Vous êtes sur la page 1sur 70
nN CITY OF PROVIDENCE ‘STATE OF RHODE ISLAND BOARD OF CONTRACT AND SUPPLY BIDDERS BLANK Name of Company: Biszko Cowhracting Cove Bid Item(s): REPLACEMENT/ REHABILITATION OF WATER MAINS AND APPURTENANCES WITHIN THE PROVIDENCE WATER SUPPLY BOARD'S DISTRIBUTION SYSTEM (PW Project No. 20121) 2014 - CONTRACT 7 Date of Award: Total Amount in Writing: Reference Statement Below Total Amount in Figures: Reference Statement Below ‘Additional Bidding Detalis (_ ) Acknowledge receipt of all Addenda to the Specifications (Use Additional Pages if Necessary) (Conforms to Specifications (_ ) Modifications to Specifications. If yes, Please note (_ ) Required MBEMWBE Forms submited with Bid Individual Bid Items and respective Unit Prices are to be compiled on the following BID SCHEDULE for: Part 4 — Unit Rates for Water Main Replacement and Rehabilitation Work Part 2 ~ Unit Rates for Lead Service Replacements within Public Space (Primary Roads) Part 3 ~ Unit Rates for Lead Service Replacements within Public Space (Secondary Roads) Part 4 — Unit Rates for Replacement of Lead Services - Private Property ONLY Part § — Price Differential: Water Service Curb Stop Connections - Polypropylene Couplings Part 6 ~ Mobilization and Demobitization Markup Part 7 — Police Traffic Control Rates Part 8 — Unit Rates for Other Work associated with Water Main Replacement/Rehabllitation Part 9 ~ Miscellaneous Unit Prices for Additional Work not specified in Parts 4, 2, 3, or 4 Part 10 ~ Labor and Equipment Rates for Additional Work not specified in Parts 4, 2, 3, or 4 Purchasing Department City Hall, Room 306 Providence, Ri, 02803 (401) 421-7740 ext. 261 1751-0203 (TDD) Only Bids in which the Bid Sched ‘Lin full will be considered. Federal IDi# or Social Security #: Signature: CBS Title of Person Signing: A as Biszko, Presdout Firm Name: : Biszko Cylrah ng Gye Address: $7, 1 3-231 Phone Number: [ 508) 679-05) F Delivery Date: tla lig Name of Surety Company: Teayeler Caauslh Sucety G st Gmerien : THE AMERICAN INSTITUTE OF ARCHITECTS | | AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, thet we Biszko Contracting Corp. 20 Development Street, Fall River, MA 02721 as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America One Tower Square, Hartford, CT 06183. ‘ corporation duly organized under the laws of State of CT. as Surety, hereinafter called the Surety, are held end firmly bound unto Gity of Providence and the Providence Water Supply Board, City Hell, Providence, RI 02800 15 Obligee, hereinafter called the Obligee inthe sum of Fifty Thousand and 00/100, Dollars ($ $50,000 for the payment of which sum well and truly to be made, the said Principel and the said Surety, bind ourselves, our hei executors, administrators, successors and assigns, jointly end severally, firmly by these presents. ‘WHEREAS, the Principal has submitted a bid for RFP for the Replacement of Water Mains and Appurtenances within the Providence Water Supply Board's Distribution System PW Project #20121 2014-Contract 7 ‘NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligce in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety forthe faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution hereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, ifthe Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract. ‘with another party to perform the Work covered by said bid, then this obligation shell be null and void, otherwise to remain in fll foree and effect. Signed and sealed this 7th of April + 2014. y Biszko Contracting Corp. (Principal) (Seal) 8) Tan ZERO Clie) Prem ‘IADOCUMENT A310 «BID BOND AIA © + FEBRUARY 1970 ED « “THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE.,N.W., WASHINGTON, D.C, 20006 o) SECTION 00410 BID FORM SECTION 00410 BID FORM PROJECT IDENTIFICATION: Replacement/Rehabilitation of Water Mains and Appurtenances within the Providence Water Supply Board's Distribution System (PW Project No. 20121) 2014 - CONTRACT 7 THIS BID IS SUBMITTED TO: City of Providence Board of Contract and Supply Department of the City Clerk City Hall Providence, Rhode Island 02903, 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER, in a form to be prepared by the OWNER consistent with the Bidding Documents, to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Biddets, including without limitation those dealing with the disposition of Bid security. ‘The Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in waiting upon request of OWNER. 3.01 _ In submitting this Bid, Bidder represents, as set forth in the Bidding Documents and the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other telated data identified in the Bidding Documents, and any and all Addenda that Bidder has listed on the Bidder’s Blank at the end of this Section, receipt of all of which is hereby acknowledged. B, As required to be indicated on the Bidder’s Blank at the end of this Section, Bidder acknowledges by so indicating that either this Bid conforms with the requirements ofthe Bidding Documents, or is based on modificationslexceptions taken to the Bidding Documents; any modifications have been provided by Bidder with this Bid as required. C. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. D. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work, 00410 - 1 ev.2, 17,2007 SECTION 00410 BID FORM Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which, if any, have been identified in the Bidding Documents as provided in Paragraph 4.02 of the General Conditions (as modified by the Supplementary Conditions), and (2) reports and drawings of a Hazardous Environmental Condition, if any, which have been identified in the Bidding Documents as provided in Paragraph 4.06 of the General Conditions (as modified by the Supplementary Conditions). Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additionel or supplementary exeminations, investigations, explorations, tests studies, and data conceming conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affest cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by the Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by the Bidder, safety precautions and programs incident thereto. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. Bidder is aware of the general nature of any work to be performed by OWNER and/or others at the Site that relates to the Work as indicated in the Bidding Documents. ‘Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the resolution thereof by ENGINEER is acceptable to Bidder. ‘The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 00410 -2 ev.2 17,2007 5 hei Cc 4.01 5.01 5.02 6.01 7.01 SECTION 00410 BID FORM Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. Bidder agrees that the Work will be completed and ready for final payment in accordance with Paragraph 14.07.B of the General Conditions, as modified by Paragraph 14.07.B.1 of the Supplementary Conditions, within the time frame specified for each project assignment as provided in Paragraph 2.08 of the General Conditions, as modified by Paragraph 2.03.4 of the Supplementary Conditions. Bidder accepts the provisions of the Bidding Documents as to liquidated damages, and in the event of failure to complete the Work within the times specified above agrees to pay $1950 per calendar day that completion is late beyond the specified times. The following documents are attached to and made a condition of this Bid: A. Required Bid security; B. __Listing of proposed Subcontractors, Suppliers, and other individuals and entities required to be identified by the Bidding Documents; C. Contractor Qualification Statement with supporting documentation required by the Bidding Documents. ‘The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. 