Full Text
CITY OF BURLEY, IDAHO PROPOSED BLM WATER EXTENSION SPECIFICATIONS & CONTRACT DOCUMENTS Supplementing the 2020 Idaho Standards for Public Works Construction March 19, 2021 Original Specifications and Contract Documents Supplement Prepared by City of Burley, Idaho Modified for this project by David R. Waldron, P.E. 03/19/2021 ---PAGE BREAK--- 1 TABLE OF CONTENTS PROJECT DESCRIPTION INVITATION TO BID INSTRUCTION TO BIDDERS AGREEMENT BETWEEN OWNER AND CONTRACTOR BID FORM BID SCHEDULE BID BOND PAYMENT BOND PERFORMANCE BOND NOTICE OF AWARD NOTICE TO PROCEED TECHNICAL SPECIFICATIONS ---PAGE BREAK--- 2 PROJECT DESCRIPTION This project consists of extending a water main along Highway 27 to the BLM site. There is approximately 1200 feet of 12” water main and about 675 feet of 8” water main with valves, bends, tees, and fire hydrants, casings, with associated excavation, backfill, bedding, laterals, asphalt patching, site repair, and associated construction, materials, labor, and installation. The work also consists of disconnecting a building service from a well and installing a 2” water meter and connecting the building service to the 2” water meter. Contractor shall refer to applicable 2020 Edition of ISPWC Technical Specifications. ---PAGE BREAK--- 3 INVITATION TO BID NOTICE IS HEREBY GIVEN that on or before 2 p.m., on Thursday the 8th day of April, 201 the City of Burley, Idaho will receive in the office of the City Clerk, PO Box 1090, 1401 Overland Avenue, Burley, Idaho, sealed bids for BLM Water Extension. Envelopes containing bid proposals shall be sealed and addressed to the City of Burley, Idaho and shall be marked: Proposed BLM Water Extension Bids will be opened and read by the administrator and city engineer. Action will be taken by the City within thirty (30) days of the opening date and the successful bidder will be required to enter into a written contract with the City within ten (10) days after Notice of Award of his bid. The City of Burley reserves the right to reject any and all bids or to waive any irregularity in any bid. Each bid will be accompanied by a bid bond or certified check in the amount of 5% of the total bid which will be forfeited to the City if the bidder fails to enter into the contract. Checks of unsuccessful bidders will be returned immediately following award of the contract or 30 days after opening, if no award is made. All contractors submitting bids are required to have a valid Idaho Public Works License prior to bidding and to include the number on the Bid Form. Payment and Performance Bonds each equal to the bid amount are required upon award of Contract. There is a pre-bid meeting at 2:00 p.m. March 30, 2021 where the plans and specifications will be discussed and questions received. The pre-bid meeting is not mandatory. The bidder is invited to visit the site and make himself aware of the existing conditions. Bidders may ask questions up to 5:00 p.m. on Friday April 2, 2021. Specifications Supplement and Contract Documents may be examined at City of Burley. A copy of said documents for bidding purposes may be obtained from the office of City Clerk 1401 Overland Avenue. There is no charge for the bid documents sent via email. All proposals must be submitted on the forms furnished. Contractors are responsible to acquire and review the 2020 Edition of the ISPWC Technical Specifications. The proposed work consists of furnishing all labor, equipment, and materials to construct Proposed BLM Water Extension as indicated on the project plans. A list of quantities is available from the City Clerk’s Office. This work is financed in part by funds provided by the BLM. This project is subject to Davis Bacon Wages. A copy of the latest wage rate decision is attached after the specifications. The proposed work is to be completed by August 2, 2021 or as directed by the City Engineer. Dated this 19th day of March, 2021. By: City of Burley David R. Waldron, P.E. City Engineer ---PAGE BREAK--- 4 INSTRUCTION TO BIDDERS 1. DEFINED TERMS Whenever in these specifications or in other contract documents the following terms (or pronouns in place of them) are used, the intent and meaning shall be interpreted as follows: a) ADDENDUM. Any written or graphic modification or interpretation of the contract documents issued by the Engineer prior to the bid opening. b) BIDDER. The individual, firm or corporation formally submitting a proposal for the work contemplated, acting directly or through an authorized representative. c) CERTIFICATE OF SUBSTANTIAL COMPLETION. A document from the Owner to the Contractor stating that the major work on the project has been completed and is ready for service. The guarantee period (usually one year) begins at the time this document is issued. Final payment or retainages are not to be paid until all work is completed, including the paperwork. d) CHANGE ORDER. A written agreement between the Owner and the Contractor covering changes within the Plans, Specifications, or Quantities within the scope of the contract and establishing the basis of payment and time adjustments for the work affected by the changes. To avoid conflict in these specifications, the Change Order will take the place of supplemental agreements, extra work orders, and other types of special work agreements. e) CITY OR OWNER. The word City or Owner in these specifications means the City of Burley, Idaho. f) CONTRACT. The written agreement between the Owner and the Contractor covering the performance of the work and the furnishing of labor and materials in the construction thereof. The contract shall include the notice of letting, the proposal, plans, specifications, special provisions, if any, and the contract bond; also, any and all supplemental agreements required to complete the work. g) CONTRACTOR. The individual, partnership, firm or corporation executing a contract, acting directly or through his lawful agents or employees, who is primarily liable for the acceptable performance of the work for which he has contracted, and also for the payment of all legal debts pertaining to the work. h) COMPLETION DATE. The date upon which the work shall be completed under the terms of the Contract and approved by the City. i) ENGINEER. The word Engineer means the City of Burley City Engineer or the Engineer employed by the Owner to direct the work herein acting personally or through an assistant duly authorized in writing for such, by the Engineer. j) INSPECTOR. An authorized representative of the Engineer assigned to make inspections of the work performed and materials thereof. k) PLANS. The official plans, working drawings, or supplemental drawings or exact reproductions thereof, approved by the Engineer, which show the locations, character, dimensions, and details of the work to be done and which are to be considered as part of the Contract, supplementary to these instructions. l) CONTRACT BOND. The approved security furnished by the Contractor to guarantee the completion of the work in accordance with the terms of the Contract, and as a guarantee that he will pay in full all bills and accounts for materials and labor used as part of the construction of the work, as provided by law. m) NOTICE TO PROCEED. A written notice to the Contractor of the date on which he is to begin the prosecution of the work for which he has been contracted. ---PAGE BREAK--- 5 n) PROPOSAL. The approved, prepared form on which the bidder has submitted in detail a statement of his offer to perform the work. o) PROPOSAL FORM. The approved form on which the Owner requires formal bids to be submitted for the work. p) PROPOSAL GUARANTY. The required security submitted with the proposal to insure the execution of the Contract and bond for the performance of the work if the proposal is accepted. q) SPECIFICATIONS. The specifications shall include all of the provisions and requirements contained herein together with any reference to other standard specifications which pertain to the method and manner of performing the work, or to the quantities or quality of the materials to be furnished under the contract. r) WORK. The word "Work" shall be understood to mean the furnishing of all labor, materials, equipment, and other incidentals necessary or convenient to the successful completion of the project and the carrying out of all of the duties and obligations imposed by the contract. s) WORKING DAY. A working day shall be any day other than a legal holiday or Sunday. If Contractor elects to work on any day other than a working day, he will be responsible for the payment of the City of Burley Inspector's overtime fee. No work shall be performed without an inspector available. t) HOLIDAYS. The following are recognized as holidays: New Years Martin Luther King Day Presidents Day Memorial Day Fourth of July Labor Day Veterans Day Thanksgiving (2 days) Christmas And any other day proclaimed as a holiday by a legal authority. 2. COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of the Bidding Documents in the number and for the fee, if any, stated in the Advertisement of Invitation to Bid may be obtained from the Office of City Clerk, Burley, Idaho (herein, called Owner). 2.2. Complete sets of Bidding Documents must be used in preparing Bids. Neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. Owner and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 2.4 Interpretation of Specifications: The bidder’s attention is called to the fact that the estimate of quantities of work to be done and materials to be furnished under these specifications as shown on the proposal form is approximate and will be used for comparison of bids. The City does not assume any responsibility that the quantities shall conform strictly to the estimate in the construction of the project, nor other conditions pertaining thereto. The City reserves the right to increase or decrease any or all of the above-mentioned quantities of work or to omit any of them as may be deemed necessary without in any way invalidating the unit prices bid or the contract. 3. QUALIFICATIONS OF BIDDERS 3.1. All Contractors submitting bids are required to have a valid Idaho Public Work License and to include the number on the "Bid Form". The license level must be large enough for the bidders bid amount. ---PAGE BREAK--- 6 3.2. Bidders must present satisfactory evidence that they have the necessary experience, skill and financial ability to properly execute the work to be done under this Contract. If required by the Owner, Bidders must submit affidavits as to the amount of previous work or evidence of acceptance from other governmental entities of an amount of work done equivalent to that embraced in this contract. The Owner will inquire diligently into the Contractor's reputation and methods of previous work, and reserves the right to reject any bids because of previous difficulties on the part of the Contractor. 4. PREPARATION OF PROPOSAL 4.1. SUBMITTAL. The Bidder's Proposal shall be submitted on the proposal form furnished by the Owner at the time and location stated in the Invitation to Bid. The blank spaces in the proposal form shall be filled in correctly where indicated for each and every item for which a quantity is given, and the Bidder shall state the prices (legibly written in ink, or typed, both in words and numerals) for which it is proposed to do each item of work contemplated. In case of discrepancy between the written and numerical prices, the written prices shall govern. The Bidder shall sign the Proposal correctly with ink. If the Proposal is made by an individual, his name and post office address shall be shown. If made by a firm or partnership, the name of all partners and post office address and phone number of the general partner shall be shown. If made by a corporation, the proposal shall show the name of the state under the laws of which the corporation was chartered, the business address, the corporate seal, and the names of president and secretary/treasurer. 4.2. EXAMINATION OF CONTRACT DOCUMENTS AND SITE. It is the responsibility of each Bidder, before submitting a Bid, to examine the Contract Documents thoroughly, visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, and consider federal, state and local Laws and Regulations that may affect cost. 4.3. BID SECURITY. A bid bond, certified check or cashier's check in the amount of five percent of the bid and in favor of the Owner shall accompany the proposal. 4.4. DELIVERY OF PROPOSAL. Each Proposal submitted shall be placed in a sealed envelope marked with the title as shown on the proposal form, and with the name and address of the Bidder. When sent by mail, the sealed proposal marked as indicated above shall be enclosed in an additional envelope with the notation "BLM Water Extension Bid.” on the face of it. No proposal shall be considered unless filed on or before the time and at the place specified in the Invitation to Bid. Faxed or Email bids will not be accepted. The bidder is responsible for the timely delivery of the bid. Bids received after the due time failure of a delivery service will not be accepted. 4.5. MODIFICATION AND WITHDRAWAL OF BIDS. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 4.6. REJECTION OF IRREGULAR PROPOSALS. Proposals may be considered irregular and be rejected if they contain omissions, any alteration of form, additions not called for, conditional or alternate bids unless called for, or irregularities of any kind. 4.7. ACKNOWLEDGMENT OF ADDENDA. The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which must be filled in on the Bid Form), Failure to acknowledge receipt of Addenda shall render the Bid non- responsive. 4.8. SUBCONTRACTOR LIST. As required by Section 67-2310 Idaho Code, the General Contractor is required to include the names and addresses of all subcontractors in certain specialties he plans to use. Failure to list in the Proposal the required subcontractors shall render the Bid non-responsive. 5. BID OPENING 5.1. PUBLIC READING. Bids will be opened and (unless obviously non-responsive) read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. ---PAGE BREAK--- 7 5.2. SUBSTANTIAL MISTAKE. If, within 24 hours after Bids are opened, any Bidder files a duly signed, written notice with Owner and thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid and the Bid security (if any) will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work to be provided under the Contract Documents. 5.3. BIDS TO REMAIN SUBJECT TO ACCEPTANCE. All bids will remain subject to acceptance for thirty (30) days after the day of the Bid opening, but Owner may, in its sole discretion, release any bid and return the bid security prior to that date. 5.4. BID SECURITY RETENTION. The bid security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within ten (10) days after the Notice of Award, Owner may annul the Notice of Award and the bid security of that Bidder will be forfeited. The bid security of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of signing of contract with lower bidder or the 30th day after the Bid opening, whereupon Bid security furnished by such Bidders will be returned. Bid security with Bids which are not competitive will be returned within thirty (30) days after the Bid opening. 