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

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

STREET IMPROVEMENTS PROPOSAL BID ITEMS

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

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

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

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

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

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

SAN ANTONIO WATER SYSTEM

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

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

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

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

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

Licensed Class C Virginia Contractor No.

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

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

Steese Rd - Curb & Sidewalk Improvement

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

TOWN OF GRAND FALLS-WINDSOR

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

Patton Hill Road (Four Inch Main), Project No

DESCRIPTION QUANTITY PRICE TOTAL

Project Book Worksheet for Cost Estimation

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

Riverside County Transportation Department Summary of Bids

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

Maine Turnpike Authority

San Antonio, Texas San Antonio, Texas Well Mitigation for City of Nixon. Prepared by DYS

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

ADDENDUM #2 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT RP031-18

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

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.

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 9/13/2006

General Specifications

Ohio Department of Transportation Official Bid Tabulation Jolene M. Molitoris, Director

Maine Turnpike Authority

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

CITY OF STANDARD SPECIFICATIONS

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 1/02/2018

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

Maine Turnpike Authority

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

BID TABULATION PAGE 1 OF 4. BL S.R. Harbins Road/Alcovy Road - Intersection Improvements Department of Transporation. CMES, Inc.

METRO Magnolia Transit Center - Bid Tab

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

365, , , A Total of Schedule I and II 530, , A 702, A

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

Riverside County Transportation Department Summary of Bids

ADDENDUM No. 1 Prospective Bidders

COST ESTIMATES: Curb-Running

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

AMENDMENT OF SOLICITATION Old Hueco Tanks Rd. Improvements

Oaks Commerce Center

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

County of Santa Cruz 0579

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 05/10/13 HIGHWAY: FM 3301 COUNTY: 09/09/2011 ESTIMATE PAID: AWARD DATE: 09/29/2011 ESTIMATE PERIOD:

$6, CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 03/08/17 -30, PROJECT: STP 2013(839) GRAYSON

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

Tahoe-Reno Industrial Center Total Bonding Amounts Engineer's Opinion of Probable Construction Costs (30% Submittal) Project No. 783.

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

Wentzville Parkway South Phase 2 & 2A

ADDENDUM NO. 1. DATE: September 19, 2017 M Wireless Vehicle Tracking System DATED: September 15, 2017, 2017

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. District(s): 8 30=047 Start Dt: 05/01/17 Comp. Dt:

BUTTE COUNTY DEPARTMENT OF PUBLIC WORKS

PN /21/ SURFACE SMOOTHNESS REQUIREMENTS FOR PAVEMENTS

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 05/15/17 Comp. Dt: 08/04/17. Contract Time: Min: Max:

INVITATION TO BID Fort Morgan Golf Course Golf Carts

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT

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

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 7/02/2004

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 02/06/15 HIGHWAY: COUNTY: 09/07/2012 ESTIMATE PAID: AWARD DATE: 09/27/2012 ESTIMATE PERIOD:

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

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

Invitation for Bid # Tandem Axle Dump Truck

BARRETT ROAD (C.R. 178) ROADWAY RESURFACING FROM LEWIS ROAD TO SPAFFORD ROAD IN OLMSTED TOWNSHIP, OHIO ITEMIZED UNIT PRICE BID ROADWAY

2015 PAVEMENT MAINTENANCE SECTION 15-PVMTC-05-GM

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

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

The Tulalip Tribes of Washington

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 02/26/00 PAGE : 1 TABULATION OF BIDS

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

ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director

City of Grand Forks Staff Report

County of Los Angeles Department of Public Works BID SUMMARY

(1 ) Active Construction Inc River Road East Tacoma, WA AMOUNT , , ,

SECTION 17 FIRE HYDRANT ASSEMBLIES General

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 07/11/18 HIGHWAY: FM 3151 COUNTY: 12/02/2015 ESTIMATE PAID: AWARD DATE: 12/17/2015 ESTIMATE PERIOD:

Maine Turnpike Authority

County of Los Angeles Department of Public Works BID SUMMARY

County of Los Angeles Department of Public Works BID SUMMARY

ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director

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

PROCUREMENT SPECIFICATION DELTA MODEL DSC900 TRANSPORTABLE CRASH CERTIFIED RISING PLATE BARRIER SYSTEM

Grays Ferry Cost Estimate Breakdown Budgetary Numbers for Machinery Drive Options 10 Nov 14

Street Address. City-Village-Township

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 05/08/17 Comp. Dt:

Ingham County Request for Proposals Okemos Road and Sandhill Road Widening, Packet #15-15

Transcription:

BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the undersigned proposes to furnish all labor and materials as specified and perform the work required for the construction of pipelines and appurtenances, San Antonio Water System Job Number 07-3004 in accordance with the Plans and Specifications for the following prices to wit: Borgfeld West, Enchanted Eve Pump Station New Pump Station, including all sitework and tank Interconnect SUBTOTAL SAWS JOB NO. 07-3004 (PUMP STATION): $ Borgfeld West 16-inch Water Line 856A 812B 856C 812A 828A 30 Steel Casing and Cents LF 635 16 Water Pipe (in steel casing) and Cents LF 635 Jack and Bore 30 Steel Casing and Cents LF 635 16 Water Pipe (open trench) and Cents LF 2848 16 Gate Valves (MJ) with 6 Valve Box, and Cents EA 5 828 Valve Markers and Cents EA 5 BP-1

846 1 Combination Air Release Valve Assembly 844B 844A 2 Permanent Blowoff Assembly, 2 Temporary Blowoff Assembly, and Cents EA 2 834 Fire Hydrant Assembly, and Cents EA 3 503C 503B Remove and Replace Existing Gravel Driveway and Cents SY 344 Remove and Replace Existing Concrete Driveway and Cents SY 120 506 Erosion and Sediment Controls 503A Remove and Replace Existing Asphalt Driveway and Cents SY 26 550 Trench Excavation Safety Protection and Cents LF 2848 530 Barricades, Signs & Traffic Handling 316 Existing Roadway Two Course Chip Seal Surface Treatment (Quantity Shown is double single course) and Cents SY 5734 841 Hydrostatic Testing 22 Tree Protection BP-2

164 Revegetation w/4 Top Soil and Cents SY 10,855 840A Tie-In New 16 WL to Existing 16 WL TPDES Storm Water Pollution Prevention Plan SUBTOTAL SAWS JOB NO. 07-3004 (16" WATER): $ Borgfeld Road West, 12-inch Water Line 856B 812C 812C 256D 24 Steel Casing and Cents LF 137 12 Water Pipe (in Steel Casing) and Cents LF 137 6 Water Pipe (Open Trench) and Cents LF 18 Jack and Bore 24 Steel Casing and Cents LF 45 HDD Directional Drill and Cents LF 150 512C 828A 828B 12 Water Pipe (Open Trench) and Cents LF 1732 4 Gate Valve (MJ) with 6 Valve Box, 12 Gate Valve (MJ) with 6 Valve Box, and Cents EA 4 BP-3

828C 6 Gate Valve (MJ) with 6 Valve Box, 828 Valve Markers and Cents EA 6 834 Fire Hydrant Assembly, and Cents EA 3 846 1 Combination Air Valve Assembly 840A 840B Tie-In New 6 WL to Existing 6 WL Tie-In New 12 WL to Existing 12 WL 164 Revegetation w/4 Top Soil and Cents SY 8250 506 Erosion and Sediment Controls 550 Trench Excavation Safety Protection and Cents LF 1842 205.4 2 Type D Asphalt and Cents SY 82 205.2 10 Type B Asphalt and Cents SY 82 316 Existing Roadway Two Course Chip Seal Surface Treatment (Quantity Shown is double single course) and Cents SY 11,832 413.2 Flowable Fill and Cents CY 137 530 Barricades, Signs & Traffic Handling BP-4

841 Hydrostatic Testing 22 Tree Protection 844A 2 Temporary Blowoff Assembly TPDES Storm Water Pollution Prevention Plan SUBTOTAL SAWS JOB NO. 07-3004 (12" WATER): $ Bid Summary SUBTOTAL SAWS JOB NO. 07-3004 (PUMP STATION): $ SUBTOTAL SAWS JOB NO. 07-3004 (16" WATER): $ SUBTOTAL SAWS JOB NO. 07-3004 (12" WATER): $ LINE ITEM A SUBTOTAL BASE BID (PUMP STATION, 16" WATER & 12" WATER) $ BP-5

100 MOBILIZATION Percent of the Line Item A Sub total Base Bid written in words Unit Quantity Unit Price Total Price (Figures) (Figures) Percent LUMP SUM 1 xxxxxxx $ (Maximum of 10% of the Line Item A Sub-total Base Bid amount) 101 PREPARING R.O.W. Percent of the Line Item A Sub total Base Bid written in words Percent LUMP SUM 1 xxxxxxx $ (Maximum of 5% of the Line Item A Sub-total Base Bid amount) MOBILIZATION AND PREPARING ROW SUB-TOTAL $ 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 and Item 101, Preparing Right-of-Way. In the event of a discrepancy between the written percentage and dollar amount shown for Mobilization and Preparation of ROW bid items the written percentage will govern. If the percentage written exceeds the allowable maximum stated for mobilization and or preparation of ROW, SAWS reserves the right to cap the amount at the percentages shown and adjust the extensions of the bid items accordingly. TOTAL BID AMOUNT (Line Item A, Mobilization & Preparing Right of Way) $ DOLLARS AND CENTS The Contractor herein acknowledges receipt of the following: Addendum Nos. 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, and to complete the Project within 270 calendar days after the start date, as set forth in the Authorization to Proceed. The bidder understands and accepts the provisions of the contract Documents relating to liquidated damages of the project if not completed on time. the additional requirements of the Proposal which are included on the following pages. BP-6