00410 -3 ey 23m 17,2007 SECTION 00410 BID FORM BID FROM: Company Name: __ “Bi s2.Xo Cowlvanh 14 Gye Ifincorporated, State of Incorporation: __Massackuredes Dete of incorporation: 7/1975 ‘Type of Business (from incorporation papers): lander ganized libly Onatek crows (SEAL) " Giguature pich evidence of authority to sign if not an individual submitting Bid) Name (typed or printed): lan © Brezeo Title: President Date: Yf7 f 2014 zea aan Business Address: _ 20 evelopment Sf Fail Liyer, MAR On79¢ Phone No, 6? 9-057 ¥ FaxNo. G08)62-UYY Bidder State of Rhode Island License Information: License No. ‘Type of License/Trade Licensed 2006 Ainley evs 00410 -4 2 Sn 17,2000 BISZKO CONTRACTING CORP. 20 DEVELOPMENT STREET FALL RIVER, MA 02721 ‘TEL. (508) 679-0518 CLERK'S CERTIFICATE Thereby certify that Iam the duly elected Clerk of Biszko Contracting Corporation; that Alan C. Biscko is the duly elected President; that at a meeting of the Board of Directors of seid Corporation held on 7/25/13 at which meeting all members were present and voting, the following vote wes unanimously passed. VOTED: That Alan C, Biscko be, and he is hereby authorized in his capacity as President, to enter into and sign on bebalf of this Corporation, and seal with the Corporation Seal any and all Bids, and or Contracts with the Providence Water Supply Board or Bonds in connection therewith. further certify that said Vote has never been rescinded and is still in force and effect and that the Charter and by Laws of said Corporation authorized and permit said Vote, Dated this Zthday of April 2014 cn LAM ‘Michael Biszko Jr. ‘The Commonwealth of Massachusetts Bristol County - ‘This__ 744 day of, Psa 2014 ‘Then personally appeared the above named Michael Biszko Jr. through satisfactory evidence of identification which was (he is personally known to me), stated that he is the Secretary/Clerk of Biszko Contracting Corp. and acknowledged the foregoing instrument to be his fiee act and deed. BID SCHEDULE ADDENDUM No. 4 April 2, 2012, Part 4 UNIT RATES for Water Main Replacement & Rehabilitation Work 4. Furnish & Install 4-inch D.1, Water Main ‘a. Cranston - Auburn (Reservoir Ave.) 40LF. PLE Est. Qty. Price per LF (Figures) evtnts Atanas Jed .00 Price per Linesr (Written) Total Amt. Bid (Figures) b. Cranston - Auburn (Park Ave. / Pontiac Ave.) 2515. 0.0. Est Gy FieoperiF Rae betty habla 2780.7) Price per Linser Foot (Written) “Total Amt. Bid (Figures) 2. Furnish & Install 6-inch D. Water Main a. Cranston - Auburn (Reservoir Ave.) 4,815 LF. Psco Est. ly. ~ Peo perLF aurea) Eh : fie Able M4275 ‘ce par Linda Fook (wen) “Total Amt. BI (Figures) 'b. Cranston - Auburn (Park Ave. / Pontiac Ave.) 205 LF. PE Ge Est. Gly. “Pico per LF Fgures) ~ Lute lalla’ L225 oP Pree pedLinear Fost winter) ‘Tol Amt 8 Figures) . Cranston - Auburn (Aqueduct Rd. / Colonial Ave.) 145 LF. £5.00 Est. ly. “ice per LF Foures) «Zu TA 825.20 Frio ll Lindar Pat (Wt) otal Amt Bi (igues) 4. Cranston - Auburn (Secondary Roads/Streets) 2,270 LF. gta Est. Gly. Price per LF (Figures) - Luu L928, 950 LO Price ge Unedr F&Gt (Welton) “Total Amt Bi (Figures) BID SCHEDULE ADDENDUM No. 1 April 2, 2012 Part 4 3. Furnish & Install 8-inch D.|. Water Main ‘a, Cranston - Auburn (Reservoir Ave.) ag ets LF. Lad ‘ly. Poo pec LF (igures) Ose 4020.20 Frice par Linear Foo! (Witon) Total Amt Bi (Figures) . Cranston Auburn (Park Ave./ Pontiac Ave.) _65 VA Est Gly. Price par LF (Figures) Qu Brndhcecl dbhsne’ 2500.00 Pea por Linear Foot (Witen) Total Art. Bid (Figures) ‘6. Cranston - Auburn (Aqueduct Rd. / Colonial Ave.) 115 LF. L000. Est. Gly. ~ Peo por I (Figures) UY, 50-0. 00) ‘Pe por Lnaar Foot (Writer) Total Art Bi (gu) Cranston - Auburn (Secondary Roads/Streets) _310 LF. Lt0.00 Est. Qty. “Poe per LF (Fgura) One Lentich ditlate” Boeov0 Price per Linear Foot (writen) Total Art. Bi Figures) 4. Furnish & install 12-inch D.1, Water Main a. Cranston - Aubum (Reservoir Ave.) 420 LF, fasicd Est. Gly.” Price per LF (Figures), Duberdeol bent gee hittin) — _lpe0.0¥ ee AE “Total Amt. Bid (Figura) b. Cranston - Auburn (Park Ave.) T5LF. PEELE Est. Qty. ‘Price per LF(Faures) Guarded bal fre Ailace DS ood. Price per Linear Foot (tan) ‘Total Ami Bi (Figures) BID SCHEDULE ‘ ) Part 1 8. Furnish & Install Ductile-tron Pipe Fittings a, Cranston - Auburn (Reservoir Ave.) 13,400 LBS. Fst Est. Qty. Price per LB (Figures) Dee habturet Ls Cenk 46, G00. ‘ree per Pound (Writen) Total Amt Bid Figures) b, Cranston « Auburn (Park Ave. /Pontiac Ave.) —-2,800 LBS. F.5d Est. Qty. ~ Peo por LF guise) hus diblina + Ll ene Glow rd Price per Pound (Wten) "Teta Ar Ba FgUIEG) ¢, Cranston - Auburn (Aqueduct RdJColonial Ave.) 2,200 LBS, 3-0 Est. Qiy. Poe par LB (Figures) Us £ debtors Llp wen 2200-70. Price per Pound (ren) “Total Amt Bid (Figures) 4, Cranston - Auburn (Secondary Roads/Strests) 11,650 LBS. 8.60. Est. Qty, Prise per LB (Figures) Ls lablare “Lele Lexy Yog7Scd re per Pound (Wien) "Total Amt Bid (Figures) an BID SCHEDULE Part1 6. Furnish & Install 4-inch Gate Valves a. Cranston - Auburn (Reservoir Ave.) 1 EA. ltt, Est Qly. “Price por EA. (Figures) Gru shautind Ailes hen rie pt Each (to) lala Bi aT) b. Cranston - Auburn (Park Ave.) 2EA. a Est. Qty. Price per EA. (Figures) Price per Each (Written) ‘Total Amt. Bi (Figures) 7. Furnish & Install 6-inch Gate Valves ‘8, Cranston - Auburn (Reservoir Ave.) 59 EA JZ. Est. Qty. Price per EA (Figures) mo 122 ora on ice per Each (iter) Tota Ai Bid ees) b. Cranston - Auburn (Park Ave. / Pontiac Ave.) QEA. 200-9 6-0 Est Gly. “Price par EA, (Figures) Gor hanes eblines 2 Price per Each (Writen) “Total Amt, Bid (Figures) ©, Cranston - Auburn (Aqueduct Rd, / Colonial Ave.) __5 EA. ZF to.go Est. Qty. “Price per EA (Figures) Fase cheussearrs ible Li p00 rice per Each (Written) “Total Amt Bi (Figures) 4d. Cranston - Auburn (Secondary RoadsiStreets) _53 EA 400-70. 