6. AWARD OF CONTRACT 6.1. Owner reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work and to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, non-responsive, unbalanced or conditional Bids. Also, Owner reserves the right to reject the bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 6.2. In evaluating Bids, Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 6.3. Owner may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Bid Form. Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 6.4. Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of any bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with Contract Documents to Owner's satisfaction within the prescribed time. 6.5. If the contract is to be awarded, it will be awarded to the lowest Bidder whose evaluation by Owner indicates to Owner that the award will be in the best interests of the Project. 6.6. If the contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within thirty (30) days after the day of the Bid opening. 7. SIGNING OF AGREEMENT 7.1. CONTRACT EXECUTION. When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within ten (10) days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement ---PAGE BREAK--- 8 and attached documents to Owner with the required Bonds and proof of insurance. Within ten (10) days thereafter Owner shall deliver one fully signed counterpart to Contractor. Each counterpart is to be accompanied by a complete set of Drawings with appropriate identification. 7.2. CONTRACT SECURITY. When the Successful Bidder delivers the executed Agreement to Owner, it must be accompanied by performance and payment bonds each in an amount equal to the contract price. 7.3. CONTRACTOR INSURANCE. The Contractor shall not commence work under this agreement until he has obtained the insurance required by the Agreement and described therein and furnished to the Owner satisfactory proof of such coverage. 7.4 WORKMAN'S COMPENSATION. The Contractor shall not commence work under this agreement until proof of overage for Workman's Compensation is provided to Owner. 7.5. APPROVAL OF CONTRACT. No contract is binding upon the Owner until it has been executed by the Owner through its authorized representatives and has been delivered to the Contractor. 8. CONTRACT TIME. The number of days within which, or the dates by which, the Work is to be substantially completed and also completed and ready for final payment (Contract Time) are set forth in the Bid Form and the Agreement. 9. LIQUIDATED DAMAGES. Provisions for liquidated damages, are set forth in the Agreement. 10. SUBSTITUTE OF "OR-EQUAL" ITEMS. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered until after the Effective Date of the Agreement. 11. SUBCONTRACTORS, SUPPLIERS AND OTHERS. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. STATE AND LOCAL SALES AND USE TAXES (WH-5 FORM). State and local sales and use taxes, as required by the laws and statutes of the State and its political subdivisions, shall be paid by the Contractor. Prices quoted in the Bid Form shall include sales tax, unless provision is made in the Bid Form to separately itemize the tax. A WH-5 tax form will be required to be filled out and submitted to the State Tax Commission. 13. RETAINAGE. Pursuant to Idaho Code, the State Tax Commission has promulgated mandatory procedures for Public Works contracts with which the Contractor and the Owner must comply. The Contractor will be responsible for completing all applications, notices and submittal required. Upon completion of the contract and before release of the retainage (constituting final payment) to the contractor, the Owner must receive a Public Works Contract Tax Release from the State Tax Commission indicating the Contractor has complied with the Idaho tax laws. A 5% retainage will be held until the Tax Release is received from the State Tax Commission. ---PAGE BREAK--- 9 AGREEMENT BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT is dated on the day of , by and between the CITY OF BURLEY, IDAHO, (hereinafter called OWNER) and (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: “Proposed BLM Water Extension” The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: This project consists of constructing a new sewer in Parke Avenue, connecting to the existing sanitary sewer, and connecting existing services to the new sewer line with associated manholes, excavation, backfill, bedding, laterals, asphalt paving, and associated construction, materials, labor, and installation. Article 2. ENGINEER The Project Engineer is the City of Burley. The Burley City Engineer is hereinafter called ENGINEER and who will act as OWNER'S representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. For all purposes, the City of Burley's City Engineer is the ENGINEER. Article 3. CONTRACT TIME 3.01 COMPLETION. Contractor shall complete the work within 90 calendar days of contract award with exception of any extensions granted by change order. 3.02 LIQUIDATED DAMAGES. OWNER and CONTRACTOR recognize that time is of the essence in this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.01 above, plus any extensions thereof approved and granted by the ENGINEER. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER FIVE HUNDRED AND NO/100 DOLLARS ($500.00) for each day that expires after the time specified. 3.03 EXTENSION OF TIME. CONTRACTOR shall not be charged with liquidated damages because of any delays in the completion of the Work due to unforeseeable causes beyond his control and which are not his fault or due to his negligence including but not restricted to, Acts of God, strikes, Federal Laws and Regulations in the procurement of materials, unusually severe weather conditions or delays of subcontractors due to such causes. CONTRACTOR shall give written notice of the causes of any such act, hindrance, or delay to OWNER within ten (10) days after its occurrence. If OWNER agrees that justifiable cause exists, the completion date shall be extended by the number of working days equal to the number of working days lost by the delay. ---PAGE BREAK--- 10 Article 4. CONTRACT PRICE AND PAYMENT PROCEDURE 4.01 PAYMENT. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds. 4.02 PAYMENT PROCEDURES. For the faithful performance of this Work herein embraced, as set forth in this Agreement between OWNER and CONTRACTOR, together with official contract documents specified in Article 7, which are made a part of this agreement hereof, in accordance with the directions of the ENGINEER, and to his satisfaction, said OWNER agrees to pay to said CONTRACTOR the amount earned, computed from actual quantities of work performed, as shown by the estimate of the ENGINEER, at the unit prices designated in the Bid Schedule. Such payment shall be adjusted to account for change orders, previous progress payments, retainage, liquidated damages and interest as applicable. Payments shall be made by the City Treasurer of said OWNER upon warrants of the OWNER issued upon vouchers of said ENGINEER which have been approved by Mayor and Council of said OWNER out of monies legally available for that purpose. 4.03 PROGRESS PAYMENT. CONTRACTOR shall be entitled to Progress Payments for work completed and for materials delivered and stored at the site (but not installed) during previous calendar months. On the first day of each month, or within nine days thereafter, CONTRACTOR shall deliver to OWNER'S ENGINEER a signed Request for Payment containing an estimate of the actual quantities of work performed and invoices for materials delivered to the site. OWNER and CONTRACTOR will then measure the exact quantities together. Payment shall be computed using UNIT PRICES designated on the Bid Form and adjusted to account for change orders, previous progress payments, retainage, liquidated damages, and interest as applicable. The receipt of Progress Payments does not signify acceptance of the Work. 4.04 RETAINAGE. OWNER shall be entitled to retain five percent of each progress payment. This retainage shall be released to the CONTRACTOR after final acceptance of the Work by the OWNER, and receipt of a tax release from the Idaho State Tax Commission. 4.05 EXTRA WORK & FORCE ACCOUNT WORK. In the event of any "Extra Work" being ordered by the Engineer of a class not covered by the prices submitted in the proposal, the basis of payment for the same shall be agreed upon in writing between the parties to the contract before such work is done. The quantities shown in the bid documents are approximate only and are for the purpose of comparing bids. The City of Burley especially reserves the right to increase or decrease any of the quantities and to make reasonable changes to designs without being responsible to the Contractor in any way for extra costs or for anticipated profits. The Contractor will be paid for the actual quantities of work finally installed or performed at the applicable unit prices stated in his Proposal. If unforeseen conditions require extra work of a type or nature already contemplated by the Contract, written change orders will be furnished to the Contractor. The basis for any additional compensation will be the unit prices originally provided by the Contractor. 4.06 PAYMENT OF MATERIAL ON HAND. In preparing estimates, payment shall be made to the extent of 75 percent of the invoice cost for materials on hand to be used on the project, and stored on site in an acceptable manner. All materials must conform to the requirements of the specifications; however, payment for materials on hand will not constitute acceptance and any faulty material will be condemned even though such payment may have been made for same in the estimates. Deductions at the same rates and in the amounts equal to the payments will be made from the estimates as the material is used, for which partial payments have been made. 4.07 FINAL PAYMENT. Upon completion of the Work and any testing specified in the Contract Documents, CONTRACTOR shall submit a Request for Final Payment containing an estimate of the actual quantities completed. ENGINEER shall inspect the completed Work, itemize any deficiencies, verify that quantities are correct, and adjust totals if necessary. Payment shall be computed as defined in Section 4.02 of this Agreement. CONTRACTOR shall correct any deficiencies and provide evidence from the Idaho State Tax Commission that State and Local Taxes are paid. CONTRACTOR shall be given a Certificate of Completion and paid in full as soon as reasonably possible after correction of deficiencies and submission of required documents. 4.08 FINAL GUARANTEE. All Work is guaranteed by the CONTRACTOR for a period of 1 year from after the date of the certification of the final pay estimate by the ENGINEER and the CONTRACTOR. If within said guarantee period, repairs or ---PAGE BREAK--- 11 changes are required in connection with any guaranteed Work, which in the sole opinion of the ENGINEER is rendered necessary as the result of the use of materials, equipment, or workmanship which are inferior, defective, or not in accordance with the terms of the contract, the CONTRACTOR shall upon receipt of written notice from the OWNER and without expense to the OWNER: a. Place in satisfactory condition in every particular all of such guaranteed Work and correct all defects therein; b. Make good all damage to the site, or equipment or contents thereof, which in the opinion of the ENGINEER is a result of the use of materials, equipment, or workmanship which are inferior, defective or not in accordance with the terms of the contract; c. Make good any Work or material or the equipment and the contents of the building, structure, or site disturbed in fulfilling any such guarantee. If the CONTRACTOR or Bonding Company, after such notice, fails to within ten (10) days proceed to comply with the terms of this guarantee the OWNER may have the defects corrected and the CONTRACTOR and his Surety shall be liable for all costs and expenses incurred; provided, however, that in case of emergency where, in the opinion of the ENGINEER, delay would cause serious loss or damage, repairs may be made without notice being given to the CONTRACTOR and the CONTRACTOR shall pay the cost thereof. Article 5. INTEREST All monies not paid within thirty (30) days of CONTRACTOR'S submittal of Request For Payment (or Final Payment), and other supporting documentation, and to which the CONTRACTOR is legally entitled by this Agreement, shall bear 2% above bank prime. Article 6. CONTRACTOR'S REPRESENTATIVES In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 6.01 CONTRACTOR has familiarized itself with the nature and extent of the Contract Documents, Work, site locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work; 6.02 CONTRACTOR has studied carefully all reports and drawings of physical conditions which are identified in the Contract Documents, and accepts the determination and extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to reply . 6.03 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to those provided by owner above) which pertain to the subsurface or physical conditions at or contiguous to the site or which may otherwise affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations, explorations , tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.04 UNDERGROUND FACILITIES. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. 6.05 CONTRACTOR has correlated the results of all such observations, examinations, investigations, exploration tests, reports and studies with the terms and conditions of the Contract Documents. 6.06 ERRORS. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ---PAGE BREAK--- 12 6.07 DAMAGES DURING CONSTRUCTION. CONTRACTOR accepts responsibility for conducting construction activities in a manner to prevent damage to structures or facilities in or near the construction site. CONTRACTOR agrees, in the event of damage caused by construction activities, to restore said structures or facilities at CONTRACTOR'S expense to a condition equal to or exceeding that which existed prior to said construction activities. Article 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER AND CONTRACTOR concerning the Work consist of the following: 1. Invitation To Bid (Not Used) 2. Instructions To Bidders 3. This Agreement 4. Bid Form, 5. Bid Bond 6. Payment Bond 7. Performance Bond 8. Notice of Award 9. Notice to Proceed 10. WH-5 Tax Form 11. Technical Specifications (including Appendices) 12. Addenda numbers to inclusive. 13. Insurance Certificates 14. Workman's Compensation Certificate 15. 2020 Idaho Standards for Public Works Construction (Not Included) There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be amended, modified or supplemented as agreed to by both parties in writing. Article 8. OTHER PROVISIONS 8.01 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 8.02 INDEMNIFICATION AND INSURANCE. The CONTRACTOR shall not commence work under this agreement until he has obtained the insurance and furnished to the OWNER satisfactory proof of such coverage: 1. COMPENSATION INSURANCE. The CONTRACTOR shall maintain during the life of this agreement Workmen's Compensation insurance for all of his employees working under this agreement. ---PAGE BREAK--- 13 2. LIABILITY INSURANCE. The CONTRACTOR shall maintain during the life of this agreement such bodily injury, property damage and vehicle insurance as shall protect him while performing Work under this Contract from claims for liability or property damage which may arise from operations by himself or anyone directly or indirectly employed by him under this Contract. The amount of such insurance shall be not less than the following: Liability Insurance in the amount of $1,000,000 per occurrence and $2,000,000 in aggregate. 