Full Text
November 17, 2009 RESERVE STREET SEWER MAIN REPLACEMENT PROJECT (SITE ID 18~ . PROJECT NO.: 09-048 . LETTER OF TRANSMITTAL SUBJECT: Addendum No. 3 Dear Bidding Document Holders and Prospective Bidders: Please :find enclosed Addendum No.3 for the City ofMissoula Reserve Street Sewer Main Replacement Project (Site ID 184); Project No. 09"048. Acknowledge receipt ofthis addendum by signing and dating the space provided in the Bid Form. Please contact our office ifyou have any questions. Sincerely, John Manion, P.E.. Project Manager. . HDR ONE COMPANY IMallY Solutions 1715 South Reserve Suite C 1Missouia, MT 159801 Direct: 406.532.22121 Fax: [PHONE REDACTED] 1 cc. StevenKing, City ofMissoula Kevin Slovarp, City ofMissoula Pat Brooks, City ofMissoula Star Sullivan, CityofMissoula Dennis Murphy, City ofMissoula CUlTent Plan Holders List ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 Addendum No. 3 – Page 1 of 4 ADDENDUM NO. 3 CITY OF MISSOULA RESERVE STREET SEWER MAIN REPLACEMENT PROJECT (SITE ID 184) PROJECT NO.: 09-048 Date: November 17, 2009 HDR Engineering, Inc. 1715 South Reserve St., Suite C Missoula, MT 59801 Phone: (406) 532-2200 PART 1 – GENERAL 1.01 SCOPE A. This addendum forms a part of the Bidding and Contract Documents and modifies the Project Manual as described below. B. This Addendum consists of 4 pages and the following attachments: 1. Replace specification Section 00300 and 01010 with the attached sections. 1.02 ACHNOWLEDGEMENT All bidders are required to base their bid upon the information furnished in this Addendum, and acknowledge receipt of this Addendum by signing and dating in the space provided in the Bid Form. PART 2 – PROJECT MANUAL 2.01 DIVISION 0 – BIDDING DOCUMENTS A. Section 00100--Instructions to Bidders 1. Add Item 12.04. 12.04 The Contractor shall provide and name the subcontractor (vendor) that will provide the Temporary Bypass Pumping Systems according to Section 2750. The Contractor shall turn this in for the bid opening. 2. Delete Item 15.04 and replace with the following: 15.04 The following items shall be completed as part of the Bid Submittal. 1. Complete all required items in the Bid Form. 2. Provide a completed Bid Bond Form. 3. Provide a completed Noncollusion Affidavit. 4. Acknowledge all Addendums. 5. Section 00480 Information Required of Bidders. ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 Addendum No. 3 – Page 2 of 4 6. Submittals per Section 02750 Temporary Bypass Pumping Systems. 7. DUNNS No. within 7 days of bid opening for the apparent low bidders. B. Section 00813 Special Provisions 1. Delete Item 1.2.B.3.f.1 & items referenced in Addendum 1 &2 & replace with the following: Unless otherwise specified pipe bedding material shall be placed in a thickness equal to ¼ X pipe O.D. but not less than four inches below the pipe, through six inches above the pipe. Material shall be clean non cohesive natural, unwashed gravel, sand or crushed hard stone graded as follows with a plasticity index of six or less as determined by AASHTO testing methods T89 and T90. Native trench material shall not be used for pipe bedding material without approval of the City Engineer. Where rock is encountered the bedding requirement will be increased to inches below the pipe Sieve Size 1 IN 100 Percent Passing #4 40-100 #200 0 Placement and Compaction. All granular fill material beneath the pipe shall be spread and compacted to provide a uniform and continuous support beneath the pipe at all points between bell holes or pipe joints. It will be permissible to disturb the finished subgrade surface by the withdrawal of pipe slings or other lifting tackle. No part of any bell or coupling shall be in contact with the trench bottom, trench walls, or granular fill when the pipe is jointed. After each pipe has been graded, aligned and placed in final position on the bedding materials, and shoved home, sufficient pipe embedment material shall be deposited and compacted under and around each side of the pipe and back of the bell or end thereof to hold the pipe in proper position and alignment during subsequent pipe jointing, embedment and backfilling operations. Embedment material shall be deposited and compacted uniformly and simultaneously on each side of the pipe to prevent lateral displacement of the pipe. Once the embedment materials have been placed, the Contractor shall install filter fabric on top of the bedding or embedment material, prior to backfilling the trench. The filter fabric shall be full trench width. The type of non woven fabric shall be according to the Montana Public Works standards (Section 2110 Geotextiles).” 