7 Price per EA. Figures) L53 , Price por Each (written) Tolal Ami Bid (Figures) BID SCHEDULE Part 1 8, Furnish & Install 8-inch Gate Valves. a. Cranston - Auburn (Reservoir Ave.) Price per Each (Witten) 7 ‘atl 'b, Cranston - Auburn (Park Ave. ! Pontiac Ave.) Price per Each (Written) 7 ee ¢, Cranston - Auburn (Aqueduct Rd. / Colonial Ave.) rice per Each (Wit) - . fog 4. Cranston - Auburn (Secondary Roads/Streets) Hho 2 Price per Each (Win) 9. Furnish & Install 12-inch Gate Valves ‘a. Cranston - Auburn (Reservoir Ave.) rice per Each (Wetton) b. Cranston - Auburn (Park Ave.) 22 EA. Esto od Est Gly, “Preeper EA gues) Z2 060 Total Amt Bi Figures) 2EA Ste 4 Est. Gly, “Pico per EA. Feures) tO GF “Teal Art, Bi Figures) SEA S500 td. Est Gly. “Prin per EA (Figures) god. Tota At. Be Fgure8) 7EA GS40. | Est. Qty. “Proa per EA (Figures) LY SO.0o “Total Amt. Bi (FGue®) BEA Su Est. Gly. “Price per EA (Figures) id one. “Total Amt Bi Fires) 1A, Si pb0.00. Est. Qly. “Presper EA (Figutes) 7, Z rice per Each (Whitton) TToial Amt Bid (Figures) BID SCHEDULE Part 1 10, Furnish & Install New Fire Hydrant Assembly a. Auburn - Reservoir Ave. (6" Branch) IEA. G20 00 Est Qly. —“Priceper EA Figures) a 4a _ See boac) Saath Ba PO) 'b, Auburn - Pontiac Ave. (6" Branch) 2EA. 2 Est. Qty. Price par EA. (Figures) Price fy ach (writer) “Total Amt. Bid (Figures) ¢. Auburn - Park Ave/Pontiac Ave. (8" Branch) 4A ELO0 fa Est. Qty, “Priceper EA (Figures) Li thiated athe: —oraod _ Pree torEaa to) Taal AB ae) . Auburn - Aqueduct Rd.iColonial Ave. (6" Branch) _6 EA. 7 Est. Gly. “Price per EA. (Figures) A wisn) Tota Ant id gure] ‘Aubum - Secondary Roads/Streets (6" Branch) Price per EA. (Figures) i dat go 20 Brie per Each (Weer) Total Amt Bid (PUTS) 44. Furnish & Install 2-inch Blow-off Assembly ‘a. Cranston - Auburn (Reservoir Ave.) 4 EA L500.9 Est Gly. “Price per EA Figures) Ope chestaser it tarda _ ps0. _ Pi alaLisal “otal Ant Bis Figwes) joe per Each (Wien) BID SCHEDULE Part4 42. Install New Water Service (Auburn - Reservoir Ave.) ‘a, Furnish and Install 1" Copper Tubing (Trenchless Technology) COLE _4 ‘Token Qty. Price per LF (Figures) kfentiline _ fa rete eR ie res b, Furnish and Install 1" Copper Tubing (Open-Cut Trench) 485 LF. o.gh Est. Qiy. Price per LF (Figures) ie # Aiblinar f. Zea. Price per Lines Foat (Write) Tofal Amt. Bid (Figures) c, Furnish and install 1" Corporation Stop LEDS) Price per EA (Figures) LID. rica por Each (both oop. end sacle) (Wren) “otal Ar. Bid (F gues) . Furnish and Install 1" Curb Stop and Service Box 38 EA. S00 oD. Est. Qly, Pre par EA (Figures) ee ‘Price per Each (stop and box together) (Wrlten} “Total Amt. Bd (Figures) =~ BID SCHEDULE / Part 13. Install New Water Service (Auburn - Park Ave. / Pontiac Ave.) a. Fumish and Install 1" Copper Tubing (Trenchless Technology) S77 LF. L520 Est. Qty. Price per LF (Figures) 5 Lifus re ha lhsnas BSI Price per Lirfear Foot (Written) ‘Total Amt. Bid (Figures) b. Furnish and Install 1" Copper Tubing (Open-Cut Trench) aL _ G9 __ Est Gly. Price por LF gues) FP ¢0.00 I pr Linear Fel (ten) Toll Art i TS) ¢. Furnish and Install 1" Corporation Stop gY 30.EA. LOt0.9y ‘ Est. Qty, rice per EA (Figures) Qn sthuedach Aiblere I e1d od Frice pet Each (oh oop. and eae) (Won Toa Ar Faw) d. Furnish and install 1" Curb Stop and Service Box eA _ SAA Ga) _ Est, Qty. Price per EA (Figures) a ae heated Hable) Li¢00-ce rice per Each (stop and box together) (Wrtsn) “Total Amt BIG (Figures) BID SCHEDULE Part 1 14, Install New Water Service (Auburn - Aqueduct Rd. / Colonial Ave) a, Furnish and Install 1” Copper Tubing (Trenchless Technology) one = _/5.g9__ ‘Est. Qty. Price per LF (Figures) Lifts A Ablsra te BLO. oD ‘Price pe Linear Foot (whiten) “Total Amt Bld (Figures) b. Furnish and Install 1" Copper Tubing (Open-Cut Trench) 405 LE. Lb.G0 Est. Qty.” Prcepar LF Figures) Lenk Abbie’ ea.) Price per Linear/Foot (Written) ‘Total Amt BH (Figures) ¢. Furnish and Install 1" Corporation Stop Lbt0. 20) Price perEA Figures) Bi Piloe par Each (oth corp. and sade) (Ween) Total Amt Bld (Figures) d. Furnish and Install 1" Curb Stop and Service Box iclthad diblise a LZe0n.2b ‘rice per Each (stop and box together) (riten) “TEa Art. Ba FiguTes) Co BID SCHEDULE Part1 46, Install New Water Service (Auburn - Secondary Roads/Streets) a, Furnish and Install 1" Copper Tubing (Trenchless Technology) 2.240LF, (‘s Est. Qly. Pree por LF gues) L 33 600.00 Pree Foot (wien) Total Amt. Bd Figures) b. Furnish and Install 1" Copper Tubing (Open-Cut Trench) 4,082 LE, lb 00 Gr Gy: ~Pronpol F Feu esachy diblusa. Le, b¢0. 08 Pree se nsalfoa ie) Taare oe Pa) ¢. Furnish and Install 1" Corporation Stop 167 EA. Ltd £0. Est. Qty. Price per EA (Figures) Price per Each (bath corp. and saddle) (Writer) “otal Am. BIS QUES) d. Furnish and Install 1" Curb Stop and Service Box 167 EA. SUA Ww Est. Qty, rice par EA (Figures) Sie hendral dillere’ _ —-_Bagpo.0d ‘rice per Each (stop and box together (writen) Total Amt. Bid (Figures) BID SCHEDULE Part4 46. Install New Water Service (Aubum - Reservoir Ave.) a. Furnish and Install 2" Copper Tubing (Trenchless Technology) x aS.a0 Token Qty. Price per LF Figures) dasa fats dellire: £500.00 Price por Lina Flot ten) “otal Ai Bd (gues) b Fu ‘and Install 2" Copper Tubing (Open-Cut Trench) 45LF, . Est. Oy. ie per LF (Figures) x Forty Ai bhiras Grace ke per Liar Foot (Won) ; Tota At Bd iS) cc, Furnish and Install 2" Corporation Stop and Service Saddle AEA, L50d 70 Est Qiy. “Price per EA Foures) Du huedod Pipe hadel [700.00 ‘Price per Each (both corp. saddle) (Written) Total Amt. Bic (Figures) d, Furnish and Instail 2" Curb Stop and Service Box 4EA L000.0°0 Est. Qty. Price per EA (Figures) £000.00. ‘rice per Each (stop and box together (Wren) Total Amt. Bid Figures) BID SCHEDULE Part 1 417. Reconnect Existing Copper Water Services (Aubum - Secondary Roads/Streets) a. Reconnect Existing 3/4" Copper Service (including corporation stop, copper tubing, ‘coupling and appurtenances) BEA. Libr “Est Gly. “Price por EA Figures) Ons thasietod ti Kandick dablare Zara 0d Price per Each (Writ) Total Amt Bid (Figures) bb. Reconnect Existing 1" Copper Service (Including corporation stop, copper tubing, coupling and appurtenances) {BA in (Ae ar ehassssnd Less Menplyel 15; 00. od. Frets aon on Scoot Pee) 48. Miscellaneous Water Main Appurtenance Removal Work (Auburn - Aqueduct Road) a. Remove Existing 8” Gate Valve off Existing 26" C.1, Water Main; Cut, Cap and Restrain Appurtenant 8" Branch Piping 3EA Est, Qty. Prise por LS (Figures) ‘ce per Each (Wien) “Total Amt. Bid (Figures) b. Remove Existing Blow-off for Existing 36" C.1, Water Main; Cut, Cap and Restrain Appurtenant Branch Piping 4 EA Zitb0 0d Est. Qty. Price per EA (Figures) Fisethuniand diblare Lised0. Price per Each (writen) “Total Amt. Bi (Figures) - BID SCHEDULE Part 1 19. Cleaning and Lining Water Mains (Auburn - Reservoir Ave.) a. Clean & Line Existing 6” C.1, Water Main - East Sido (Including the removal of existing 6° valves and appurtenances during the cleaning and lining process) 3.440 L. YS og Est. ly. Price por UF Figures) rico par Liar FoR caton) Total Amt. Bid (Figures) b, Clean & Line Existing 6" C.1. Water Main - West Side (Including the removal of existing 6" valves and appurtenances during the cleaning and lining process) 2,785 LF. od Est Qly. Price per LF Figures) s Lay Zs. dhliltre