3. CERTIFICATE OF INSURANCE. NOTICE TO PROCEED shall not be issued until the CONTRACTOR has furnished to the OWNER a Certificate of Insurance executed by insurance companies authorized to do insurance business in Idaho certifying that policies of insurance as required by the Contract have been duly issued to the CONTRACTOR (and its subcontractors where required). This paragraph applies to all insurance required by the Contract including Certificate of Coverage for Workman's Compensation. 8.03 INDEPENDENT CONTRACTOR. In all matters pertaining to this work, the offeror shall be acting as an independent CONTRACTOR. Article 9. GENERAL CONTRACTOR OBLIGATIONS 1. Locate and protect all utilities within the area required to complete the work of this Contract; 2. Protect all surface structures from damage; 3. Adhere strictly to requirements for safety in the work zone as per all state and federal statutes, and local ordinances including but not limited to OSHA, MUTCD standards; 4. Construct all facilities in accordance with State and Federal specifications and guidelines in accordance with the 2020 Edition of the Idaho Standards for Public Works Construction, ITD Standards and Specifications for work in the project site, Special Provisions, Owner standard Specifications, as shown in the Appendices, and as approved by the Contracting Officer; 5. Restore all surface features to former condition and usage. Pavement restoration will be performed by the Contractor; 6. Dispose of all rocks, brush, trees, concrete, removed pipe, asphalt, and/or other debris in accordance with all Local, State, and Federal Statues and Ordinances; 7. Perform all concrete work, backfill, pipe installation and other miscellaneous items as stated in the Technical Provisions of this Contract; 8. Maintain utility services provided by above ground or underground facilities in the area of the work and be liable for damages due to disruptions to service caused by Contractor’s construction activities; 9. Notify Engineer of the start of construction, Notify Engineer if conditions vary substantially from those indicated per the specifications hereof. Article 10. SCOPE OF WORK 10.01 INTENT OF SPECIFICATIONS. The intent of the specifications is to prescribe a complete Work or improvement which the CONTRACTOR undertakes to do in full compliance with the specifications, and other Contract Documents. The CONTRACTOR shall do all Work including such additional, extra and incidental Work as may be considered necessary to complete the project in a satisfactory and acceptable manner as provided in the specifications, Proposal and Contract. CONTRACTOR shall furnish, unless otherwise provided, all materials, equipment, tools, labor and incidentals necessary to prosecute the completion of the Work. 10.02 INCREASED OR DECREASED QUANTITIES OF WORK. The OWNER reserves the right to make such alterations in the specifications or in the quantities of Work as may be considered necessary. Such alterations shall not be considered as a waiver of any conditions of the Contract to invalidate any of the provisions thereof. 10.03 EXTRA WORK. In connection with the work covered by the contract, the ENGINEER may at any time during its progress order other work or materials incidental thereto. All such work and materials which do not appear in the contract as a ---PAGE BREAK--- 14 specific item accompanied by a unit price, and which are not included under the price bid for other items in the contract, shall be designated as "Extra Work". The CONTRACTOR shall perform "Extra Work” whenever it is deemed necessary and ordered to complete fully the project as contemplated and it must be done in accordance with the intent of these specifications. Payment for "Extra Work" will be made at an agreed unit price or lump sum price as set forth in a supplemental agreement executed by both parties to the Contract. "Extra Work" shall be done under the supervision of the ENGINEER and his decision shall be final and binding. The plans of the Work to be followed, the materials and equipment to be used, and the amount and character of labor to be employed shall meet with approval of the ENGINEER. Authorization for "Extra Work" shall be made by the ENGINEER in writing in advance of the performance of the Work and claims for such Work not so authorized will be rejected. 10.04 FINAL CLEANUP. Upon completion of the Work and before acceptance and final payment is made, the CONTRACTOR shall remove all equipment, excess and discarded materials, temporary structures and rubbish from the site and adjacent property and shall leave the site in a neat, presentable condition. Article 11. CONTROL OF WORK AND MATERIALS 11.01 AUTHORITY OF THE ENGINEER. The ENGINEER shall decide any and all questions which may arise as to the quality or acceptability of materials furnished and Work to be performed, as to the manner of performance and rate of progress of the Work, as to the interpretation of the plans and specifications, as to the acceptable fulfillment of the Contract on the part of the CONTRACTOR, as to compensation, and as to mutual rights between CONTRACTORS. The decision of the ENGINEER shall be final and he shall have exclusive authority to enforce the provisions of the Contract. 11.02 SPECIFICATIONS. All Work performed and all materials furnished under the Contract shall be in accordance with the specifications and no deviation will be permitted without the written order of the ENGINEER. 11.03 CONSTRUCTION STAKES. The OWNER will furnish the CONTRACTOR construction staking for the water line. If any re-staking is required, it will be provided and the cost for time and materials shall be deducted from monies owed to the contractor. The CONTRACTOR shall coordinate the request for construction layout such that the OWNER has not less than 14 Calendar days to provide the staking after the request for staking has been received by the owner. The request for staking shall be broken into packages small enough that the OWNER can provide all of the layout requested in each package in one day. Excessively large packages shall be rejected and sent back to the CONTACTOR for reduction into two or more packages. 11.04 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the OWNER shall be authorized to inspect all work done and materials furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, quality or manufacture of the materials to be used. The Inspector shall not be authorized to revoke, alter or waive any requirements of the specifications. He shall be authorized to call the attention of the CONTRACTOR to any failure of the Work or materials to conform to the specifications and contract. He shall have the authority to reject materials or suspend the Work until any question at issue can be decided by the ENGINEER. 11.05 INSPECTION. The ENGINEER or his representative shall be allowed access to all parts of the project at all times and shall be furnished such information and assistance by the CONTRACTOR as may be required to make a complete and detailed inspection. 11.06 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK. All Work and materials which do not conform to the requirements of the contract shall be considered as defective work. Any defective work, whether the result of poor workmanship, use of defective materials, damage through carelessness or any other cause, found to exist prior to acceptance of final payment for Work shall be removed immediately and replaced by Work and materials which shall conform to the specifications or shall be remedied otherwise in an acceptable manner. The fact that the inspector may have previously overlooked such defective work shall not constitute an acceptance of any part of it. 11.07 MAINTENANCE DURING CONSTRUCTION. The CONTRACTOR shall maintain the Work until it is finally accepted. All cost of maintenance Work by the CONTRACTOR during construction and before the Work is finally accepted shall be included in the unit prices on various pay items or lump sum bid and the CONTRACTOR will not be paid an additional amount for the Work. ---PAGE BREAK--- 15 11.08 DISPUTED CLAIMS. In any case where the CONTRACTOR deems extra compensation is due him for Work or materials not clearly covered in the Contract, or not ordered by the ENGINEER as an extra, as defined herein, the CONTRACTOR shall notify the ENGINEER in writing of his intention to make claim for such extra compensation before he begins the Work on which he bases the claim. If such notification is not given or the ENGINEER is not offered proper facilities by the CONTRACTOR for keeping strict account of cost, the CONTRACTOR hereby agrees to waive the claim for such extra compensation. In case the claim is found to be just, it shall be allowed and paid for as an extra as provided herein for "Extra Work". All Contractor claims against the Owner shall be initiated by a written claim submitted to the Owner and the Engineer. Such claim shall be received by the Owner and the Engineer no later than seven calendar days after the first appearance of the circumstances causing the claim, and before he begins the work on which he bases his claim. The Contractor shall set forth in detail all known facts and circumstances supporting the claim. The execution of a Change Order by the Contractor shall constitute conclusive evidence of the Contractor's agreement to the ordered changes in the work, this Contract as thus amended, the Contract Price, and the time for performance by the Contractor. The Contractor, by executing the Change order, waives and forever releases any claim against the Owner for additional time or compensation for matters relating to or arising out of or resulting from the work included within or affected by the executed Change Order. In all claims for adjusted compensation due to unexpected obstructions or other causes, where it is determined by the ENGINEER that compensation is due, the amount of compensation shall be based on an adjustment in quantities at the Unit Prices submitted with the CONTRACTOR'S original bid for the classification of WORK involved in the claim for adjusted compensation. The ENGINEER shall be the final authority in determining the reasonableness in applying a Unit Price to an item of work and the manner in which it is applied. 11.09 MATERIALS. Only materials conforming to the requirements of the specifications shall be used. All materials, before being incorporated in the work, shall be inspected and approved by the ENGINEER or his authorized representative. All materials which do not meet the requirements of these specifications will be rejected and shall be removed immediately from the job unless permitted by the ENGINEER to remain on the Work. The loss in replacing improper work or material shall furnish no ground to the CONTRACTOR for claiming additional compensation or extension of time for the completion of the Contract. Upon failure on the part of the CONTRACTOR to comply forthwith with any order of the ENGINEER made under the provisions of this paragraph, the ENGINEER shall have the authority to remove and replace defective material and to deduct the cost of removal and replacement from any money due or to become due to the CONTRACTOR. 11.10 WORK AREA. The CONTRACTOR shall keep the Work area in a reasonably neat condition with regard to litter and trash that may evolve from his own operations. 11.11 COMPLIANCE WITH BUILDING/ELECTRICAL/PLUMBING CODES. All Work performed in the performance and prosecution of this project shall be in accordance with the most recent editions of the International Building Code, the National Electrical Code, and the Uniform Plumbing Code. Article 12. LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 12.01 LAWS TO BE OBSERVED. The CONTRACTOR is assumed to be familiar with all Federal, State and local laws, codes, ordinances and regulations which in any manner affect those engaged or employed in the Work or the material or equipment used in or upon the construction area, or in any way affects the conduct of the Work. No pleas of mistake in fact or ignorance on the part of the CONTRACTOR will, in any way, serve to modify the provisions of the Contract. The CONTRACTOR, at all times, shall observe and comply with all Federal, State and local laws, codes, ordinances and regulations in any manner affecting the conduct of the Work, and the CONTRACTOR and his surety shall indemnify and save harmless the OWNER and all its officers, agents and servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order or decree, whether by himself or his employees. 12.02 BARRICADES, WARNINGS, SIGNS AND LIGHTS. The CONTRACTOR will be required to erect at his expense barricades and warning signs, and to furnish and maintain warning lights at night to protect the public from possible injury during the progress of all parts of the Work. All traffic control devices will be set in place prior to the start of any work on the project. Traffic Control shall meet MUTCD and City of Burley Requirements. ---PAGE BREAK--- 16 12.03 PUBLIC SAFETY AND CONVENIENCE. The CONTRACTOR shall at all times so conduct his Work as to insure the least possible obstruction to traffic. The convenience of the general public and residents along streets and the protection of persons and property are of prime importance and shall be provided for by the CONTRACTOR in an adequate and satisfactory manner. Where the CONTRACTOR'S equipment is operated on any pavement or structure, not within the limits of his contract, which is used by traffic, the CONTRACTOR shall clean the pavement of all dirt and debris at the end of each day's Work. The cost of this Work will not be paid for directly but shall be considered as included in the contract unit prices for other items. 12.04 PROTECTION AND RESTORATION OF PROPERTY. The CONTRACTOR shall not enter upon private property for any purpose without first obtaining permission, and he shall be responsible for the preservation and/or restoration of all public and private property, fences, monuments, underground structures, building, poles, signs, mailboxes etc. on and adjacent to the site and shall use every precaution necessary to prevent damage or injury thereto. He shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect or misconduct in his manner or method of executing said Work, or due to his nonexecution of said Work, or at any time due to defective Work or materials, and said responsibility shall not be released until the Work has been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect or misconduct in the execution of the Work, or in consequence of the nonexecution thereof on the part of the CONTRACTOR, he shall restore, at his own expense, such property to a condition similar or equal to that existing before such damage or injury in an acceptable manner. 