2. Add the following to paragraph 3.4.C.1: “The City of Missoula has waived the requirement for the Mandrill test, for this project. The Contractor shall video tape the newly installed sewer main after backfilling through all manholes.” ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 Addendum No. 3 – Page 3 of 4 PART 3 – DRAWING CLARIFICATIONS A. Drawings: 1. Sheet 00C02 a. Delete 36” pipe call out from the South of manhole P91-H and change to 30 inch. 2. Sheet 00C02 a. Delete Key note 3 and 4 and references thereto in addendum no. 2 (except for the attachment) and replace with the following: 3. The Contractor shall not remove the piping through the manhole. The contractor shall cut the existing pipe & coupler the new pipe to the existing within two feet of the manhole. The contractor shall remove the existing coatings inside the manhole and shall spray new Elastomeric Corrosion Protection inside the manhole, including inside of the existing piping through the manhole up and to where the connection is made with the new pipe. At the connection point, the Contractor shall place flowable fill under the pipe up and to the spring line of the pipe so that the joint does not off set. Note, flowable fill (CDF) is per Section 02225 of the Montana Public Works Standard Specifications. 4. The Contractor shall remove and reinstall a new manhole with elastomeric Corrosion Protection and shall reconnect all piping, including connections to existing piping. All connections to existing piping shall be made as close as possible to the manhole. The piping used for reconnecting the existing sewer main shall be considered incidental to the bid item, including all materials, couplers, flowable fill (CDF), facility and equipment. At the re- connection point (new pipe to existing pipe), the Contractor shall place flowable fill under the pipe up and to the spring line of the pipe so that the joint does not off set. This manhole has two existing sewer mains that require re-connection. A 36” Sewer main, intersects the manhole from the east (not shown on the plans) and a 30” sewer main from the South. See attachment from addendum no. 2. Note, flowable fill (CDF) is per Section 02225 of the Montana Public Works Standard Specifications. 3. Sheet 00C002 a. Delete bid item description at manhole P91-1-I, P91-1-H and C61-3 and replace with the following: P91-1-I The bid item descriptions that pertain to this manhole would be bid items no. 3, 4 & 6. ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 Addendum No. 3 – Page 4 of 4 P91-1-H The bid item descriptions that pertain to this manhole would be bid items no. 6, 11 & 12. C61-3 The bid item descriptions that pertain to this manhole would be bid items no. 3, 4 & 6. b. Delete 36” pipe call out from the South of manhole P91-H and change to 30 inch. 4. Sheet 00C03 a. Delete Key Note one and replace with the following: 1. The Contractors Vendor shall provide the necessary equipment and materials per specification 02750 in order to pump a Peak Flow of 4.5 MGD prior to March 1, 2010 and after March 1, 2010, the Vendor shall provide equipment that can pump 8 MGD from C61-5 (bypass pumping manhole) through the irrigation siphon (key notes 2 and 3) to the discharge point at manhole P98-38-1 (key note b. Delete Key Note four and replace with the following: 4. The Contractors Vendor shall provide the necessary equipment and materials per specification 02750 in order to pump a peak flow of 3.5 MGD prior to March 1, 2010 and after March 1, 2010, the Vendor shall provide equipment that can pump 6 MGD from P91-1-G (key note 4) to the discharge point at manhole P98-38-1 (key note c. Delete 36” pipe call out from the South of manhole P91-H and change to 30 inch. END OF ADDENDUM NO. 3 ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 00300 - 1 SECTION 00300 BID FORM PROJECT IDENTIFICATION: City of Missoula Project: 2009-048 Reserve Street Sewer Main Replacement Project (Site ID 184) Missoula, Montana CONTRACT IDENTIFICATION AND NUMBER: City of Missoula Project: 2009-048 Reserve Street Sewer Main Replacement Project (Site ID 184) Missoula, Montana THIS BID SUBMITTED TO: Office of the City Clerk City of Missoula 435 Ryman Street Missoula, MT 59802 1.01 The undersigned Bidder proposes and agrees if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents, to perform and furnish all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid, and Instruction to Bidders, including without limitations those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged the following Addenda: Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Special Provisions as provided in paragraph 4.02 of the General Conditions, and reports and drawings of a Hazard Environmental Condition, if any, which has been identified in the Special Provisions as provided in paragraph 4.06 of the General Conditions. ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 00300 - 2 E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of the Work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies and data with the Bidding Documents. I. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any 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. The BIDDER certifies that no official of the OWNER, ENGINEER or any member of such officials immediate family, has direct or indirect interest in the pecuniary profits or Contracts of the BIDDER. The undersigned BIDDER hereby expressly acknowledges his understanding of and his agreement to comply during the performance of any work under any contract resulting from this bid with all equal opportunity obligations as set forth in 40 CFR Part 8 and 41 CFR Parts 60-1 and 60-4. 5.01 Bid Schedule Description Item No. Item Name Item Description SCHEDULE A: BASE BID 1 Mobilization/Demobilization (MSP-34) This item is for payment for Mobilization / Demobilization. Up to half the payment shall be awarded to the Contractor when Contractor has mobilized all materials, parts, equipment, sanitary services, and labor and has established a materials storage facility at or near the Reserve Street Sewer main Replacement Project. In addition, the Contractor shall be paid the remaining portion there-of for Demobilization payment at the end of the project once all punch list items have been complete and all other Deficiency items have been corrected per the Owner and the Engineers recommendations. If the Contractor needs a winter shut down or other shut down all costs shall be considered incidental to the project for temporary demobilization. 2 (36”) Sewer Main Measurement of sewer main shall be made per lineal feet of ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 00300 - 3 Item No. Item Name Item Description SCHEDULE A: BASE BID the various sizes and classes along the centerline of pipe from the center to center of manholes per the neat line quantity as shown on the drawings. Payment for the sewer main shall be made at the contract unit price bid per the lineal foot of the various sizes and classes called for, which includes furnishing and installing pipe, fittings, tools, couplers, materials, facility, labor, equipment, trench excavation, tree removal and backfill, furnishing and placing pipe embedment (bedding), filter fabric, Type C trench back fill, flowable fill (CDF), trench excavation, compaction, quality control, dewatering, surveying (Lines & Grades), cleaning, testing and specials required for connection to manholes per the City of Missoula, testing all other work necessary or incidental for completion of the bid item. The work shall not be considered complete until all deficiency items are complete and the work has been completed in accordance with the plans and specifications. This Bid item also includes Tree removal (per key note 5, sheet 000C02) and all costs associated with hauling and removing of the trees and any other construction debris that do not meet backfill specifications. The Contractor shall dispose of all materials in a legal manner. 3 Elastomeric Corrosion Protection Coating (MSP- 43) Measurement of Elastomeric Corrosion Protection Coating shall be made per each manhole. The Elastomeric Corrosion Protection Coating shall be applied per specification section 09850. The Bidder shall determine the dimension for coating per plan for the various sizes of manholes as shown on the drawings. Payment for the Elastomeric Corrosion Protection Coating also includes furnishing all tools, materials, facility, labor and equipment, necessary for the complete placement of Elastomeric Corrosion Protection Coatings within the manhole. All other items shall be considered incidental to the bid item, including cleaning, testing and specials required for pipe connection to manholes per the City of Missoula. The work shall not be considered complete until all deficiency items are complete and the work has been completed in accordance with the plans and specifications. This Bid item also includes all costs associated with hauling and removing of all construction debris. The Contractor shall dispose of all materials in a legal manner. 