LBS EASGO. rice per Lidear Mbot (Write) Total Amt. Bid (Figures) is . Clean & Line Existing 8” C1, Wator Main - East Side (including the removal of existing : 6" valves and appurtenances during the cleaning and lining process) 4,070 L, ¥E. Est. Price per LF (Figures) wtih Sie dhbline —~L£3 LD za. rc par Lind Fad ton) ‘Total Amt. Bid (Figures) d. Clean & Line Existing 8" C.1. Water Main - West Side (including the removal of existing 6 valves and appurtenances during the cleaning and lining process) 4495 LF. YS ed) Est. Qly. Price per LF (Figures) = SEE, DIS OD Price per Lined Feld (Written) Total Amt Bid (Figures) BID SCHEDULE Part1 > e. Obstructions (associated with the Cleaning and Lining Operations for the existing 6°& 8° C. water mains along the above-specified streets within the Cranston-Aubur contract area. 4 EA. Ze ‘Token Qty. Price per EA (Figures) Price per Each (Writen) “Tofal Amt. Bid (Figures) 20. Cleaning and Lining Water Mains (Auburn - Park Avo. & Pontiac Ave.) a. Clean & Line Existing 6” C.1. Water Main - (including the removal of existing 6" valves and appurtenances during the cleaning and lining process) 1475. oo. Est Gly. Pica per LF (Fauree) Sori. fait Mallee 66,3 Zs e7 Fie pened od ten ate is) b, Clean & Line Existing 8" C.1. Water Main - (including the removal of existing 8" valves ‘and appurtenances during the cleaning and lining process) 920 LE. Est. Qt Price per LF (Figures) tot, - fg Beka! LC 00.09 rie pa dar FA ter) Toa rk Be (URE) ¢, Clean & Line Existing 42" C.1 Water Main - (including the removal of existing 12" valves and appurtenances during the cleaning and lining process) 1,605 LF. S50 Est. Qty. rice per LF (Figures) s fie. fas dallase/ SF 275g Price po Lined Facet) Total. Bid (Figures) “ BID SCHEDULE Part 1 4d, Obstructions (associated with the Cleaning and Lining Operations for the existing 6", 8" anc 12" C.L. water mains along the above-speoified streets within the Cranston-Auburn contract ai 4 EA. SHO od ‘Token Gy. Pre per EA Figures) i Siste.cd Price por Each (Wtton) Total Amt. Bd (Figures) 21. Cleaning and Lining Water Mains (Auburn - Aqueduct Rd. / Colonial Ave.) a, Clean & Line Existing 6" C.1, Water Main - (including the removal of existing 6" valves ‘and appurtenances during the cleaning and lining process) 4,770LF. 7 Est. Qly, Price per LF (Figures) 5 Pooh fis aeblise Z2bSO.LD oper Lidar F& (Wren) Total Amt Bid Figures) b, Clean & Line Existing 8” C.l. Water Main - (including the removal of existing 8" valves ‘and appurtenances during the cleaning and lining process) 2,535 Est. Qty.” Pros per LF (Figures) Paty fete hhltnee ME OVE GD rice per Linfer Foot (writen) Total Amt Bid (Figures) ¢, Obstructions (associated with the Cleaning and Lining Operations for the existing 6"& 6" C. water mains along the above-specified streets within the Cranston-Auburn contract area. 41 EA. 5600.00. ‘Token Gly. “Price per EA (Figures) Lijscphucsard diblisec Siete. ed _ Poe pat Each (ier) Toate BOW) BID SCHEDULE Part4 22. Cleaning and Lining Water Mains (Auburn - Secondary Roads/Streets) a. Clean & Line Existing 6" C.l, Water Main - (including the removal of existing 6" valves tnd appurtenances during the cleaning and lining process) 2agsoLe. __¥8.00_ Est. Qty. Price per LF (Figures) Jody fais dill L OED BD.0Y re pet Liter eo win) Tat Art 6 pte) bb, Clean & Lino Existing 8" C.1. Water Main - (including the removal of existing &" valves. and appurtenances during the cleaning and lining process) Est iy, Price per LF (Figures) Price per’ ft (VVritten) ‘Total Amt. Bid (Figures) ¢, Obstructions (associated with the Cleaning and Lining Operations for the existing 6"& 8" C. ‘water mains along the above-specified streets within the Cranston-Auburn contract area. 4 EA, ., ‘Token Gy. Price per EA Figures) I, Lb0. rice par Each (Writen) “Total Amt Bld (Figures) cm BID SCHEDULE Part1 23. Temporary By-Pass Piping System (Auburn: Reservoir Ave, - East Side) a. Furnish and Install Temporary 2" By-Pass Piping (including temporary services and hydrants) 400 LF. FLO ‘Token Qty. Price per LF (Figures) Sue bliin tt Pree por Linser Foot Witten) Total Amt Bid (Figures) bb, Furnish and install Temporary 4” By-Pass Piping (including temporary services and hydrants) 7,985 L. Zst Est. Qty. ‘Price per LF (Figures) etn dtaee t Lag 59.222. sD Price per Linear Foot (Written) ‘Total Amt. Bid (Figures) c. Furnish and install Temporary 6" By-Pass Piping (including temporary services and hydrants) 720 LF. Mh. Est. Qty. Price per LF (Figures) Lhven. aelhihad ZP20.£O rice per Lnear Foot (Wien) Tolsl Amt Bi (Figures) oe BID SCHEDULE Part 1 24. Temporary By-Pass Piping System (Auburn: Reservoir Ave, - West Side) . Furnish and Install Temporary 2" By-Pass Piping including temporary services and hydrants) 100 LF. Token Qty. Price per Linear Foot (Written) b. Furnish and Install Temporary 4" By-Pass Piping (noluding temporary services end hydrants) SAS0LF. Est. Qty. te Able Ce Price pr Linear Fot Wen) c. Furnish and Install Temporary 6" By-Pass Piping (including temporary services and hydrants) 3,200 LF. Est. Qty. Prive per Linear Foot (ten) Ss Price per LF (Figures) ONL “Total Amt Bd (Figures) rice par LF (Figures) ¢7ECO “Total Amt. Bid (Figues) PEL rice par LF (Figures) BAGO. “Total Amt Bd (Figures) BID SCHEDULE Part 4 25. Temporary By-Pass Piping System (Aubum: Park Ave, / Pontiac Ave.) a. Furnish and Install Temporary 2” By-Pass Piping (including temporary services and hydrants) 4850 LF. og Est. Qty. Price per LF (Figures) Pu BY 20. rope ear Foot Wien) Toa mt is Faure) b, Furnish and Install Temporary 4” By-Pass Piping (including temporary services and hydrants) 3,650. Z 5D Est Gly. “Poe per LF Figures) hewn dtl Llp tual 27 97e9 Price per Linear Foot (Written) “Tota Ant Bid (Figures) i \ ) ¢. Furnish and Install Temporary 6" By-Pass Piping (including temporary services and hydrants) 1,300 LE, Log0. Est, aly. Price per LF (igures) Pre per Linear Foat (Writan) Ege Bia (Figures) cy BID SCHEDULE Part 1 a. Furnish and install Temporary 2" By-Pass Piping (including temporary services and hydrants) 5,200 LF. Est. Oly: ‘rice par Linear Foot (written) b. Fumish and Install Temporary 4" By-Pass Piping (including temporary services and hydrants) 4,000 LF, Est Qty. Lota dass Ly tute Sete roe) cc, Furnish and Install Temporary 6" By-Pass Piping {including temporary services and hydrants) 1 4,300 LF. Est. Qty. Price per Linear Foot (Welton) ‘Temporary By-Pass Piping System (Auburn - Aqueduct Rd. ! Colonial Ave.) FLO Price per LF (Figures) 2b, cIO.LF Total Amt. Bd (Figures) 25D Price per LF (Figures) 700.00 “Total Amt Bi (Figures) Zz ice par LF Fgures) YL 300.0 “Total Amt. Bid (Figures) BID SCHEDULE. Part 27. Temporary By-Pass Piping System (Auburn - Secondary Roads/Streets) a. Furnish and Install Temporary 2" By-Pass Piping {including temporary services and hydrants) 34,320 LF. FIO Sa hee cee: eye ae hltia?d 124, b00.00 wana ares Zh bee ee b. Furnish and Install Temporary 4” By-Pass Piping (including temporary services and hydrants) 21,495 LF, Ast. Est. Qty. Price per LF (Figur othvtn tic aby ith Lb, 212.50 Sresertree reas Some ¢. Furnish and install Temporary 6" By-Pass Piping (including temporary services and hydrants) 13,460 LF. tad Est. Qty.” Pace perLF (Figures) LYE. 060.00 Price per Linger Feat (Written) “Total Amt. Bi (Figures) BID SCHEDULE SUMMARY ADDENDUM No. 4 ‘April 2, 2012 Part 4 Auburn - Reservoir Avenue (Bid Item Nos. 1a, 2a, 3a, 4a, 5a, 6a, 7a, 8a, 9a, 10a, 11a, 42a to 124, 16a to 16d, 19a to 19d, 23a to 23c, and 24a to 24c) Ors Wilh faire Cecnabivd ZihG these Qtr 30.3025 “otal 83 Poa (ron) Taal id Ar ure) Aubum - Park Avenue & Pontiac Avenue (Bid Item Nos. 1b, 2b, 3b, 4b, 5b, 6b, 7b, 8b, 9b, 10b, 10c, 13a to 13d, 20a to 20d, and 28a to 25c) fate, Lira afleten + SLI 200) ‘Total Bid Price (Written) Total Bid Amt.