12.05 RESPONSIBILITY FOR DAMAGE CLAIMS. The CONTRACTOR and his surety shall indemnify and save the OWNER and all of its officers, agents, and employees from all suits, actions or claims of any character, name and description brought for or on account of any injuries or damages received or sustained by any person, persons, or property, by or from the said CONTRACTOR or his employees, or by or in consequence of any neglect in safeguarding the Work, or by or on account of any act or omission, neglect, or misconduct of the said CONTRACTOR, or by or on account of any claims or amounts recovered by any infringement of patent, trademark or copyright, or from any claims or amounts arising or recovered under the "Workman's Compensation Law", or any other law, ordinance, order or decree, and so much of the money due said CONTRACTOR under and by virtue of his contract, as shall be considered necessary by the OWNER, may be retained, or, in case no money is due, his surety shall be held until such suit or suits, action or actions, claim or claims, or injuries or damages as aforesaid shall have been settled and satisfactory evidence to that effect furnished to the OWNER. 12.06 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the final acceptance of the Work by the ENGINEER and the OWNER, the CONTRACTOR shall have the charge and care thereof and shall take every necessary precaution against injury or damage to any part thereof by the action of the elements or from any other cause, whether arising from faulty materials or Work or from the execution or nonexecution of the Work. The CONTRACTOR shall rebuild, repair, restore and make good all injuries or damages to any portion of the Work occasioned by any of the above causes before its completion and acceptance, and shall bear the expense thereof except damage to the Work due to acts of God or the public enemy. An "Act of God" is construed to mean an earthquake, cloudburst, cyclone or other phenomenon of nature. A rainstorm, windstorm or other natural phenomenon of normal intensity for the particular locality shall not be construed as an "Act of God" and no reparation to the CONTRACTOR shall be made for damages to the Work resulting therefrom. The ENGINEER shall be the sole judge as to whether a particular natural phenomenon shall be classed as an "Act of God" or as a normal occurrence. In case of suspension of Work from any cause whatsoever, the CONTRACTOR shall be responsible for all materials, and shall properly store them, if necessary, and shall provide suitable drainage of the roadway and erect temporary structures where necessary. Article 13. PROSECUTION AND PROGRESS OF WORK 13.01 SUBLETTING OF CONTRACT. The OWNER will not recognize any subcontractor on the Project. The CONTRACTOR shall at all times when Work is in operation be represented either in person, by a qualified superintendent, or other designated representative. All persons engaged in the Work of the construction, including subcontractors, will be ---PAGE BREAK--- 17 considered as employees of the CONTRACTOR and he will be held responsible for their Work, which shall be subject to the provisions of the Contract. 13.02 DEFAULT AND TERMINATION OF CONTRACT. If the CONTRACTOR a. Fails to begin the Work under the contract within the time specified in the "Notice to Proceed"; b. Fails to perform the Work with sufficient workmen and equipment or with sufficient materials to assure the prompt completion of the Work; c. Performs the Work unsuitably or neglects or refuses to remove materials or to perform anew such Work as may be rejected as unacceptable and unsuitable; d. Discontinues the prosecution of the Work; e. Fails to resume Work which has been discontinued within a reasonable time after notice to do so; f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency; g. Makes an assignment for the benefit of creditors; Or for any other cause whatsoever, fails to carry on the Work in an acceptable manner, the ENGINEER will give notice to the CONTRACTOR as follows: a. A verbal notification from the ENGINEER to the CONTRACTOR (documented by the ENGINEER) that one or more of the above infractions have occurred. b. A written notification from the ENGINEER to the CONTRACTOR stating the infraction(s), as was given in the verbal notification, and should such infractions not be corrected within ten (10) days, the OWNER will proceed to take full power and authority from the CONTRACTOR for Default of the Contract. A copy of the notification shall be sent to the CONTRACTOR'S surety. c. If the CONTRACTOR or Surety, within a period of ten (10) days after such notice, does not proceed in accordance therewith, the OWNER will, upon written notification from the ENGINEER of the fact of such delay, neglect or default and the CONTRACTOR'S failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the Work out of the hands of the CONTRACTOR. The OWNER may appropriate or use any or all materials and equipment on the ground as may be suitable and acceptable and may enter into an agreement for the completion of said Contract according to the terms and provisions thereof, or use such other methods as in the opinion of the ENGINEER will be required for the completion of the contract in an acceptable manner. Costs and charges incurred by the OWNER, together with the cost of completing the Work under the Contract, will be deducted from any monies due or which may become due the CONTRACTOR. If such expense exceeds the sum which would have been payable under the Contract, then the CONTRACTOR and the Surety shall be liable and shall pay to the OWNER the amount of such excess. 13.03 COMPLETION OF CONTRACT. The contract shall be considered complete after all the Work included has been completed and accepted and after the final estimate has been allowed and paid; the CONTRACTOR shall then be released from all further obligations except as set forth in his bond and as to any legal rights of the OWNER. Article 14. BID PRICE This is a LUIMP SUM COST bid contract. Contractor agrees to complete the Work hereof as specified at the Lump Sum indicated on the BID FORM. The schedule of values is provided to indicate approximate quantities of work. The Bidder is responsible to verify the quantities indicated are accurate. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Document have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. ---PAGE BREAK--- 18 This Agreement will be effective on the day of , OWNER: City of Burley CONTRACTOR: By By (CORPORATE SEAL) (CORPORATE SEAL) Attest Attest Address for giving notices: Address for giving notices: PO Box 1090 1401 Overland Avenue, Burley, ID 83318 Public Works License No. Agent for service of Process: ---PAGE BREAK--- 19 BID FORM PROJECT IDENTIFICATION: Proposed BLM Water Extension. THIS BID IS SUBMITTED TO: OWNER: City of Burley PO Box 1090 1401 Overland Avenue Burley, Idaho 83318 1. BID ACCEPTANCE: The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BID SECURITY: BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders including without limitation those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for thirty (30) days after the day of Bid opening. BIDDER will sign and submit the Agreement with the bonds and other documents required by the Contract Documents within ten (10) days after the date of OWNER'S Notice of Award. 3. REPRESENTATIONS: In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: BIDDER has examined copies of all Bidding Documents including Addenda (receipt of all which must be acknowledged); BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing the Work; BIDDER has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions which are identified in the technical data contained in such reports and drawings upon which BIDDER is entitled to rely; BIDDER assumes responsibility for obtaining and carefully studying all examinations, investigations, explorations, tests and studies in addition to or to supplement those referred to in above which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract documents, and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by BIDDER for such purposes; e) BIDDER has reviewed and checked all information and data shown or indicated on the Plans and Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location and protection of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; ---PAGE BREAK--- 20 BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents; BIDDER has given CITY ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by CITY ENGINEER is acceptable to BIDDER; This Bid is genuine and not made in the interest of or on behalf of an undisclosed person, firm or corporation 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 person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 4. BIDDER accepts, if selected as CONTRACTOR for this Work, responsibility for the protection of all existing structures and facilities in or near the construction site from damages resulting from CONTRACTOR'S construction activities. It shall be SUCCESSFUL BIDDER'S responsibility, in the event any structure or facility is damaged by construction activities, to restore at BIDDER'S expense, said structure or facility to an equal or better condition then existed prior to said construction activities. 5. BIDDER agrees that the Work will be completed and ready for final payment by May 31, 2018 or as directed by the City Engineer. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the work on time. 6. The following documents are attached to and made a condition of this Bid. a. Invitation to Bid (Not Used) b. Instruction to Bidders c. Agreement Between Owner and Contractor d. Bid Form e. Bid Schedule f. Bid Bond g. Payment Bond h. Performance Bond i. Notice of Award j. Notice to Proceed k. WH-5 Tax Form l. Technical Specifications (including Appendices) m. Addenda numbers to inclusive. n. Insurance Certificates o. Workman’s Compensation Certificate p. 2020 Idaho Standards for Public Works Construction (Not Included) 7. Communications concerning this Bid shall be addressed to: City of Burley PO Box 1090 1401 Overland Avenue Burley, Idaho 83318 (208) 878-2224 Fax No. (208) 878-4436 1. BIDDER will furnish all material, equipment, labor, taxes, permits and all things necessary to construct the water line for the following Lump Sum Price, being aware that the total amount of compensation will be determined from the actual quantities completed in place, computed to neat lines as detailed. ---PAGE BREAK--- 21 BID SCHEDULE Proposed BLM Water Extension (See Technical Specifications for Bid Item Definitions) Bid Tab Item Description Quantity Units Unit Extension no Cost 1 Mobilization 1 EA $ $ 2 Excavation 2824 CYD $ $ 3 12" C-900 Water Main 1198 LF $ $ 4 14" DI Water Main Spool 1 EA $ $ 5 8" C-900 Water Main 676 LF $ $ 6 2" Water Service 165 LF $ $ 7 2" Meter 1 EA $ $ 8 Disconnect well 1 EA $ $ 9 Connection to Building Service 1 EA $ $ 10 Fittings 1 LS $ $ 11 Fire Hydrant & Valve 4 EA $ $ 12 Two J&R Pits 548 CYD $ $ 13 20" Casing Jack in place 40 LF $ $ 14 16" Casing Jack in place 50 LF $ $ 15 Skids & End Seals 2 EA $ $ 16 Pipe Bedding 1044 CYD $ $ 17 Backfill 1774 CYD $ $ 18 Aspahalt Patching 144 SF $ $ 19 Site Repair Borrow Pit 805 LF $ $ 20 Site Repair Grass Hydroseeding 808 LF $ $ 21 Site Repair Gravel 318 LF $ $ 22 Soil Disposal 1050 CYD $ $ 23 Traffic Control 90 Day $ $ 24 Bonds & Insurance 1 LS $ $ 25 Testing 1 LS $ $ 26 Total $ Total Amount of Bid in Words: In case of conflict, the written-out total will be used for the basis of the bid and all of the unit prices will be adjusted as incrementally for the total in numerals to match the total in words. I hereby acknowledge the receipt of Addenda No.’s (Signature) ---PAGE BREAK--- 22 Warnings: 1. Total Bid must be entered in words or bid will be declared non-responsive. 2. Receipt of Addenda must be acknowledged (above) or bid will be declared non-responsive. 3. Bidder must sign the Bid Schedule (below) or bid will be declared non-responsive. BIDDER’S Idaho Public Works License Respectfully submitted: Signature: Address: Title: Date: Contractor shall refer to applicable ISPWC Technical Specifications. Refer to modifications to the 2020 ISPWC for changes to the technical specifications. See measurement and payment section in the technical specifications for definitions, measurement, and payment information. All concrete shall be 4,000 psi as specified in ISPWC section 703. Contractor is hereby notified that quantities may substantially change from those shown on the Bid Schedule. Unit prices for bid items will not be adjusted for either an increase or a decrease in contract quantities. If BIDDER is: An Individual By: Date: (Individual’s Name) Phone: (Business Name) Address: A Partnership By: Date: (Firm’s Name) Phone: (Business Address) ---PAGE BREAK--- 23 (General Partner) (Partner) (Partner) (Partner) A Corporation By: Phone: (Corporation Name) State of Inc. Address: By: Title: (Corporate Seal) Attest: Date: A Joint Venture By: Name: (Business) Address: Phone: By: Name: (Business) Address: Phone: (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture shall be in the manner indicated above.) ---PAGE BREAK--- 24 BID BOND PRINCIPAL (Name and Address): SURETY (Name and Address): OWNER (Name and Address): City of Burley PO Box 1090 1401 Overland Avenue Burley, Idaho 83318 KNOW ALL MEN BY THESE PRESENTS, that as Principal, and as Surety, are hereby held and firmly bound unto City of Burley as OWNER in the penal sum of dollars, for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns firmly by these presents. WHEREAS, said Principal has submitted a Bid to said OWNER to perform the WORK required under the bidding schedule(s) of the OWNER’s Contract Documents entitled Proposed BLM Water Extension. NOW THEREFORE, if said Principal is awarded a contract by said OWNER and, within the time and in the manner required in the “Notice Inviting Bids”, “Instructions to Bidders”, and “Bid Form” enters into a written Agreement on the form of agreement bound with said Contract Documents, furnishes the required certificates of insurance, and furnishes the required Performance Bond and Payment Bond, and performs in all other respects the agreement created by this bid, then this obligation shall be null and void, otherwise it shall remain in full force and effect. The Surety stipulates and agrees that the obligation of said Surety shall in no way be impaired or affected by an extension of the time within which the OWNER MAY ACCEPT SUCH BID AND Surety further waives notice of any such extension. In the event suit is brought upon this bond by said OWNER and OWNER prevails, said Principal and Surety shall pay all costs incurred by said OWNER in such suit, including reasonable attorney’s fees and costs to be fixed by the court. SIGNED AND SEALED, this day of 2019 (SEAL) (SEAL) (Principal) (Surety) (Signature) (Signature) (SEAL AND NOTARY ACKNOWLEDGEMENT OF SURETY) IMPORTANT - Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. ---PAGE BREAK--- 25 PAYMENT BOND PRINCIPAL (NAME AND ADDRESS): SURETY (NAME AND ADDRESS): Phone OWNER (NAME AND ADDRESS): City of Burley PO Box 1090 1401 Overland Avenue Burley, ID 83319 KNOW ALL MEN BY THESE PRESENTS, CONTRACTOR, and Surety, are held and firmly bound unto the City of Burley, Idaho, hereinafter called “OWNER,” in the sum of