4 Manhole Repair & Retrofit (MSP - 44) Measurement of Manhole Repair & Retrofit shall be made per each manhole. The Manhole Repair & Retrofit includes all repair required to reconnect new piping to or through an existing manhole to the lines and grades as shown per plan and specification. The Contractor shall rebuild the manhole so that the manhole meets or exceeds the City of Missoula’s Standard Detail STD – 301 for various sizes and types of existing manholes. Once the Contractor determines the retrofit required during construction, the Contractor shall provide and furnish all the necessary grout, concrete, tools, materials, facility, labor and equipment, necessary for the complete retrofit of the existing manhole. All other items shall be considered incidental to the bid item, including cleaning, testing and ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 00300 - 4 Item No. Item Name Item Description SCHEDULE A: BASE BID specials required for pipe connection to manholes per the City of Missoula. The work shall not be considered complete until all deficiency items are complete and the work has been completed in accordance with the plans and specifications. This Bid item also includes all costs associated with hauling and removing of all construction debris. The Contractor shall dispose of all materials in a legal manner. 5 Temporary Bypass Pumping Systems (MSP – 45) Measurement and payment for this Bid Item shall be made per lump sum. This item includes and requires that the Bidder provides and furnishes all materials, labor, equipment, power, maintenance, etc. to implement a temporary pumping system for the purpose of diverting the existing wastewater flows around the work area for the duration of the project. The design, installation and operation of the temporary pumping system shall be the Contractor's responsibility. The Contractor shall use the Orchard Homes Irrigation District ditch to cross Reserve Street. It is the Contractor’s responsibility to clean the ditch so that bypass piping can be installed. The Contractor shall employ the services of a vendor who can demonstrate to the Engineer that he specializes in the design and operation of temporary bypass pumping systems. The bypass system shall meet the requirements of all codes and regulatory agencies having legal jurisdiction. The work shall not be considered complete until all deficiency items are complete and the work has been completed in accordance with the plans and specifications. 6 Traffic Control The Contractor shall provide traffic control for the project and shall provide all safety equipment, labor, materials and facility. The Contractors traffic control plan shall be in accordance with the City of Missoula, MDT, OSHA and State Regulations. Traffic control will include but not be limited to 84 lineal feet of jersey barrier and shoulder work ahead signs on Reserve Street. 7 Fence and Gates (MSP 46) Measurement and Payment for this item shall include removal of existing fencing to allow for installation of 184 lineal feet of ecology block barrier and installation of a 16 foot stock gate as shown on the drawings. Payment for this item shall be lump sum. The City of Missoula will provide 108 lineal feet of ecology block for the Contractor’s use on the project. Contract shall be responsible for transporting the ecology block from the City’s Wastewater Treatment Plant to the project site. Contractor shall be responsible for supplying and installing the remainder of the ecology block required for the project. 