVC Gravity Sanitary Sewer Pipe (SDR 26-3034, 115 psi or SDR 26-2241, 160 psi), (14-22 Cut), per linear foot and Cents L.F. 200 $ $ 23 s (848) 10 PVC Gravity Sanitary Sewer Pipe (SDR 26-3034, 115 psi or SDR 26-2241, 160 psi), (0-10 Cut), per linear foot and Cents L.F. 100 $ $ 24 s (848) 10 PVC Gravity Sanitary Sewer Pipe (SDR 26-3034, 115 psi or SDR 26-2241, 160 psi), (10-14 Cut), per linear foot and Cents L.F. 120 $ $ BP 15

Price 25 s (848) 10 PVC Gravity Sanitary Sewer Pipe (SDR 26-3034, 115 psi or SDR 26-2241, 160 psi), (14-22 Cut), per linear foot and Cents L.F. 200 $ $ 26 s (848) 12 PVC Gravity Sanitary Sewer Pipe (SDR 26-3034, 115 psi or SDR 26-2241, 160 psi), (0-10 Cut), per linear foot and Cents L.F. 200 $ $ 27 s (848) 12 PVC Gravity Sanitary Sewer Pipe (SDR 26-3034, 115 psi or SDR 26-2241, 160 psi), (10-14 Cut), per linear foot and Cents L.F. 120 $ $ 28 s (848) 16 PVC Gravity Sanitary Sewer Pipe (SDR 26-3034, 115 psi or SDR 26-2241, 160 psi), (0-10 Cut), per linear foot and Cents L.F. 100 $ $ 29 s (848) 16 PVC Gravity Sanitary Sewer Pipe (SDR 26-3034, 115 psi or SDR 26-2241, 160 psi), (10-14 Cut), per linear foot and Cents L.F. 100 $ $ 30 s (850) Sanitary Sewer Manhole Structure, per each and Cents E.A. 1 $ $ BP 16

Price 31 s (850) Sanitary Sewer Doghouse Manhole, per each and Cents E.A. 1 $ $ 32 s (851) Adjust Existing Manhole (Watertight Ring and Cover), per each and Cents E.A. 4 $ $ 33 s (852) Sanitary Sewer Manhole (0-6 ), per each and Cents E.A. 12 $ $ 34 s (852) Sanitary Sewer Drop Manhole (0-6 ), per each and Cents E.A. 4 $ $ 35 s (852) Extra Depth Manholes ( > 6 ), per vertical foot and Cents V.F. 12 $ $ 36 s (854) Sanitary Sewer Laterals, per linear foot and Cents L.F. 1,000 $ $ 37 s (854) One-Way Sanitary Sewer Clean-out, per each and Cents E.A. 40 $ $ BP 17

Price 38 s (855) Reconstruction of Existing Manhole, per each and Cents E.A. 2 $ $ 39 s (856) 18 Steel Casing (Open Cut) per linear foot and Cents L.F. 40 $ $ 40 s (856) 24 Steel Casing (Open Cut) per linear foot and Cents L.F. 40 $ $ 41 s (856) Jack, Boring and Tunneling 24" Casing (0-10 Depths), per linear foot and Cents L.F. 20 $ $ 42 s (856) Jack, Boring and Tunneling 24" Casing ( > 10 Depths), per linear foot and Cents L.F. 20 $ $ 43 s (856) 8 Carrier Pipe, per linear foot. and Cents L.F. 40 $ $ 44 s (856) 12 Carrier Pipe, per linear foot. and Cents L.F. 40 $ $ BP 18

Price 45 s (858) Concrete Encasement, Cradles, Saddles and Collars, per cubic yard and Cents C.Y. 16 $ $ 46 s (860) Vertical Stacks, per vertical foot and Cents V.F. 10 $ $ 47 s (862) Abandonment of Sanitary Sewer Main (12 or greater), per linear foot and Cents L.F. 400 $ $ 48 s (864) Bypass Pumping (8-12 ), per each work order and Cents E.A. 4 $ $ 49 s (866) Pre Sewer Main Television Inspection (8-12 ), per linear foot and Cents L.F. 400 $ $ 50 s (866) Post Sewer Main Television Inspection (8-12 ), per linear foot and Cents L.F. 3,120 $ $ BP 19