dollars, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly be these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that said CONTRACTOR has been awarded and is about to enter into the annexed Agreement with said OWNER to perform the WORK as specified or indicated in the Contract Documents entitled Proposed BLM Water Extension. NOW THEREFORE, if said CONTRACTOR, or subcontractor, fails to pay for any materials, equipment, or other supplies, or for rental of same, used in connection with the performance of work contracted to be done, or for amounts due under applicable State law for any work or labor thereon, said Surety will pay for the same in an amount not exceeding the sum specified above, and, in the event suit is brought upon this bond, reasonable attorney’s fees to be fixed by the court. This bond shall inure to the benefit of any persons, companies, or corporations entitled to file claims under applicable State law so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED, that any alterations in the WORK to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said CONTRACTOR or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said CONTRACTOR or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. IN WITNESS WHEREOF, we have hereunder set our hands this of ---PAGE BREAK--- 26 (CONTRACTOR) (SURETY) (Signature and SEAL) (Signature and SEAL) (SEAL AND NOTARY ACKNOWLEDGMENT OF SURETY) ---PAGE BREAK--- 27 PERFORMANCE BOND PRINCIPAL (NAME AND ADDRESS): SURETY (NAME AND ADDRESS): OWNER (NAME AND ADDRESS): City of Burley PO Box 1090 1401 Overland Avenue Burley, ID 83319 KNOW ALL MEN BY THESE PRESENTS, CONTRACTOR, a Surety, are held and firmly bound unto the City of Burley, Idaho, hereinafter called “OWNER,” in the sum of dollars, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that said CONTRACTOR has been awarded and is about to enter into the annexed Agreement with said OWNER to perform the WORK as specified or indicated in the Contract Documents entitled Proposed BLM Water Extension. NOW THEREFORE, if said CONTRACTOR shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the WORK to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said CONTRACTOR or said Surety hereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said CONTRACTOR or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. IN WITNESS WHEREOF, we have hereunder set our hands this of ---PAGE BREAK--- 28 (CONTRACTOR) (SURETY) (Signature and SEAL) (Signature and SEAL) (SEAL AND NOTARIAL ACKNOWLEDGMENT OR SURETY) ---PAGE BREAK--- 29 NOTICE OF AWARD DATED TO: ADDRESS: PROJECT: CONTRACT FOR: Proposed BLM Water Extension. You are notified that your Bid submitted the day of for the above Contract has been considered. You are the apparent successful bidder and have been awarded a contract Proposed BLM Water Extension (Indicate total Work, alternatives or sections of Work awarded) The Contract price of your Contract is $ Three copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. You must comply with the following conditions precedent within ten (10) days of the date of this Notice of Award, which is by the day of , 1. You must deliver to the OWNER three fully executed counterparts of the Agreement including all the Contract Documents. This includes the triplicate sets of Drawings. Each of the Contract Documents must bear your signature on the cover page. 2. You must deliver with the executed Agreement the Contract Security (bonds), proof of insurance as specified in the "Instructions to Bidders" and the "Agreement", and certificate of workman's compensation coverage. Failure to comply with these conditions within the time specified will entitle Owner to consider your bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, Owner will return to you one fully signed counterpart of the Agreement with the Contract Documents attached. Owner: City of Burley By: Title: Mayor ---PAGE BREAK--- 30 NOTICE TO PROCEED Dated this day of , TO: (Contractor) ADDRESS: PROJECT: Proposed BLM Water Extension CONTRACT FOR: Proposed BLM Water Extension You are notified that the Contract Time under the above contract will commence to run on the day of , By that date, you are to start performing your obligations under the Contract Documents in accordance with Article 3 of the Agreement dated the day of , Before you may start any Work at the site, you must deliver to the OWNER (with copies to ENGINEER) certificates of insurance which you are required to purchase and maintain in accordance with the Contract Documents. City of Burley (Owner) By (Authorized Signature) Mayor (Title) ---PAGE BREAK--- 31 TECHNICAL SPECIFICATIONS ---PAGE BREAK--- 32 Technical Specifications Introduction: This project is for the construction of Proposed BLM Water Extension in Burley Idaho. Technical Specifications, IDAHO STANDARDS FOR PUBLIC WORKS CONSTRUCTION (ISPWC), 2020 Edition is incorporated by reference. Replace the measurement and payment sections in the ISPWC with the following: 1. Mobilization: Mobilization will be paid lump sum as stated in the bid as follows: not more than 50% of the bid item will be paid with the first invoice. Parodic payments will be made on this bid item totaling not more than the next 35% of the bid item with the remaining 15% to be paid as part of the final invoice. The maximum amount of this pay item is limited to 5% of the total bid amount. Payment will be for all trucking hauling, loading, unloading, fees, and all other items needed to set up the project site, haul in tools, equipment, trucks, and heavy equipment, and all other items needed for mobilization. This pay item also covers any permits, fees needed for the project. 2. Excavation: Excavation will be paid at the unit price per cubic yard as stated in the proposal. Payment will be for all excavation, placement of the excavated material, disposal of excess material and debris, excavation will be for all excavation regardless of type of material. The native soils may be used for trench backfill and can be stored adjacent to the excavation or hauled as deemed appropriate by the contractor. All excess native soils will be removed from the roadway each day. 3. 12” C-900 Water Main: 12” C-900 water main line will be paid per linear foot as stated in the proposal. Payment will be for all labor, pipe materials, tracer wire, warning tape, hauling, tipping fees, connections, installation, and all other work needed for a complete installation of a 12” PVC water line. Excavation and backfill are paid as a separate line item. 4. 14” Ductile Iron Water Main Spool: 14” ductile iron water main spool will be paid per each as stated in the proposal. Payment will be for all labor, pipe materials, ttracer wire, warning tape, hauling, tipping fees, connections, installation, and all other work needed for a complete installation of a 14” ductile iron ater line. Excavation and backfill are paid as a separate line item. 5. 8” C-900 Water Main: 8” C-900 water main line will be paid per linear foot as stated in the proposal. Payment will be for all labor, pipe materials, tracer wire, warning tape, hauling, tipping fees, connections, installation, and all other work needed for a complete installation of a 8” PVC water line. Excavation and backfill are paid as a separate line item. 6. 2” Water Service: 2” HDPE DR-9 water service will be paid per linear foot as stated in the proposal. Payment will be for all labor, pipe materials, tracer wire, warning tape, hauling, tipping fees, connections, installation, and all other work needed for a complete installation of a 2” service line. Excavation and backfill are paid as a separate line item. 7. 2” Water Meter: 2” water meter will be paid per each as stated in the proposal. Payment will be for all labor, pipe materials, meter setter, excavation and backfill, hauling, tipping fees, connections, installation, and all other work needed for a complete water meter installation. The city will install the meter after the connection fee has been paid by the owner. 8. Disconnect Well: Disconnect well will be paid per each as stated in the proposal. Payment will be for all materials, fittings, bends, caps, demolition, excavation backfill, compaction, thrust blocks, hauling, disposal, labor, and all items needed to disconnect the building water supply from the existing well. 9. Connection to Building Service: Connection to Building Service will be paid per each as stated in the proposal. Payment will be for all materials, fittings, bends, caps, excavation, backfill, compaction, thrust blocks, hauling, disposal, labor, and all items needed for a complete connection of the new water line to the building service line. 10. Fittings: Fittings will be paid at the lump sum as stated in the proposal. Payment will be for all materials, excavation, backfill, compaction, thrust blocks, fittings, flanges, adapters, grip rings, blind flanges, bolt ---PAGE BREAK--- 33 packs, labor, and all other items needed for a complete installation of the fittings needed for the pipeline installation as noted or not noted on the project plans. 11. Fire Hydrant and Valve: Fire hydrant and valve will be paid per each as stated in the proposal. Payment will be for all materials, excavation, backfill, compaction, thrust blocks drain gravel, fittings, flanges, adapters, grip rings, length of 6” pipe, gate valve, bolt packs, labor, and all other items needed for a complete installation of the fire hydrant and gate valve installation. 12. Two Jacking and Receiving Pits: Two jacking and receiving pits will be paid per cubic yard as stated in the proposal. Payment will be for all excavation, placement of the excavated material, disposal of excess material and debris, labor, shoring, materials, hauling, tipping, and all work necessary to have the jacking and receiving pits ready for installation of the casings. Payment will also include backfill of the pits after the casings have been installed. The native soils may be used for the pit backfill and can be stored adjacent to the excavation or hauled as deemed appropriate by the contractor. 13. 20” Casing Jack in Place: 20” casing jack in place will be paid per linear foot as stated in the proposal. Payment will be for the casing, jacking the casing to the line and grade, casing welding, all labor, work, hauling, power, and all other items needed for a complete installation of the casing. Payment will also include sliding the pipe inside the casing. The carrier pipe, skids, and end seals are paid separately. 14. 16” Casing Jack in Place: 160” casing jack in place will be paid per linear foot as stated in the proposal. Payment will be for the casing, jacking the casing to the line and grade, casing welding, all labor, work, hauling, power, and all other items needed for a complete installation of the casing. Payment will also include sliding the pipe inside the casing. The carrier pipe, skids, and end seals are paid separately. 15. Skids and End Seals: Skids and end seals ae paid per each casing pipe as stated on the proposal. Payment is for all of the skids as indicated in the details, attachment of the skids to the pipe, and installation of the end seal on both ends of the casing as indicated on the casing detail. Payment is for all work, parts, material, labor, hauling, and all other items needed for a complete skid and end seal installation. 16. Pipe Bedding: Pipe bedding will be paid at the unit price per cubic yard for material placed under the pipe to a depth of not less than 6-inches, the material around the pipe, and above the pipe for 12-inches. Payment will include all placement, shaping of the material, watering, compacting under the haunches, and compacting the first lift above the pipe. Pipe bedding payment will also include all materials per ISPWC and will include all royalties, hauling, crushing, placement, watering, and compaction. 17. Backfill: Backfill with native material will be paid at the unit price per cubic yard for all hauling, placement, watering, and compaction of the native soil above the pipe bedding. Payment for compaction testing will be paid separately. 18. Asphalt Patch: Asphalt Patch will be paid per square foot as stated in the proposal. Payment will be for all road base, compaction, compaction testing, asphalt pavement not less than 3” thick to match the existing asphalt pavement surface and 12-inches of compacted road bae, tack oil, rolling, hauling, paving, and all other items needed for a complete asphalt patch. Payment will be measured based on the neat line measurement for the pavement placed. The area listed in the proposal is based on a 6’ patch. Additional width necessary for the water main construction will be considered incidental to the project and not paid by the owner except as may be approved as a change order. 19. Site Repair Borrow Pit: Site repair borrow pit will be paid per linear foot as stated in the proposal. Payment will be for the final cleanup, shaping, grading, and all other items needed for the barrow pit area to be satisfactory per the ITD foreman. Payment is for all, labor, materials, repairs, raking, and all other items needed for a complete barrow pit repair. Measurement will be the neat line measurement shown in the proposal as the length of pipeline in the borrow pit. This area of barrow pit repair is the actual length and width of borrow pit that is damaged by the water main installation. Payment will also be for coordination with ITD to verify that the work is satisfactory. Payment will also be for the removal and replacement of cordite delineator markers in the borrow pit area. 20. Site Repair Grass Hydroseeding: Site repair grass hydroseeding will be paid per linear foot as stated in the proposal. Payment will be for the seed, hydroseeding, topsoil, topsoil amendments, labor, materials, sprinkler repair, sprinkler aiming, raking, and all other items needed for a complete hydroseeding of the disturbed area noted for hydroseeding. Measurement will be the neat line measurement shown in the proposal as the length of pipeline with grass cover. This area of hydroseeding is to be replaced is the actual ---PAGE BREAK--- 34 length and width of grass that is damaged by the water main installation. Payment will also be for coordination with the property owner to control watering during construction and to increase watering after construction to support the new grass. 21. Site Repair Gravel: Site repair gravel will be paid per linear foot as stated in the proposal. Payment will be for the removal of the native backfill to a depth of 12-inches below the adjacent gravel depth. Payment will also be for all road base, watering compaction, road base 12-inches after compaction to match the existing gravel surface, rolling, hauling, shaping, gravel crushing, royalties, and all other items needed for a complete gravel patch. Payment will be measured based on the neat line measurement for the gravel placed. Additional length or width necessary for the water main construction will be considered incidental to the project and not paid by the owner except as may be approved as a change order. 