(Figures) Aubum - Aqueduct Road & Colonial Avenue (Bid Item Nos. 2c, 3c, Sc, 7c, 8c, 10d, 14a to 14d, 18a, 18b, 21a to 2c, and 26a to 26c) fara a od Total Bid Price (Written) ‘Total Bid Amt.(Figures) Auburn « Secondary Roads/Streets (Bid Item Nos. 2d, 3d, Sd, Td, 8d, 100, 15a to 154, 17a, 17b, 22a to 22c, and 27a to 27¢) : . yuellean dip Kagelend egy fave thesttind Cent 2, (PS 262.50. “Total i Price (rten) TB Arh gs) TOTAL BID PRICE (PART 1): Cranston - Auburn Overall Contract Area Lut Vetter. Or hecndlud thinly Thre hearvtsod. Total Ba Price Amount ten) fas Ltaded sanity elle) #5 123, 420 0d Seine Memrera Cc ~ BID SCHEDULE 7 Part 4 UT RAT jlacemer ad Services and nances. within Private Pi ol 38. Remove Lead Service within Private Property a, Remove & Dispose of Lead Service Pipe From Curb Stop to inside Water Meter location Allie Gad rca por Lined Fool Writer) Pres par LF GUS) 39, Install New Water Service within Private Property a. Furnish and Install 1" Copper Tubing (Trenchless Technology - Pulling) From Curb Stop to inside Water Meter location kk Allerg Lacy Price parLinser Foot wien) Price per LF (gues) fe b. Furnish and Install 1" Copper Tubing (Trenchless Tech. - Internal Moling) ae Internal moling from inside Water Meter location to Curb Stop £2.20 ee per Lifer Fob (rten) Price per LF (Furs) c. Furnish and Install 1" Copper Tubing (Open-Cut Trench) From Curb Stop to inside Water Meter location Lt0-o0 Price per Linear Foot (writen) Price por LF Figures) 4. Furnish and Install 2" Copper Tubing (Trenchless Technology - Pulling) From Curb Stop to inside Water Meter location LL. ie par Linear Foot (Wien) Price per LF (Figures) ~ BID SCHEDULE Part 4 . Fumish and Inetall 2" Copper Tubing (Trenchless Tech. - Internal Moling) Internal moting from inside Water Meter location to Cur Stop i LLELO rive per Linear Foot (Writien) rice per LF (Figures) f. Furnish and Install 2" Copper Tubing (Open-Cut Trench) From Curb Stop to inside Water Meter location (Que Kegel Shb allan Lon.20 ‘Price per Linear Foot (Written) Price per LF (Figures) 40, Internal Plumbing within Private Property a. Furnish and Inetall (2) - 1" Ball Valves (Full-Ported) One before Water Meter (or Pressure Reducing Valve, if required) And One after Meter. 300.0) ‘roe par Lump Sum (Wren) tice par Lump Sum (Figures) 'b, Furnish and Install (2) -2" Ball Valves (Full-Ported) (One before Water Meter (or Pressure Reducing Valve, if required) And One after Meter. 7 e000. Pr per Lump Sum (Writon) roe paromp Sum (Figures) ¢. Furnish and Install 1" Pressure Reducing Valve (if required) ‘After main isolation valve and before Water Meter we SOOT Brie par Each (Wetton) rice per Each (Figures) BID SCHEDULE. Part 4 4d. Furnish and Install 2" Pressure Reducing Valve (if required) After main isolation vaive and before Water Meter dthadk- Libs od Price per Each (Written) Prige per Each (Figures) . Furnish and Install Water Meter Jumper Pipe (at new mater location) dese tardoed ffl dlirse Zar Ss Price par Each (Figures) £. Furnish and Install 1 Backflow Prevention Device After meter foot ice per Each Writen) re per Ean (gues) g. Furnish and Install 2" Backflow Prevention Device Lt0.00 ice per Esch (writen) Frcs per Eacn (Figes) fh, Furnish and Install Expansion Tank (if requirod) After Backfow Device Ove vhetssnsk dellbire’ fit0.g0 rics par Each (Whiten) Fiioe per Each (Figures) BID SCHEDULE Part PRICE DIFFERENTIAL for Water Service Curb Stop Connections with Polypropylene Couplings 44. Price Differential: Curb Stop installations - Polypropylene Coupling Connections Cuth Stop Service Connections 20-00 mfp hh apd Each Curb Stop Instaaton (on) ice par Each igus) bb, 1-1/2" Cuth Stop Service Connections PSt0 Frice Differential per ag Curb Stop installation (writen) rice per Each (Figures) BID SCHEDULE Part6 BILIZATION AND DEMOBILIZATION MARK (Miscellaneous Lead Sorvice Replacement Areas! ‘Submit additional "per Each'" costs associated with the mobilization and demobilization within miscellaneous project service areas, which are located outside of and beyond two (2) miles from the Contractor's assigned WMR contract street areas, as directed by Providence Water, to perfor Lead Service Replacement work within the Providence Water Distribution System, as specified fo the unit bid work items presented in Part 2 and Part 3 of the Bid Schedule. Mobilization and Demobilization Markup One chruatnde dillon _- __f0td,£2 rice per Each (Written) rice per Each (Figures) BID SCHEDULE ADDENDUM No. 1 April 2, 2012 Part7 FIC CONTROL RATE: for Replacement of Water Mains, Services and Appurtenances: 43, Uniform Traffic Control Police Rate ‘a, Rate per Hour - City of Providence Fifty-Seven and One/100 Dollars $57.01 rice per Hour (Writer) Free por Hour Fires) b, Rate per Hour - City of Cranston Forty-One and One/100 Dollars $41.01 rice per Hour (Writer) rice per Hoar Fires) ¢. Rate per Hour - Town of North Providence Forty-One and Zero/100 Dollars $41.00 Price por Hour (Wten) d. Rate per Hour - Town of Johnston Forty-four and Thity-Six/100 Dollars rice per Hour (Wen) 44, Traffic Control Flagperson Rate a. Rate per Hour Price pp/Hour ston) Cente rice por Hour (Figures) $44.36 Price par Hour (Figures) CP YZ rice per Hour (Figures) BID SCHEDULE Part 8 TES, er Work associated with the Repla Rehabilitation of Water Mains and Appurtenances, withi and Private Space 45, Earthwork a, Gravel Bo nt andi Price per Cubie Yar Price per CY (Figures) b. Tost Pits Ls Lashed Lh Alkire £50.00 rice per Cubic Yard (Wren) rico por CY (Figures) 48. Rock Removal ‘a, Trench Rock Excavation & Removal ‘Two-Hundred Fifty and Zero/100 Dollars $250.00 Price per Cuble Yard (Witten) rice par CY (Figures) 4T, Temporary Restoration a. Fumish & Place Street Pavement - 2" Bituminous 20.00 rioo por Square Vard Wiften) b. Furnish & Place Sidewalk Pavement - 2" Bituminous por SY (Figures) AQ. 0D Price per Square Yor (Wt) ~Pice por SY ewes) BID SCHEDULE Parts c. Furnish & Place Strest Pavement - " Bituminous Brice per Square Yard (Witten) d. Fumish & Place Street Pavement - 6" Bituminous, Price ped 48, Permanent Restoration a. Furnish & Place Street Pavement - 4” Bituminous ‘Price por Squard Yard(Wrtten) b, Furnish & Place Street Pavement - 6" Bituminous rie por Squat ten) ¢. Fumish & Place Street Pavement - 9" Bitur ous rice per Sgbare Yerd (Witten) d. Furnish & Place Street Pavernent & Concrete Base Price per Square Yard (Wren) Yo.00 Price per SY (Figures) Brice per SY (Figures) G00 Price por SY (Figures) C570. rice par SY (Figures) oO. rb por SY (Figures) Lt0 20 Price par SY (Figures) i BID SCHEDULE Part 8 Fumish & Place, t Pavement - Bituminous Binder Only abla’ gourd ‘Price per Ton (Figures) ‘rice per Ton (Written) £. Furnish & Place Sidewalk Pavemont - Concrete (4") rice par Square Vat (Wi g. Fumish & Pla Driveway Pavement - Concrete (6") ~ Lue hiblerr’ Feico Piioe per Square Yard (Witten) ice par SY (Figures) h. Fumish & Place Sidewalk (Driveway) Pavement - Bituminous (3") . thats Albina’ 0.00 GO Price pa Square Yer (Witen) roe par SY (igus) i, Restore Grassy Areas -4" Loam Bed and Grass Seed tte in. Athltra/ PERL Price per Squaré Yard (Written) Price per SY (Figures) re BID SCHEDULE Part9 MISCELLANEOUS UNIT PRICES ADI K not s Parts 4 4 49. Existing Water Main Flow Stopping Devices a, Furnish & Install 6" Double Line Stop Device Eight Thousand Five Hundred and Zero Dollars $8,500.00 Price per Each (Wien) Piloe por EA (Figures) b. Furnish & Install 8" Double Line Stop Device Nine Thousand and Zero Dollars $9,000.00 rice per Each (writen) ie per EA Figures) ¢. Furnish & Install 12" Double Line Stop Device Eleven Thousand Five Hundred and Zero Dollars $14,500.00 Price per Each (Writ) Price per EA (Figures) 50. Tapping Sleeves and Valves ‘a, Furnish & Install 6°x8" Tapping Sleeve & Valve ‘Two Thousand Five Hundred and Zero Dollars $2,500.00 Price per Each (riten) Prise per EA (Figures) b. Furnish & Install 8"x8" Tapping Sleeve & Valve ‘Three Thousand and Zero Dollars. {$3,000.00 Price per Each (Wetton) ice per EA (Figures) ¢. Furnish & Install 12°x8" Tapping Sleeve & Valve Four Thousand and Zero Dollars $4,000.00 Price per Each (Wirt) Price per EA (Figures) BID SCHEDULE Part @ 51. Insertion Valves a, Furnish & Install 6" Insertion Valve Nine Thousand and Zero Dollars ‘Price per Bach (Writer) b, Furnish & Install 8" insertion Valve NineThousand Five Hundred and Zero Dollars Price per Each (writen) ¢. Furnish & Install 12" Insertion Valve ‘Twelve Thousand Five Hundréd and Zero Dollars Price per Each (Wer) ADDENDUM No. 1 April 2, 2012 39,000.00 Price per EA (Figures) $9,500.00 rice per BA (Figures) —$12,50000_ Price per EA (Figures) a BID SCHEDULE Part 9 ‘52. Reduced Pressure Zone (RPZ) Backflow Preventers - Commercial Customers a. Furnish, Install & Test 1/2 inch RPZ Backfiow Preventer grove Price per Each (Written) Price per Each (Figures) b, Furnish, Install & Test 3/4 inch RPZ Backflow Preventer dahlia! __ 500d ‘Price per Each (Written) Price per Eech (Figures) ¢. Furnish, Install & Test 1 Inch RPZ Backflow Preventer G50 od Price per Eadh (ten) Price per Each Fae) d. Furnish, install & Test 1-1/2 inch RPZ Backflow Preventer SEU.G2. rica peach (Wren) res per Een (Figures) e. Furnish, Install & Test 2 inch RPZ Backflow Preventer ft000. 00 Price per Each (Written) rice par Each (Figures) BID SCHEDULE Part9 83. Select Curb and Sidewalk Restoration a. Furnish & Install Granite Curbing (Vertical Face) CE) ris par Linear Foc tin) Pico per F Fou) b. Furnish & Install Precast Concrete Curbing (Vertical Face) Jo.cd Fie per Linear FOr (nto) Pies pe LF ane) ¢. Furnish & Install Bituminous Curbing (Vertical Face) Able! 41.00 rics per Linear Foot (Whitten) rice per LF Figures) 4d, Castin-Place Concrete Curbing hae Leer lalla! ASO Brice per Linesr Foor{virten) Price por UF (Figures) ¢. Reset Existing Curbing 0.00 cope Linear Food ton) “Pico pert (owes) f. Brick Sidewalk Restoration fi 65.00 Pico por Gun Yarpften) Pike per SY owes) BID SCHEDULE Part 10 LABOR RATES, TIONAL WOE 3 in 3 4, Labor Rates per hour - includes insurance, fringes, and overhead (Submission of Certiied Payros required) a__Fovman $ 129.00 Gassicaion ‘Barer Rae ero s __}fo.00__ Sven Ral pear »_O Ye $ 0.00 Tassicaton andar fae peroar $ 1b6s-00 Oren pero « Laborer $ GSia0 Gassieaion ‘Sander le aoe s lr vee Re arr a_ Driver Sse Ese eae g/egesaes Giaetcaton Tn ets prtor $ 136.9 ‘Sone per or °. s Gata OSOS~—SSS Sansa Ran parr 8 | ‘Ovni Rate par rear BID SCHEDULE Part 10 LABOR RATES for JAL WORK, jed I 4 bh ‘Ghasticaton Use adational shests necessary ‘Senders parbour ‘Orne ae pertour ‘andar ate porhour ‘erie Rate porrour ‘Orrime Rae parkour ww BID SCHEDULE Part 10 i EQUIPMENT RATES for ADDITIONAL i not specifi arts 1.2.5, 88. Equipment Rates a Backhoe § Type Make Year Rate per hour p._WMack pr $ 0.00 Type Make Year ate per hour o. yy CAS $ LSD. “Type Wake Yer ‘Rate perhour dq. Pick ula $ Fo Tyre Make Year Fai per Pour . $ Tee Nake Year ale parhaur t. $ Tye Wako Your Rate per hour Geese rere reaereeeeeeeereeeeeecec eee eee Thee aie Year Rate par hour nh See eee Type make Year Rate porhour BID SCHEDULE Part 10 MATE! & SUBCONT! COST MARKUP, for ADDITI ORK ne io 4 56, Matorials Cost Markup Percentage a. Contractor's Cost plus (Gubrission of Ofna nvolces required) Percentage (writen) 67, Subcontractor Cost Markup Percentage (Submission of Original Involoes required) a. Contractor's Cost plus Percentage (rien) 6B Percentage (Figures) 15¢6 Percentage (Figures) CERTIFICATION OF BIDDER, (Non-Discrimination/Hiting) Upon benatfot Beate Couserasthony Coo (Bidder's Name), 1 Bi ae & Auspse (Name of Person Making Certification), being its i (Title of Person Making Certification), hereby certify that: 1. Bidder does not unlawfully discriminate on the basis of race, color, national origin, gender, sexual orientation and/or religion in its business and hiring practices. 2. All of Bidder's employees have been hired in compliance with ell applicable federal, state and local laws, rules and regulations. Witness my hand, duly ee onthis__Z4 _ day 1 201¢. Bidder’s Name: _Biszdo Cbract, a4 bie =) ‘Printed Name) vie:__lant. beset, frevid at of, oO x SECTION 00430 PROPOSED SUBCONTRACTOR AND SUPPLIER LISTING Se SECTION 00430 | PROPOSED SUBCONTRACTOR AND SUPPLIER LISTING 1.01 Bidder must, to the best of his knowledge at the time of the bid, completely provide all information requested herein and submit this Section with the Bid Form. Failure to do so may result in rejection of the Bid. 1.02 Bidder shall submit any additional information requested by the OWNER to demonstrate to the OWNER that the Subcontractors and Suppliers proposed by the Bidder are sufficiently qualified and capable of performing the required work in a timely and efficient manner. 1.03 The scope of work to be performed by a Subcontractor or materials or equipment to be provided by a Supplier must be clearly indicated herein. 1.04 If sufficient space is not available in this section for the Bidder to provide complete and accurate information, the Bidder may use and attach as many additional sheets as required to fully satisfy the requirements of this section and the Bidding Documents. 