SUB-TOTAL B BID AMOUNT FOR GENERAL SANITARY SEWER BID ITEMS Dollars and Cents $. Traffic Control Bid s Price 1 (530) Barricades, Signs, and Traffic Handling (includes general/alley projects water and sewer work per work order), per month and Cents M.O. 24 $ $ 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 SUB-TOTAL A WATER, SUB-TOTAL B SEWER & TRAFFIC CONTROL Dollars and Cents $ BIDDERS SIGNATURE & TITLE COMPANY NAME (TYPE OR PRINT) COMPANY ADDRESS COMPANY PHONE NUMBER/FAX NUMBER COMPANY EMAIL ADDRESS BP 20

The Contractor herein acknowledges receipt of the following: Addendum Nos. 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 four (4) Water and Sewer Construction Contracts and two (2) Water and Sewer Alley Construction Contracts. These Construction Contracts are open cut construction contracts and are not intended to be pipe bursting or curried in place pipe (CIPP) contracts. These projects will be constructed by open cut construction or boring where applicable. 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 deemed non-responsive at the sole discretion of the San Antonio Water System. BP 21

PROPOSAL CERTIFICATION Accompanying this proposal is a Bid Bond or Certified or Cashier s Check on a State or National Bank payable to the Order of the San Antonio Water System for dollars ($ ), which amount represents five percent (5%) of the total bid price. Said bond or check is to be returned to the bidder unless the proposal is accepted and the bidder fails to execute and file a contract within 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 Owner 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 Owner, the undersigned shall execute standard San Antonio Water System Contract Documents and make Performance and Payment Bonds for the full amount of the contract within ten (10) calendar days after the award of the Contract to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and the guarantee period stipulated, and to guarantee payment of all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is anticipated that the 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 as noted on the SAWS 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 BP 22

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 successfully completed water main projects and three successfully completed sewer main 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. The Bidder is also to submit the sub contractors experience if they will be part of the crews doing the work for the Prime Contractor. Contractors should reference water and sewer projects that included new installation of water mains and sewer mains by open cut construction. Data given must be clear and TYPED FORMAT. Include specific project name, facility owner, facility owners phone number, reference name and phone number, total length of installed water mains and total length of sanitary sewer mains installed, and total contract amount, as presented below. Please verify that your reference phone number is a working number. 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. Water Main Project 1 1000 feet of 8-inch Water Main through 16-inch Water Main Work Project Name: Facility Owner: Phone number: Reference Name: Phone number: Length and Size of Mains Installed: Construction Completion Date: Contract Amount: Water Main Project 2 1000 feet of 8-inch Water Main through 16-inch Water Main Work Project Name: Facility Owner: Phone number: Reference Name: Phone number: Length and Size of Mains Installed: Construction Completion Date: Contract Amount: BP 23

Water Main Project 3 1000 feet of 24-inch Water Main Work Project Name: Facility Owner: Phone number: Reference Name: Phone number: Length and Size of Mains Installed: Construction Completion Date: Contract Amount: Sewer Main Project 1 1000 feet of 8-inch Sewer Main through 16-inch Sewer Main Work Project Name: Facility Owner: Phone number: Reference Name: Phone number: Length and Size of Mains Installed: Construction Completion Date: Contract Amount: Sewer Main Project 2 1000 feet of 8-inch Sewer Main through 16-inch Sewer Main Work Project Name: Facility Owner: Phone number: Reference Name: Phone number: Length and Size of Mains Installed: Construction Completion Date: Contract Amount: BP 24

Sewer Main Project 3 1000 feet of 8-inch Sewer Main through 16-inch Sewer Main Work Project Name: Facility Owner: Phone number: Reference Name: Phone number: Length and Size of Mains Installed: Construction Completion Date: 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 BP 25