22. Soil Disposal: Soil disposal will be paid per cubic yard as stated in the proposal. Payment will be for removing all excess materials from the site and disposing of said materials properly. Topsoil, native soil, and other soils may be hauled to the contractor’s yard or used for other projects. Garbage is to be disposed of at the appropriate land fill. Payment is for all labor, loading, materials, equipment, hauling, tipping fees, and all other items needed for a complete disposal of excess materials. 23. Traffic Control: Traffic control will be paid at the unit price per day as stated in the proposal. Payment will be for all flaggers, barricades, signs, delineators, flagging, tape, and maintenance of the same. Traffic control will be required at all times not just hours that the contractor is working onsite. 24. Bonds and Insurance: Bonds and insurance will be paid at the lump sum price as stated in the proposal Payment will be for all costs for obtaining bonds and insurance for the project based on the limits shown in the contract documents. 25. Testing: Testing will be paid at the lump sum price as stated in the proposal. Testing includes but is not limited to compaction testing of the soil, proctor testing of the soil, temperature, slump, and break testing of the concrete, chlorinating, flushing, and bacteria testing of the water mains. The contractor shall maintain a continuous testing log of all tests required by the construction documents and provide to the owner a copy of all test results prior to final payment. 26. All other items required but not indicated above are considered ancillary to the bid items and shall be included in the bid items. Modifications to 2020 ISPWC Specifications Refer to the bid schedules and measurement and payment section for pay items specific to this project. Replace, modify, and or add the following paragraphs in the 2020 Edition of the ISPWC Specifications. Section 201 Clearing and Grubbing 3.1 Clearing and Grubbing B. Removal and Disposal. 4. Remove all brush and shrubs from the site including roots larger than ½-inch diameter. Dispose of the shrubs and brush off-site at a location provided by the contractor. Do not dispose of the brush and shrubs by burning or burial onsite in backfill or trenches. 6. Unless otherwise directed, removal all stumps within the clearing limits and roots larger than ½-inch diameter. Dispose of the stumps and roots off-site at a location provided by the contractor. Do not dispose of the stumps and roots by burning or burial onsite in backfill or trenches. D. Backfill. 1. Unless additional excavation is planned in the area of tree and shrub removal, backfill areas where trees and shrubs were removed with native soil if in a proposed landscaping area or Type II crushed aggregate from Table 1 in Section 802 for road and site development areas. Backfill to finish subgrade elevations. Section 202 Excavation and Embankment 3.3. Controlled Blasting. A. General. 4. Blasting is not authorized except for rock or cementitious material that is not able to be ripped with a single shank ripper on a well-functioning bulldozer with rated horsepower of 300 HP at 2100 rpms, and operating weight of 41 tons minimum. ---PAGE BREAK--- 35 3.8. Embankment Construction D. Borrow. 2. Imported Borrow. c. Use 8-inch minus uncrushed aggregate from Section 801 for imported borrow more than 18-inches below finish subgrade. Use Type II crushed aggregate from Table 1 in Section 802 for imported borrow less than 18-inches below finish subgrade. 3.10. Haul. A. Haul consists of authorized hauling of excavated material beyond the specified free haul distance. 4. For imported borrow, the haul cost is incidental to the imported borrow bid item and is not paid as a separate item. Section 301 Trench Excavation 3.1. General Requirements. B. Accurately grade bottom of trenches to the lines and grade indicated in the contract documents. If trench location is in rock, boulders, or gravel larger than 4-inches, over-excavate trenches 6-inches below flowline elevations shown in the project plans. Backfill this area with compacted Type 1 Bedding Material compacted to form solid foundation below pipe. If trench location is in gravel less than 2-inches, sand, clay, or silt, excavate to the flowline elevation show in the plans plus thickness of the pipe. Hand remove soil at bells to keep pipe at grade and uniformly supported. Section 302 Rock Excavation 1.4. Submittals. G. As part of the blasting plan, submit calculations showing the anticipated amount of blasting agent per hole, anticipated depths for each charge, and separation material between charges. Provide sketch showing typical hole pattern for blasting and a typical hole showing overall depth of hole, location of charges, and material between decks, and material above the hole to prevent over-shooting. 3.3. Blasting General Safety. G. Provide a tell-tell micro det or other approved method at the end of each charge line to be recovered to verify that all charges have been detonated. If the tell-tell has not been detonated, the contractor shall carefully excavate the shot material until the break in the det cord has been discovered. All said excavation shall be done under the guidance of the explosives seismic survey consultant. Section 303 Exploratory Excavation 1.5. Field Measurements. B. Notify the engineer if installation conditions such as exploratory excavation location, size, or conditions do not match those contemplated by the contract documents. Allow 24 hours for engineer to modify the design, if necessary, unless otherwise specified. 3.1. General. F. Exploratory excavation is required for all utility crossings. Said exploratory excavation shall be made at least 300 feet ahead of the project work. Notify the engineer of utility locations that conflict with the proposed work. Conflict consists of utility clash and or utilities without sufficient cover or separation based on the proposed work. Contact the utility owner for minimum cover depths. Verify separation distances per utility owner and DEQ requirements as applicable. Section 304 Trench Foundation Stabilization 1.5. Field Measurements. B. Notify the engineer if installation conditions such as exploratory excavation location, size, or conditions do not match those contemplated by the contract documents. Allow 24 hours for engineer to modify the design, if necessary, unless otherwise specified. Section 305 Pipe Bedding 3.2. Class A-1 Bedding System A. If trench location is in rock, boulders, or gravel larger than 4-inches, over-excavate trenches 6-inches below flowline elevations shown in the project plans. Place Type I Bedding 6-inches below the bottom of the pipe to 12- inches above the pipe. If trench location is in gravel less than 2-inches, sand, clay, or silt, excavate to the flowline elevation show in the plans plus thickness of the pipe, bed pipe with Type I Bedding material to a depth 6-inches above the top of the pipe. ---PAGE BREAK--- 36 3.10. Compaction A. Compact each layer of Type I bedding material to 95% of the maximum density as determined by AASHTO T99. Compact each layer of Type II and Type III bedding material to 92% of the maximum density per AASHTO T99. Moisture condition bedding material to be within 2% of optimum moisture content. Section 306 Trench Backfill 3.3. Type A trench backfill A-2, A-3) B. Compaction Requirements 4. Method: Use method A-1. Methods A-2 and A-3 (water settling) are not approved. 3.3.D. Type A-2 Compaction Delete paragraph 3.3.D in its entirety. 3.3.E. Type A-3 Compaction Delete paragraph 3.3.E in its entirety. Section 307 Street Cuts and Surface Repairs 1.5. Field Measurements B. Notify the engineer if installation conditions such as surfacing, soils, and drainage conditions do not match those contemplated by the contract documents. Allow 24 hours for engineer to modify the design, if necessary, unless otherwise specified: 2.1. Concrete B. All concrete to be Class 4000 psi unless otherwise indicated in the contract documents. 2.2. Asphalt Concrete A. Provide Marshall mix with ½” aggregate unless otherwise specified in the contract documents. Refer to Section 810 Plan Mix pavement. Refer to the Transportation Master Plan on the City’s website for pavement sections. 3.3. Soft Spot Repair C. Compact subgrade and place uncrushed aggregate and crushed aggregate leveling course as directed by roadway official in accordance with the City’s published Transportation Master Plan. All soft spot removal and replacement to be below the pavement section indicated in the Transportation Master Plan. 3.6. Type B Surface Restoration (Concrete Roadway Surfaces) F. Match existing road concrete thickness or 6-inches whichever is greater. Dowel the edges of the existing concrete with ½-inch dowels set 24-inches on center. Use slip joint dowels to allow for shrink and swell and to reduce heave. Provide rebar in the concrete paving per Section 702 and as shown on the contract documents. 3.7. Type C Surface Restoration (Gravel Roadway Surfaces) C. Use 12-inches compacted gravel depth unless otherwise specified. Use 3/4-inch crushed aggregate per Section 802. 3.8. Type P surface Restoration (Asphalt Roadway Surfaces) C. Match the existing base and subbase sections or as indicated in the Transportation Master Plan whichever is greater or as indicated in the Contract Documents consisting of 2-inch uncrushed and ¾-inch crushed aggregates in accordance with Sections 801 and 802. E. Match the existing asphalt depth or the depth indicated in the Transportation Master Plan whichever is greater. In no case shall residential streets have less than 3-inches of asphalt. J. Determination if full width pavement surface restoration is required. 1. Provide full width of asphalt restoration if more than 75% of the existing asphalt width is shown for replacement, or is necessary for trench stability, and as directed by the street official and or the engineer. 3.9. Type P Surface Restoration (with pavement fabric) C. Match the existing base and subbase sections or as indicated in the Transportation Master Plan whichever is greater as indicated in the Contract Documents consisting of 2-inch uncrushed and ¾-inch crushed aggregates in accordance with Sections 801 and 802. 3.12. Incidental Surface Restoration. C. Gravel Shoulders 2. Depth: Minimum of 8-inches or to the existing gravel depth whichever is greater. Use ¾-inch crushed aggregate per Section 802. 3.13. Gravel Access Road E. The minimum gravel thickness to be 12-inches or as shown in the contract documents. Use ¾-inch crushed aggregate per Section 802. ---PAGE BREAK--- 37 Section 308 Boring and Jacking 2.2. Steel Casing Pipe. A. Conform to ASTM A252 with 3/8- inch minimum wall thickness. Verify minimum casing thickness with details and with railroad, State Highway, etc. for casing thicknesses that may be thicker. Verify casing thickness is sufficient for the stresses induced in the jacking procedure. B. Diameter a minimum of 2-inches larger than the outside bell diameter o the carrier pipe and as needed for the spacers indicated in the details. 2.4. Carrier Pipe Skids. A. Remove paragraph A in its entirety. D. Ranger II Non-metallic casing spacers by GPT may be used for spacers. Spacers shall be placed per the manufacture’s recommendations so that the carrier pipe does not sag. 2.6. Annular Space Backfill. A. Backfill the annular space with sand, non-shrink grout, or other material as directed by the engineer and as shown on the project plans. If non-metallic spacers are used per 2.4.C abd 2.4.D backfill of the annular space is not required. Seal ends of the casing with a rubber boot and stainless-steel bands as indicated on the project plans. 3.5. Boring and Jacking. A as follows: A. Install the steel casing in a manner which minimizes interface with adjacent utilities., vehicular, pedestrian and railway traffic and minimizes damage and interference with other adjacent property improvements. Do not vary grade on steel casing from those of connecting pipeline. Verify alignment and grade of casing so that carrier pipe will remain on the grade and alignment shown on the project plans. Skids may not be trimmed to “adjust” the grade for the carrier pipe. E. If drilling methods are used, do not advance the auger or rotary drill head more than 1-inch ahead of the bit end of the casing. K. Backfill of the annular space with sand, non-shrink grout, or other material as directed by the engineer and as shown on the project plans. If non-metallic spacers are used per 2.4.C and 2.4.D backfill is not required. Seal ends of the casing with a rubber boot and stainless-steel bands as indicated on the project plans. L. Backfill the jacking and receiving pits with native soil or as indicated on the project plans. Compact the material to not less than 95% of maximum density in roadway areas and site development areas and to not less than 90% of maximum density in landscape areas. Moisture condition the backfill to within 2% of optimum moisture content. Section 309 Horizontal Directional Drilling 2.2. Potable Water Pipe and Couplings (As Carrier Pipe) A. PVC Carrier Pipe. 1. Conform to AWWA C-900 with a minimum pressure class of 200 psi, cast iron OD pipe size. B. IPS or DIPS HDPE pressure class 200 with NSF certification may be used. Fusion weld all pipe sections unless otherwise indicated on the project plans and as approved by the engineer. 2.3. Gravity Sewer and Drainage, Pressure Sewer and Pressure Irrigation Pipe and Couplings (As Carrier Pipe) A. PVC Carrier Pipe 1. Conform to AWWA C-900 with a minimum pressure class of 200 psi, cast iron OD pipe size. B. IPS or DIPS HDPE pressure class 200 with NSF certification may be used. Fusion weld all pipe sections unless otherwise indicated on the project plans and as approved by the engineer. Section 401 Water Pipe and Fittings 2.9. Mechanical Restraint. D. Where practical, use flange fittings to connect fittings together. Use star flange adapters to connect fittings to pipe. 3.7. Locating Wire. C. Tape locating wire to top of pipe with duct tape or similar tape at not more than 4-feet between attachment points. 3.8. Pipe Markers. B. Coordinate with engineer to allow the engineer to survey the top of the pipe at not less than 100-foot spacing, at all tees, bends, and valves. Uncover pipe as directed to allow survey of the pipeline. Typical survey will take place within 2 days of pipe installation unless otherwise coordinated with the engineer. Section 402 Hydraulic Valves 2.2. Resilient Seated Gate Valves A. Resilient seated gate valves… ---PAGE BREAK--- 38 1. Body Type: Use flanged valves where possible and where valves are connected to other fittings, tees, bends, reducers, etc. Use star flange adapters to connect fittings to pipe. 2.4. Air Release, Air/Vacuum, and Combination Air Valves A. Air release/Air Vacuum Combination… 1. Valve Size, Type, Working Pressure, Inlet and Outlet Configuration: As indicated on the project plans and consistent with the pipe system. Use flanged fittings where possible and where fittings are connected to other fittings. Use star flange adapters to connect tee to pipe. Section 403 Hydrants Only Clow Medallion hydrants are allowed. Refer to the standard plans posted on the City’s website for additional information, detail, sizes, and models of hydrants that are allowed. Paint hydrants red. Where mechanical joints are used, use with a grip ring. Section 404 Water Service Line and Meters Refer to the City website for water meter service line, connection to main, and water meter. 