2.01 Will any Subcontractors be used to perform any portions of the work being bid? Yes a No If “yes, list the proposed subcontractors to be used and the scope of work that they are anticipated to perform: | ‘Subcontractor Name Scope of Work to be Performed. 00430-1 Rev 0, fn. 15,2008 SECTION 00430 PROPOSED SUBCONTRACTOR AND SUPPLIER LISTING 2.02. Provide the license number for and neme of any subcontractors whose anticipated scope of ‘work will require licensing to comply with federal, state or local laws and regulations: ‘Subcontractor Name License No. 3.01 List proposed Suppliers of materials and/or equipment for the Work and the material(s) and/or equipment that they are anticipated to provide: Supplier Name Materials or Equipment Provided Li Be delirminade 4.01 The undersigned certifies that all information provided herein is tue, complete, and accurate so as not to be misleading. Bisz, Company Name: Signature: Name (typed or printe}):_ Alan @. brszuo Title: Pre ef end 00430 - 2 Rev. 6 an, 15,2004 NOTICE TO LABOR UNIONS OR OTHER ORGANIZATIONS OF WORKERS NON-DI TION IN EMPLO’ 10: wip (Name of Union or Organization of Workers) ‘The undersigned currently holds contract(s) with (Name of Applicant) involving funds or credit of the U.S. Government of (a) subcontract(s) with a prime contractor holding such contract(s). You are advised that under the provisions of the above contract(s) or subcontract(s) and in accordance with Executive Order 11246, dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant for employment because of race, age, handicap, veteran status, color, creed, or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following; HIRING, PLACEMENT, UPGRADING, TRANSFER, OR DEMOTION, RECRUITMENT, ADVERTISING, OR SOLICITATION FOR EMPLOYMENT TRAINING DURING EMPLOYMENT, RATES OF PAY ‘OR OTHER FORMS OF COMPENSATION, SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF, OR TERMINATION. This notice is furnished you pursuant to the provisions of the above contract(s) or subcontract(s) and Executive Order 11246. OF THIS N¢ BE POSTED BY THE sPICUOUS Vi. SLE TO. LICANTS FOR EMPLO’ 5 Beazea Cnebochiag Gree ¢. bis ves, Pree deat (Coospeo doc Rev 4222/11 GRC 1075080 UNITED STATES ENVIRONMENTAL PROTECTION AGENCY ASSURANCE OF COMPLIANCE, FOR TITLE VI OF THE CIVIL RIGHTS ACT OF 1964 AND ‘SECTION 13 OF THE FWPCA AMENDMENTS OF 1972 "NAME AND ADDRESS OF APPLICANTIRECIPIENT (Herainater| GRANT IDENTIFICATION NUMBER | GRANT AMOUNT REQUESTED called ASSUROR) (To be completed by EPA) i ‘TYPE OF GRANT. TDEMONSTRATION RESEARCH TRAINING OTHER (Speci): ‘CHECK ONE: TNEW [TOONTINUATION HEREBY AGREES THAT IT will comply with Tile VI ofthe Civil Rights Act of 1964 (P-L. 88-352) and all requirements of the U.S. Environmental Protection Agency (hereinafter called "EPA") issued pursuant to tht tice to the end thet in accordance with Titie VI of ‘hat Act, no person in the United States shall, on the ground of race, colo, or tational origin be excluded from participation in, be denied the benofits of, or be otherwise subjected to discrimination under any program or activity for which the Assuror receives financial assistance fom EPA and hereby gives assurance that t will now end hereafter take all necessary measures to effectuate this agreement. HEREBY AGREES THAT IT will comply with all applicable requirements of Section 13 of the Federel Water Pollution Control Act - Amendments of 1972 (P-L. 92-500) and all requirements of EPA issued pursuant to that section tothe end that in accordance with that section ofthat Act, no person in the United States shall, onthe ground of sex be excluded from participation in, be denied the benefits of, fx be otherwise subjected to discrimination under eny program or eetivity under the sald Federal Water Pollution Control Act ‘Amendments for which the Assuror receives assistance ffom EPA and hereby gives assurance tht it will now and hereefter tke all necessary measures to effectuate this agreement, [any real property or structure thereon is provided or improved with the aid of financial assistance extended to the Assuror by EPA, this ‘Assurance obligates the Assuzor, of, in the case of any transfer of such property, any transferee forthe period during which the real property or structure is used for a purpose involving the provisions of similar services or benefits. If any personal property is so provided, this Assurance obligates the Assuror forthe period during which it retains ownership or possession of the property. In all ‘other cases, this Assurance obligates the Assuror for the period during which the financial asistance is extended to it by EPA. ‘THE ASSURANCE is given in consideration of and for the purpose of obtained any and all Federal grants, loans, contracts, property discounts or other financial assistance extended after the date hereof to the Assuror by EPA including installment payments after such date on accoust of arrangements for Federel nancial assistance which were approved before such date. The Assuror recognizes end ‘agrees that such Federal financial assistance will be extended in reliance on the represectations and agreements made inthis Assurance fand that the United States shall reserve the right to seck judicial enforcement of this Assurance. ‘The Assurance is binding on the “Assure, its successors, transferees, ad assigaees, and the person or persons whose signature eppear below are authorized to sign this ‘Assurance on behelf of the Assuror, ‘The obligations assumed by the Assuror hereunder are in addition to any obligations which may be imposed to the Assuror by eny applicable regulation now outsandiag or which may hereafter be adopted by EPA to effectuate eny provision or goel of the seid Title VI tnd all applicable requirements of the said Section 13, and no part of this Assurance shal be reed s0 a5 to in any way detract from or modify any obligation which may be imposed on the Assuror by any such regulation standing alone. ‘SIGNATURE OF ASSUROR BY PRESIDENT, CHAIRMAN OF BOARD OR COMPARABLE AUTHORIZED DATE: OFFICAL Coaipe doe Rev 42/2/11 GKE 11085950 CERTIFICATION REGARDING DEBARMENT & SUSPENSION AND OTHER RESPONSIBILITY MATTERS In accordance with thie Executive Onder 12549, the prospeotive primary partiojpant certifies to the best of his /her knowledge end belief, that its principals: 2, Are not presently debarred, suspended, proposed Zor deberment, declared ineligible, or voluntarily ‘excluded from covered transactions by any federal department or agency; ‘b. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offeace in connection with obtaining, attempting to obtain, or performing « public (federal, sete, or locel) transaction or contract under @ ‘public transaction; violation of federel or state antitrust statutes or commission of embezzleraent, theft, forgery, bribery, falefication or destruction or records, making false statements, or receiving stolen property; 0, Arenot presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offeases enumerated in paragraph (1) (b) of this certification, 6. Have not within a three-year period preceding this application / proposal had one or more public transsotions (federal, sate, or local) terminated for cause of defanlt. ©. Acknowledge that ell sub-contractors selected for this project must be in compliance with paragraphs () @ a ofthis certification, Bisex Contracting Cory Blan t. bis2rs, Prose gla ld ‘Name and Title of Anthorized Agent Dito rhorized Agent Ain Bisvee, pee, deck ‘Lam unsble to certify to the above statements, My explanation is attached. Part Bl: MBE PARTICIPATION DISCLOSURE FORM ‘Use this form to list Minority Business Enterprises that you will use to meet the MBE OParticipation Goal. Please be reminded that: «The same Subcontractor may no! be used to meet both the MBE and WBE goals. Prime Contrector'sName:__ Biszt» Covbrachag Coup. Prime Contractor’s Address: 4) Deal apa esk St al Kier, mt ox __ Prime Contractor's Phone Numben(s): (908) 479-0578 Contract Number & Title: At Heplicensat- of. ult Masa 12pplitentct/ MBE SUBCONTRACTORS ‘Name: Project Vendor Expiration SAmountof — % of Total. ‘Nomber Date Subcontract Contract en Ti be He SL. Lt ee Total Dollar Amount of Contract gle heeat0 Total Dollar Amount of MBE Subcontracts §Eae8od TOTAL MBE PERCENTAGE OF ENTIRE, CONTRACT 1o_% Form Prepared by: Gams dlahy ‘Name, te, , Bistke fresideak” Phone Date 6 Roviend ov of Sgt-2011 Note: Bidders who fal to supply the shove information willbe considered ‘Non -Responsive. Part B2: WBE PARTICIPATION DISCLOSURE, FORM ‘Use this form to Hist Minority Business Enterprises that: ‘you will use to nest the WBE Participation Goal. Please be reminded that: ‘e The same Subcontractor may jot be used to meet hoth the MBE and WBE goals. Prime Contrector’sName:_ Piszwo C poston. ot 6 Cutp Prime Contractor's Address: 80 Deutlep neat St Fall Maver, npseoo2ed Prime Contractor’s Phone Number(s): 00) 629-2. Ly. Contract Number & Title: Ep hiptacsnsit | WettMuse + Ufpuatitictie WBE SUBCONTRACTORS Name: Project Vendor» “Expiration $Amount of % of Total Number Date Subcontractor Contract Seecunicy Carsdiuallae 2 bedelerund Ziatan leh ‘Total Dollar Amount of Contract . $Sasen Total Dollar Amount of WBE Subcontracts $_5722, frost ‘TOTAL WBE PERCENTAGE OF ENTIRE CONTRACT ah Form Prepared by: a ‘on. ibeszte, Provider eee a ‘Note; Bidders who fail to supply the above information willbe considered ‘Non-Responsive. Part Ct ‘Complete « separate Form for each MBB and WBE identified in Part B. Contract Name and Number: ‘i thal of ta ‘Name of Prime Contracior:__“B 1820 rakeset/ ng Corp Primo Conttactor's Phone Number(s): _ C40H)l42 9-020? Naneof(QEB)« Wos:_Ketia Steel Chrys : ‘MBE ot WBE Certification Number; “Work/ Servive to be performed by MBE or WBE: (ex: Copentry end Peinting) ___S. Site] material Materials / Suppligs to be furnished by MBE or WBE: Eyock 0 be defevnnwsl Subcontract Amount: $_ 672, You.) Af this is e requirements contrac, the subcontract dollar amount may be omitted), Subcontract percentage of total contract Lo. ‘The undersigned prime contractor and subcontractor agree to efiter into a contraot for the work/ service indicated ebove for the dollar emount or percentage indicated, subject to the prime eontraotot"s execution of a contract with the City of Providence for the above referenced contract number, The undersigned subcontreoto is caret certified as an MBE ot WBB with the City of Providence Minotity ‘Signature of MB ove nef Se.2011 Note: Bidders who fal to supply the above information will be considered Non-Responsive, Part Cr E/WBE. B cot | TE] OF Complete a separate Form for each MBE end WBE identified in Part B. Contrast Name and Numibect I od water Mura ‘Name of Prime Contractor: Biszno. ern fy ag hep Prime Coniractor’s Phone Number(s): __ C50a)'e 24-057 Nae of MBE or (BB. Stowriey Comsbructin Services Face MBE ot WBE Certification Number: “Work/ Service to be performed by MBE ot WBE: (ex: Carpentry and Painting) $ Site |waterial ‘Materlels / Suppliés to be furnished by MBE or ‘WBE: cucot JB be _Determ'ned. Suboontract Amount: $_ 974, 9.09) QE this is axequirements contract, the subcontract dollar emount may be omitted). ‘Subcontract peroentage of total coniract: BEE HY Goeeeesee ee ‘The undersigned prime contactor and subcontractor agree to enter into a contract forthe work / service indloated above forthe dollar amount or perveatage indicated, subject 0 the prime contract's cxcoution of a contiect with the City of Providence forthe above referenced contract number, The tmndersigned subcontractor js curently certified as an MBE or WBE with te City of Providence Mixonty and Women’s Business Opportunity Office, Bloat. tists oly ignature of Contraotor (Required) Printed Neme Medea? Date Sign "MBE or WBE (Required) Date “Revleed as ofSept 2011 Part Ds MBE/WBE PARTICIPATION AFFIDAVIT ‘The undersigned authorized representative of contractor does hereby make the following Affidavit: Contractor acknowledges the MBE goal of. 10% and the WBE goal of __10% for contract NoJTitle__Cuwbeapd- 2 ‘with the City of Providence. My frm will make best efforts to achieve the MBE and WBE pertioipation goals for this contract. understand that, if awarded the contract, my compeny must submit to the Minority and Women’s Business Coordinator at MBE/WBE office copies of all executed agreements with the MBE é& WBS firm being uilized to achieve the participation goels and other requirements of the RI General Laws, 1 ‘understand that these documents must be submitted prior to the issuance of a notice to proceed. Tunderstand that, if awarded the contract, my firm must submit to the MBE/WBB Office canceled checks and any other documentation and reports required by the MBE end WBE Office on a quarterly basis verifying payments to the MBE end WBE finally utilized on the contract, Tunderstand that if ani aveided this conttzor end I find that T amr unable to utilize the MBEs or ‘WRB identified in my statements of Intent, I must substitute other esrtified MBE and WBE firms to mest the participation goals, T understand that I may not meke a substitution until Ihave obtained the written approval of the MBE/WBE Offices. Tunderstand thai, f awarded this contract, authorized representatives of the City of Providence ray examine, from time to time, the books records and files of my frm to the extent thet such material is relevant to a determination of whether my firm is complying with the MBE and WBE participation requirements of this contract, ‘do solemnly declate and affirm under the penalty of perjury thet the contents of the foregoing affidavit are true end cottect tothe best of my knowledge, information and belief, ~ Conta acctisy Cov, Contractor Company Name Signature DDevelopmetst Call Kuti, Md a27a Alan © biscte,frrodeat ‘Adress Print Name and Title ‘Sworn and subscribed before me this day of in the year 2O/ ‘Revioed as of Sept 2011.

Vous aimerez peut-être aussi