2.1. Pipe and Fittings Size, Type, and Strength. A. Use service lines SDR 9 (250 psi) copper tube size HDPE 4710 water service line with NSF stamp. No slicing is allowed between the corporation stop and the meter setter. 2.2. Service Pipe A. Use service lines SDR 9 (250 psi) copper tube size HDPE 4710 water service line with NSF stamp. No slicing is allowed between the corporation stop and the meter setter. B. Remove paragraph B in its entirety, 2.3. Water Meters A. Cold Water Meters – Displacement Type: ANSI/AWWA C700: 1. Water meters will be set by the City after receipt of the connection fees and permits have been paid. 2.4. Appurtenances A. Service Saddles. 1. 1” saddle taps are the smallest allowed. Use Ford stainless steel, single or double banded saddle with FIP thread (Ford FS313 or FS323). 2. For saddles larger than 1-inch, use Ford stainless steel, single or double banded saddle with FIP thread (Ford FS313 or FS323). C. Couplings: Couplings are not allowed between the corporation stop and the meter setter. D. Meter Setters 5. Use 24-inch tall copper meter setters as follows: a. Ford VBHC94-24W-41-44E-G-NL for 1” lines. b. Ford VBH94-24B-41-66-G-NL for 1.5” lines. c. Ford VBH77-24B-41-77-G-NL for 2” lines. d. Use tee, gate valves, fittings, and reducer as needed for larger meters. G. Meter Box 1. For 1-inch service, use white Ribbed HDPE meter box (smooth interior) 21” ID notch for service line. 2. For 1.5” and 2” service, use 36” diameter black ADS meter box (smooth interior and corrugated exterior) notch for water service. 3. For larger water meters, use concrete vault with minimum width of 4-feet plus width of meter or 5-feet whichever is greater. Vault length is 4-feet plus length of water meter or 5-feet whichever is greater. Center the meter in the middle of the vault. H Meter Box Cover 4. Use the following Meter box covers: a. For 1” service use ring and cover stamped “WATER” D&L supply B-5021 Universal. b. For 1.5” and 2” use Heath specialty precast 42” x 6” concrete specialty grade ring with a D&L supply B-5306 manhole ring and cover and D&L supply A-1055 cover to be stamped “WATER”. c. For larger meters use D&L supply B-5306 manhole ring and cover and D&L supply A-1055 cover to be stamped “WATER”. 3.2. Installation. C. Install pipe, fittings, meter setters, and meter boxes in accordance with the manufacture’s recommendations and standard details shown on the City’s Website. Section 501 Gravity Sewers Delete paragraphs 2.2.D, 2.2.F, 2.2.G, 2.2.H, and 2.2.I in their entirety. ---PAGE BREAK--- 39 Section 502 Manholes 2.5. Frames and Covers. B. Frame and Covers: ASTM A 48 Class 20 ksi cast iron, free of all defects. Plane or grind castings if necessary, to ensure flat, smooth even, and true surfaces. Covers shall have two prybar holes at the edge of the cover located 180 degrees apart. 3.8. Placement of Grade Rings. A as follows: A. Adjust frame elevations to finish grade with grade rings or an approved cast in place adjustment method. Maximum distance from top of the cone to finish grade shall be no more than 12-inches. If the distance needed to reach the finish grade is more than 12-inches, pull the cone and add a barrel section or replace a barrel section with taller barrel section, replace the cone, and install the frame and cover. 3.9. Installation of Steps: Delete section 3.9 in its entirety. 3.13. Placement of Concrete Collars. A as follows: A. Place collars in all paved areas per the detail on the City’s Website and Section 703 Cast in Place Concrete. Concrete to be Class 4000 psi. Section 503 Cleanouts Note: Cleanouts are only allowed on service lines. See Section 502 Manholes for end of main line termination. Do not use a cleanout at end of line locations. 2.3. Concrete Collar A. Concrete to be Class 4000 psi per Section 703 Cast in Place Concrete. 2.4. Backwater Valve. A. Provide service line size extendable backwater valve as manufactured by Clean Check, inc. Post Falls, Idaho or engineer approved equal if noted on the project plans. Section 504 Sewer Services 2.2. Pipe and Fittings. Delete paragraph C Vitrified Clay Pipe and Fittings in its entirety. Delete paragraph D Ductile Iron Pipe and Fittings in its entirety. 2.3. Service Line Markers. A. Mark service line ends as indicated on service line marker detail on the City’s Website. 3.3. Connection to Main A. Connection to new main pipelines or pipeline replacement, Delete paragraphs 3.3.A.3 through 3.3.A.9 in their entirety. 3.6. Installation of Service Line Markers. A. Install service line markers per the detail found on the City’s Website. Section 505 Pressure Sewers 2.3. Polyethylene Pipe and Fittings A. PE Pressure Pipe and Fittings 4. Fittings: PE 3406, thermal butt fused welded per ASTM D3261. Fittings may also be Flanged fittings with fusion weld to flange adapter, rubber gasket, backer plate, and bolt pack to connect to an adjacent flanged fitting. 2.5. Thrust Blocks and Pipe Anchors. C. Thrust blocks are required at all fittings that are mechanical joint type. Thrust blocks are not required on fusion connection fittings or flanged fittings unless otherwise noted on the project plans. 3.2. Installation of Pressure Sewers C. Provide a minimum cover over the force main of 5.5-feet unless otherwise noted in the contract plans. Section 602 Storm Drain Inlets, Catch Basins, Manholes, and Gravity Irrigation Structures 2.4. Steps Delete paragraph 2.4 in its entirety unless steps are called out in the project plans. 2.5. Grade Rings, Frames, Grates, and Covers B. Grade rings to be precast concrete per Section 703 Concrete. HDPE grade rings, Wirly-Gig, or approved substitution may be used in lieu of concrete grade rings up the maximum height of 12-inches if approved by the engineer prior to grade ring installation. If grade ring height is greater than 12-inches, remove the grade rings and ---PAGE BREAK--- 40 cone and add a barrel section, reset the cone, and finish setting the ring and cover to the correct elevation with approved grade rings. D. Covers to have “STORM DRAIN” or “IRRIGATION” as applicable molded into the top with letters having a minimum height of 1-inch or as specified in the contract documents. Covers to have two pry holes set on opposite sides of the cover that is about 1-inch long. 2.6. Collars A. Class 4000 psi concrete with rebar and as indicated on the manhole detail shown on the City’s website. 3.9. Placement of Grade Rings A. Adjust inlet, catch basin or manhole frames to the design elevations with grade rings such that the maximum height of the grade rings is less than 12-inches. If the required length is more than 12-inches, remove the grade rings, and add a section to the structure and finish with grade rings to the finish grade. 3.10. Installation of steps. Delete this section in its entirety unless steps are specifically called out in the project plans. 3.12. Placement of Concrete Collars A. Place collars in all paved areas or gravel drive areas per the manhole collar detail on the City’s website except with the appropriate utility text. Section 701 Concrete Formwork 3.7. Formwork Tolerances A. Tolerances in footings and foundations minus ¼-inch to plus 2-inches. Variations from plumb, not more than ¼- inch per 10-feet of wall with a maximum out of plumb of 1-inch overall. Variations in grade plus/minus ¼-inch from grade shown on the project plans. Variations in distance between structure elements plus/minus ¼-inch. Reduction in thickness ½-inch maximum. Variation in steps plus/minus 1/16-inch. Section 702 Concrete Reinforcement 1.3. References P. ASTM D 7508 Standard Specification for Polyolefin Chopped Strands for Use in Concrete. 2.1. Reinforcement G. Micro mesh and Macro mesh fiber: ASTM D 7508 3.1. Placement G. Use 1.5 pounds of micro mesh per cubic yard of concrete for curbs, walks, and slabs not subject to vehicular traffic. Use 5.0 pounds of macro mesh per cubic yard of concrete in addition to rebar shown on the plans for slabs subject to vehicular traffic. H. Weld rebar in accordance with AWS D1.4. Splice welds are not to be in high tension areas without written approval of the structural engineer. Section 703 Cast in Place Concrete 2.4. Concrete Mix C. All cast in place concrete to use 4000 psi concrete minimum unless otherwise noted in the project plans. D. Unless otherwise specified in the contract documents or approved by the engineer use 4000BF or 4000B concrete with ¾-inch minus coarse aggregate. Section 705 Portland Cement Concrete Pavement 2.1. Portland Cement Concrete C. If contract documents do not show a minimum strength for the concrete, the minimum strength will be 4000 psi at 28-days. 2.2. Reinforcing Steel B. Use Macro Mesh at the rate of 5 pounds per cubic yard of concrete in addition to rebar shown on the project plans for concrete paving subject to vehicular traffic. For walks and other slabs not subject to vehicular traffic, use Micro Mesh at the rate of 1.5 pounds per cubic yard of concrete in addition to rebar shown on the project plans. 3.1. Examination E. Verify that pavement subgrade thicknesses shown in the transportation master plan on the City’s website have been installed and properly compacted. F. Moisten the subgrade prior to concrete placement to reduce moisture absorption from fresh concrete by the base course. Section 706 Other Concrete Construction ---PAGE BREAK--- 41 2.3. Reinforcement C. All exterior flatwork concrete such as stairs, sidewalks, retaining walls, and nonstructural pads shall have a minimum of 1.5 pounds of micro fiber mesh per cubic yard of concrete in addition to rebar shown on the project plans. All exterior structural pads and pads subject to vehicular traffic shall have a minimum of 5 pounds of macro mesh fiber per cubic yard of concrete in addition to rebar shown on the project plans. 2.4. Portland Cement Concrete. A. Delete Table 1 and use Class 4000B concrete from Section 703.2.4.C 4. Unless otherwise specified, all concrete shall be 4,000 psi. 3.9. Backfill A. Backfill with native soils where approved by the engineer or as indicted on the project plans. In areas of paving, backfill with crushed aggregate per section 802. Section 801 Uncrushed Aggregate 2.2. Uncrushed Aggregate Gradation A. Gradations are listed in the following chart. Add the following to Table 1. Sieve Size 4 inches 2 inches 4 in. 100 2 in. 85-95 100 1 in. 85-95 ½ in. 67-77 3/8 in. 72-82 No. 4 50-60 60-70 No. 16 35-45 No. 100 5-15 No. 200 0-5 0-5 G. Imported trench backfill is considered to be any of the aggregate gradations shown in Table 1 that is available and approved by the engineer. I. Pit run for street sections shall be 2-inch minus as shown in the modified Table 1 or Type II crushed aggregate from Table 1 in Section 802. 3.4. Compaction B. Add water as needed so that the compaction takes place with 2% of optimum moisture content. Section 802 Crushed Aggregates 3.4. Compaction I. Add water as needed so that the compaction takes place within 2% of optimum moisture content. Section 806 Asphalt Tack Coat 3.2. Preparation of Surface to be Treated. G. Remove construction debris, plastic, garbage, cardboard, dust, loose material, grease, and all other items from areas to receive the tack coat that would prevent the tack coat from bonding to the adjacent surface. 3.3. Application of Tack Coat E. Prevent over spray of tack coat onto curb & gutter, sidewalks, buildings, etc. not intended to receive tack coat. Contractor is responsible to remove overspray from adjacent surfaces. If overspray hits adjacent buildings, the contractor shall wash, scrub, and clean the building surface marked with overspray to the satisfaction of the building owner and engineer. Section 807 Asphalt Prime Coat 3.3. Application of Prime Coat G. Prime coat is not required if final road grading and compaction takes place less than 24-hours before asphalt paving. If final grading and compaction takes place more than 24-hours prior to asphalt pavement, the asphalt prime coat will be considered incidental to the asphalt paving and will not be paid as an extra to the asphalt paving. Section 808 Seal Coat ---PAGE BREAK--- 42 3.1. Construction Limitations J. Prior to placing seal coat, clean the existing asphalt surface of loose gravel, debris, and other items that will keep the seal coat from adhering to the existing asphalt. Cleaning may include but is not limited to power washing, power sweeping, and compressed air jetting. 3.4. Application of Cover Coat Material Q. After the seal coat has cured for five days, apply permanent pavement markings as indicated in the project plans and per Section 1104. If the area is open to traffic prior to permanent pavement markings, use temporary pavement markings until the permanent markings are applied. Section 809 Surface Treatment 3.3. Opening to Traffic C. After the seal coat has cured for five days, apply permanent pavement markings as indicated in the project plans and per Section 1104. If the area is open to traffic prior to permanent pavement markings, use temporary pavement markings until the permanent markings are applied. Section 810 Plant Mix Pavement 2.1. Hveem and Marshall Mixes C. Hveem and Marshal mixes shall also meet the following requirements shone in Table 3. Additionally, use ¾” mix for the bottom layer of asphalt where more than one layer is required or on road projects where the design speed is greater than 30 mph. In parking lots and residential paving areas, use the ½” mix. The 3/8” mix is only to be used in thin asphalt overlay projects. If approved by the engineer, the contractor can use ½” mix for all layers of the asphalt paving. I. If RAP is used as part of the asphalt mix, the RAP shall be limited to no more than 15% of the total asphalt cement in the mix formula. 2.5. Recycled Plant Mix (RAP) Replace 17% in all paragraphs with 15% 3.6. Plant Mix Leveling Course B. Place leveling courses with minimum compacted thickness of 1.5-inches and a maximum compacted thickness of 3-inches. Place multiple courses as needed to reach the required thickness of the leveling course. Use ¾” aggregate for leveling course unless ½” aggregate is approved by the engineer. 1. Place top course with minimum compacted thickness of 1.5-inches and maximum compacted thickness of 3- inches. Place multiple courses as needed to reach the requited thickness of the top course. Use ½” aggregate for top course. 2. If approved by engineer, all of the layers of asphalt can be paved with ½” aggregate. Section 811 Road Mix Pavement 3.6. Spreading, Compacting, and Finishing D. Verify that the total amount of aggregate will produce the required thickness of pavement called out in the project plans. Add additional aggregate and asphalt as needed to produce the required thickness. The minimum thickness to be not less than three times the nominal aggregate size. Section 812 Scrub Coat 2.2. Asphalt B. RAP chips milled down to 5/16” may be used as chips for the scrub coat. No more than 15% of the chips may come from RAP. C. For non-RAP use 3/8” aggregate asphalt per Section 803. 3.1. Equipment C. Maintain brushes in good condition to apply pressure to the coat as it passes over the asphalt. Replace brush sections as needed to provide a uniform application. Section 813 Fog Coat 3.2. Application of Fog Coat ---PAGE BREAK--- 43 G. After fog coat has cured per manufacturer’s recommendations, add paint stripes, arrows, etc. as shown on the plans and matching the markers on the asphalt prior to the fog coat application per Section 1104. If area is open to traffic prior to placement of permanent markings, use temporary markings. Section 901 Pressure Irrigation Pipe and Fittings 2.2. Polyvinyl Chloride (PVC) Pipe and Fittings. C. Pipe Fittings 1. Ductile or Grey Iron Fittings: ANSI/AWWA C 110 e. Where possible, use flange fittings to bolt various fittings together. Use star flange adapters to connect fittings to pipe. 2.3. Ductile Iron Pipe and Fittings B. Flanged Ductile Iron Pipe 2. Where possible use flange fittings to bolt various fittings together. Use star flange adapters to connect fittings to pipe. 2.9. Thrust Blocks C. Thrust blocks are required at all mechanical joint fittings. Flange fittings, welded steel fittings, and fusion welded fittings do not require a thrust block unless otherwise shown in the contract documents. 3.2. Pipe Installation D. Provide Pipe bedding and initial backfill as required in Section 305. Narrow trenches are allowed if approved by the engineer. 2. Mechanical compaction is required for pipe bedding. Compaction can be done from the trench bank with pneumatic rammers or other approved method. Maintain trench safety at all times. Section 1101 Traffic Signals and Appurtenances 3.11. Concrete Foundation M. Concrete to be Class 4000 psi. Section 1102 Street Lighting 2.13. Concrete Pole Bases A. Concrete to be Class 4000 psi meeting the requirements of Section 703 unless otherwise specified in the contract documents. 3.4. Conduit Installation A. Above Ground: All conduits are required to be strapped, connected, or fastened to the pole at a maximum spacing of 5-feet. Section 1103 Construction Traffic Control 1.3. References F. ITD requirements for work on or adjacent to Idaho Department of Transportation Roads. G. Burley Highway District for district owned and maintained roads. 3.1. General J. Employ property trained, equipped, attired, and certified flaggers if traffic is constructed or deemed necessary by the engineer or other Authority Having Jurisdiction (AHJ) Section 2010 Mobilization 4.1. Measurement and Payment. A. Mobilization will be paid at the lump sum price as stated in the bid as follows: not more than 50% of the bid item will be paid with the first invoice. Periodic payments will be made on this bid item totaling not more than the next 35% of the bid item with the remaining 15% to be paid as part of the final invoice. The maximum amount of this pay item is limited to 5% of the total bid amount. Section 2020 Survey Monuments 2.1. General K. Concrete: Concrete for monument support shall be not less than 3000 psi. Concrete for collars in roadway areas to not be less than 4000 psi. ---PAGE BREAK--- 44 L. File a record of survey with the county as prescribed by the Surveyor Board and as required by Idaho Statutes Tittle 55 Chapter 16 for all monuments set by the Federal Government, or State Government. 3.1. Reference Points D. It is possible that some survey monuments have been paved over. Carefully remove asphalt from around the survey monument to not disturb the monument until the monument is found. Do not disturb the monument until the reference points have been set. E. Replace disturbed monuments after construction with similar monument for the following type monuments: Old Monument Type Replaced Monument Type Rebar any size 5/8” rebar with cap Brass Plug Brass Plug Aluminum Cap Aluminum Cap PK Nail 5/8” rebar with cap RR Spike 5/8” rebar with cap 3.3. Poured Monuments G. Monuments in roadway: Set monument between 2-inches and 4-inches below finish grade. Place monument frame and cover over monument and construct concrete collar as shown on the valve for the fire hydrant detail on the City’s website and Standard Detail SD-2020B. Section 2030 Utility Adjustments 1.4. Utility Relocation D. Pothole ahead of construction not less than 300 feet to find utilities that need to be relocated. Notify the engineer and utility owner as soon as conflict is found. Coordinate with engineer if conflict can be avoided with minor change in grade or line. Failure to notify the engineer so that a minor change can be made will not be grounds for a change order for additional fittings or utility relocation. 3.1. Manholes, Storm Drains, and Valve Boxes D. When raising manholes, storm drains, and catch basins to grade, use no more than a total of 12-inches of grade rings including existing rings. If more than 12-inches is required, pull all grade rings and restack the structure with a taller barrel section as needed to keep the depth of grade rings less than 12-inches. 3.2. Raise Manhole to Grade A. If top of cover is less than 12-inches below finish grade and the total amount of grade rings required to reach finish grade is less than 12-inches, add grade rings to finish grade. Perform surface restoration as needed to restore the affected area. B. If the top of cover is less than 12-inches below finish grade and the total amount of grade rings required to reach finish grade is more than 12-inches, remove the cover, grade rings, and cone and add a barrel section as needed to reduce the total amount of grade rings to less than 12-inches. Restack the manhole and set the cover to finish grade. Perform surface restoration as needed to restore the affected area. C. If the top of cover is more than 12-inches below finish grade, remove the cover, any grade rings, and cone. Add a barrel section so that the total amount of grade rings is less than 12-inches and restack the manhole and set the cover at finish grade. Perform surface restoration as needed to restore the affected area. D. Construct a concrete collar around the cover as shown on the manhole detail in the City’s website Section 2040 Fencing 2.1. Fencing Wire and Fabric C. Chain Link Fabric. 2. Match existing chain link fence for height, mesh size, top rods, posts, selvage, and hardware. 2.2. Fencing Hardware C. If chain link fence design is not part of the project plans or as indicated, provide a design and materials for the chain link fence, fabric, posts, etc. that conform to the “Chain Link Fence Wind Load Guide for the Selection of Line Post and Line Post Spacing” by Chain Link Fence Manufactures Institute Revised May 2010 or subsequent revisions. Use wind speed of 90 mph, exposure C, and moderate ice storm hazard unless noted otherwise. The chain link fence design shall be stamped by a civil engineer with Idaho registration. 2.4. Gates D. Gate posts shall be sized based on the design in 2.2.C above. Gate posts shall be set in concrete not less than 18- inch diameter and 3-feet deep. ---PAGE BREAK--- 45 Supplementary Conditions SECTION 200 SPECIAL PROVISIONS 200.01 EQUIPMENT All methods employed in performing the work and all equipment, tools, plant and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer before the work is started; and whenever found unsatisfactory, shall be changed and improved as required. All equipment, tools, machinery and plant used must be maintained in satisfactory working condition. 200.02 DRAINAGE The contractor shall provide for all drainage, whether from streets or alleys, private property or otherwise, and any damage resulting from stopped or diverted water shall be repaired by the Contractor at the Contractors’ expense to the satisfaction of the Engineer. 300.03 UTILITIES (ABOVE GROUND) The City will assume the responsibility for getting power poles, telephone poles, fire hydrants and water meters moved within the construction area except as noted on the construction drawings. 200.04 UTILITIES (UNDERGROUND) The Contractor shall call Dig-Line to locate all underground facilities such as waterlines, telephone cables (dips), etc. All utilities will be located prior to the start of work in that area. Any broken or damaged Utility by the contractor shall be replaced or repaired to the satisfaction of the Engineer at the Contractor's expense. 200.05 CLEANING It shall be the responsibility of the Contractor to prevent the spilling of gravel or excavated materials, from hauling equipment onto the surface of streets or highways, and if spillage does occur, the contractor shall at once remove these materials where there is inconvenience or hazard to the public. Sweeping and flushing equipment for street cleaning and dust settling shall be furnished by the Contractor during construction. Water for flushing or dust control will be furnished by the City, at no charge, from designated fire hydrants. The cost of flushing and dust control shall be considered incidental to the project. Once work is completed, the workplace shall appear the same or better than it appeared prior to construction. 200.06 WORK STOPPAGE When for any reason, the Contractor does not plan to work on the project on a working day, he shall notify the Engineer or the inspector on the preceding day of his intention not to work. 200.07 REMOVAL FROM SITE Any concrete removed, including sidewalk, concrete curb and gutter, driveways and crosswalks shall be removed from the construction site immediately after it is disturbed. Piling of concrete on the construction site for future removal will not be permitted, unless permission is given by the Engineer. Removal shall be considered incidental, and no additional monies will be paid for this item. 200.08 STREET CLOSURES The Contractor shall notify the Engineer, Police, fire, ambulance, and bus companies no later than 24 hours prior to the day of his intention to close any section of the street to vehicular traffic. The Contractor shall give specific locations of the closure and the approximate time the street will be closed. Traffic control shall be in strict conformance with the MUTCD. 200.09 SIGNS The Contractor shall be responsible for maintaining stop signs at all times in their existing location or in a relocated position such that they provide the same traffic controls that existed prior to the construction. All other traffic control signs or street name signs which require relocation shall be removed by the Contractor and placed beside the construction where they will not be damaged. The relocation of the signs will be done by others. 200.10 FAILURE TO COMPLETE WORK ON TIME The Contractor has a maximum of sixty days from start to finish on the construction. See the documents for liquidated damage amounts. 200.11 PROSECUTION OF WORK As this project consists of many small parts of the overall project, the Contractor will be expected to diligently pursue the work in progress. 200.12 BACKFILL See general notes for additional information on backfill and compaction. ---PAGE BREAK--- 46 200.13 WORK SCHEDULE At the pre-construction conference, the Contractor shall provide a proposed schedule of work indicating order of work, proposed starting dates and proposed date of completion. The above information shall be given for all major items of construction, i.e. excavation, concrete work, paving, etc. 200.14 SITE RESTORATION AND CLEANUP The Contractor shall, during the work, keep the premises clean and orderly and upon completion of the work, leave the project free of rubbish or excess materials of any kind. The project site, borrow and storage areas shall be properly graded to drain and blend in with abutting property. 200.15 BACKFILL AND CLEANUP It will be the responsibility of the Contractor to leave the construction area in as good or better condition as previous to construction. 200.16 METHOD OF PAYMENT These specifications are to include a completed unit of work. The City intends to pay only for those items included in the Bid Schedule. Miscellaneous costs incurred for providing materials or for performing work other than identified in the bid schedule shall be included in other items of work and shall not be paid for separately. 200.17 TRAFFIC CONTROL All traffic control on this project shall conform to the MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES. The Contractor shall provide and maintain lighted safety devices to identify trenched and other potential hazardous areas. 200.18 SPLITTING OF CONTRACT Due to the small size of the project, the City does not intend to split the work into several projects but reserves the right to do so at its sole option. If this is done, the unit prices of the low bidder will govern the prices paid to the second Contractor. Davis Bacon Wage Rate Decision Heavy Construction "General Decision Number: ID20210045 01/01/2021 Superseded General Decision Number: ID20200045 State: Idaho Construction Type: Heavy HEAVY CONSTRUCTION, Including water and sewer line construction and heavy construction projects on treatment plants and industrial (power plants, manufacturing plants, processing plants, etc.) sites County: Cassia County in Idaho. Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.95 for calendar year 2021 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/01/2021 * ELEC0449-004 06/01/2020 ---PAGE BREAK--- 47 Rates Fringes 32.54 15.36 ENGI0370-034 01/01/2019 Rates Fringes POWER EQUIPMENT OPERATOR: Bulldozer, Scraper (over 80 yds to 100 yds) GROUP 31.27 12.05 Drill (bit 8 in and over), Heavy Duty Mechanic, Scrapers (over 40 yds to 60 yds) GROUP 31.04 12.05 Drilling (bit under 8in), Scraper (up to and including 40 yds) GROUP 30.67 12.05 Roller GROUP 30.02 12.05 Scraper (over 100 yds) GROUP 31.75 12.05 ZONE PAY: Zone 1 0 - 30 miles: free Zone 2 30 - 60 miles: $30.00/per day Zone 3 More than 60 miles: $35.00/per day. If a project is located in more than one zone the lower zone rate shall apply ZONES SHALL BE MEASURED FROM THE THE FOLLOWING U.S. POST OFFICES: BOISE: 304 N. 8TH STREET TWIN FALLS: 253 2ND AVE. WEST POCATELLO: CLARK STREET IDAHO FALLS: 875 NORTH CAPITAL AVE. BOOM PAY: All Cranes and Concrete Pump Boom Trucks 100 ft to 150 ft $.15 over scale 150 ft to 200 ft $.30 over scale Over 200 ft $.45 over scale IRON0732-003 06/01/2019 Rates Fringes IRONWORKER, STRUCTURAL...........$ 27.15 19.85 LABO0155-008 01/01/2020 ---PAGE BREAK--- 48 Rates Fringes LABORER Asphalt Including Raker, Shoveler, Spreader, and Distributor Group 28.92 13.42 Flagger Group 28.72 13.42 SUID2010-038 08/08/2012 Rates Fringes CARPENTER (Form Work 28.00 0.00 CARPENTER, Excludes Form Work....$ 28.00 0.00 CEMENT MASON/CONCRETE FINISHER...$ 17.16 5.67 IRONWORKER, REINFORCING..........$ 27.22 16.70 LABORER: Common or General......$ 22.13 11.98 LABORER: 16.39 0.00 OPERATOR: Backhoe/Excavator/Trackhoe.......$ 21.06 0.00 OPERATOR: Bobcat/Skid Steer/Skid 17.00 0.00 OPERATOR: Concrete Batch 24.94 11.96 OPERATOR: 27.59 9.60 OPERATOR: 21.98 0.00 OPERATOR: Grader/Blade..........$ 25.17 9.44 OPERATOR: Loader (Front 21.33 4.25 PAINTER: Roller and 17.06 0.65 TRUCK DRIVER: Dump 17.11 0.00 TRUCK DRIVER: Lowboy Truck......$ 21.00 12.10 TRUCK DRIVER: Water 23.89 9.52 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---PAGE BREAK--- 49 Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. ---PAGE BREAK--- 50 A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in and should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 If the answer to the question in is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 All decisions by the Administrative Review Board are final. END OF GENERAL DECISION