8 City of Missoula & Missoula County Permits (MSP 37) A City of Missoula mainline sewer permit and a Missoula County Excavation permit are required. Contractor shall obtain and pay for the permits. Payment for this item will be a lump sum amount as shown on the Bid Form. 9 Stormwater Permits (MSP 37) A Montana Department of Environmental Quality Stormwater Discharge Permit for construction is required. Contractor shall obtain and pay for the permit. Payment for this item will be a lump sum amount as shown on the Bid Form. The permit fee is $450 for an application review ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 00300 - 5 Item No. Item Name Item Description SCHEDULE A: BASE BID and $450 a year until the project is completed ($900 total). It is anticipated that this project will go into 2010. As a result, an additional $450.00 was added to the bid item. 10 Miscellaneous Work Payment for Miscellaneous Work, measured as provided will be at the agreed prices or on a force account basis. The number of units in dollars set down in the contract is an estimated amount only, which may be adjusted up or down by the Engineer in accordance with the needs of the project. It is not a guaranteed amount to be paid to the Contractor and or Bidder. Item No. Item Name Item Description SCHEDULE A: BASE BID ITEMS 11 (6 ft) Diameter Manhole Measurement and payment of each (6ft) Diameter Manhole is defined as being 9 ft deep (basic depth) which includes the 6 ft diameter barrel, precast base and invert, precast flat lid for transition to the 4 ft barrel, manhole ring, steps, dust pan and cover, gaskets, coatings, Elastomeric Corrosion Protection Coating, water tight cast iron ring, joint sealer, tools, materials, facility, labor, equipment, Type C trench backfill, pipe embedment (bedding), trench excavation, compaction, quality control, surveying (Lines and Grades), dewatering, cleaning, testing and all other work necessary or incidental for the complete installation of the bid item per each. The work shall not be considered complete until all deficiency items are complete and the work has been completed in accordance with the plans and specifications. This Bid item also includes all costs associated with hauling and removing of all construction debris that do not meet backfill specifications. The Contractor shall dispose of all materials in a legal manner. 12 Additional Manhole Depth Measurement and payment for vertical footage above the basic depth for Additional Manhole Depth, includes any 4 ft diameter barrel sections, top cone, joint sealer, gaskets, coatings, Elastomeric Corrosion Protection Coating, tools, materials, facility, labor, equipment, Type C trench backfill, pipe embedment (bedding), trench excavation, compaction, quality control, surveying (Lines & Grades), dewatering, cleaning, testing and all other work necessary or incidental for the complete installation of the bid item per vertical foot according to the plans and specifications. The work shall not be considered complete until all deficiency items are complete and the work has been completed in accordance with the plans and specifications. This Bid item also includes all costs associated with hauling and removing of all construction debris that do not meet backfill specifications. The Contractor shall dispose of all materials in a legal manner. 6.01 The Bidder will complete the Work in accordance with the Contract Documents for the following price(s): ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 00300 - 6 Bid Form Project Name: City of Missoula – Reserve Street Sewer Main Replacement Project (Site ID 184) Project Number: 09-084 Consultant: HDR Engineering Inc. Item Description QTY Unit Unit Cost Total SCHEDULE BASE BID 1. Mobilization/Demobilization (MSP-34) 1 LS $ 2. (36”) Sewer Main 424 LF $ 3. Elastomeric Corrosion Protection Coating (MSP–43) 2 EA $ 4. Manhole Repair and Retrofit (MSP–44) 2 EA $ 5. Temporary Bypass Pumping Systems (MSP-45) 1 LS $ 6. Traffic Control 1 LS $ 7. Fence and Gates (MSP 46) 1 LS $ 8. City of Missoula & Missoula County Permits (MSP 37) 1 EA $1,818.00+$90.00= $1908.00 9. Stormwater Permits (MSP 37) 1 EA $1,350 10. Miscellaneous Work 35,000 $ NA $ 35,000 11. (6ft) Diameter Manhole 1 EA $ 12. Additional Manhole Depth 8 VF $ BASE BID SCHEDULE SUBTOTAL (Use Figures) STATE OF MONTANA GROSS RECEIPTS TAX (1 % OF BASE BID SCHEDULE SUBTOTAL) (Use Figures) TOTAL BASE BID SCHEDULE BID PRICE INCLUDING MONTANA GROSS RECEIPTS TAX (Use Figures) TOTAL BASE BID SCHEDULE BID PRICE INCLUDING MONTANA GROSS RECEIPTS TAX (Use Words) ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 00300 - 7 A. Unit Prices have been computed in accordance with paragraph 11.03.B. of the General Conditions. B. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. C. The undersigned agrees that the unit prices shall govern in checking the Bid, and should a discrepancy exist in the Total Estimated Price and Total Amount of Unit Prices Bid as listed above after extensions are checked and corrections made, if any, the Total Amount of Unit Prices Bid as corrected shall be used in awarding this Contract. D. Determination of the lowest responsive Bidder will be determined on the basis of the lowest responsible Bid or lowest combination of Base Bid Items No. 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11 and 12. Bids received that do not include pricing for all Bid Items will be considered non-responsive. The Owner reserves the right to authorize construction of any combination of, or all of, the base bid items defined at the bid amounts presented in the Contractor’s Bid Proposal. E. The OWNER reserves the right to reject any or all bids. 6.02 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with 14.07 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of the Bid: A. Required Bid security in the amount of 10% of the maximum Bid price including alternates, if any, and in the form of a Bid Bond identified in the Instructions To Bidders. 8.01 The terms used in this Bid with the initial capital letters have the meanings indicated in the Instructions To Bidders, General Conditions, and the Supplementary Conditions. SUBMITTED on Montana Contractor’s Registration # (if any) Employer’s Tax ID No. If BIDDER is: An Individual: (Name typed or printed) By: (SEAL) (Individual’s Signature) Doing business as: Business Address: Phone No.: FAX No: A Partnership: ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 00300 - 8 (Partnership Name) By: (SEAL) (Signature) (Name, typed or printed) Business Address: Phone No.: FAX No: A Corporation: (SEAL) (Corporation Name) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: Title: Attest: (CORPORATE SEAL) (Signature of Secretary) Business Address: Phone No.: FAX No: Date of Qualification To Do Business Is: A Joint Venture: Each Joint Venture Must Sign Joint Venturer Name: (SEAL) (Name) By: (Signature of Joint Venture Partner) Name: (Name, printed or typed) Title: Business Address: Phone No.: FAX No: A Joint Venture: Each Joint Venture Must Sign Joint Venturer Name: (SEAL) (Name) By: (Signature of Joint Venture Partner) Name: (Name, printed or typed) ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 00300 - 9 Title: Business Address: Phone No.: FAX No: Address of Joint Venture for Receipt of Official Communication: Address: Phone No.: FAX No: (Each Joint Venture must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 00300 - 10 BID FORM - APPENDIX INFORMATION REQUIRED OF BIDDER GENERAL INFORMATION The bidder shall furnish the following information. Failure to comply with this requirement will render the Bid non- responsive and may cause its rejection. Additional sheets shall be attached as required. Contractor's name and address: Contractor's telephone number: Contractor's license: Primary classification State License No. Supplemental classifications held, if any: Number of years as a contractor in construction work of this type: Names and titles of all officers of Contractor's firm, responsible for this project: Name of person who inspected site of proposed work for your firm: Name: Date of inspection: Name, address and telephone number of surety company and agent who will provide the required bonds on this contract: A financial statement, or AIA Document A305 Contractor’s Qualification Statement, references, and other information, sufficiently comprehensive to permit an appraisal of Contractor's current financial condition, can be requested by the Owner or Engineer, and must be provided by the Contractor upon request. END OF SECTION ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 01010 - 1 SECTION 01010 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. General work included in this section: 1. Furnish all labor, materials, and equipment required in accordance with provisions of the Contract Documents. 2. Completely coordinate with work of all other trades. 3. Although such work may not be specifically indicated, furnish and install all miscellaneous items incidental to or necessary. 4. Coordination of pipe fittings with existing conditions. B. Related sections include but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract. 2. Division 1 – General Requirements. 1.2 WORK COVERED BY CONTRACT A. Work to be performed includes: 1. Mobilization/Demobilization (MSP-34). This base bid item includes up to half payment to the Contractor for mobilizing all materials, parts, equipment, sanitary services, and labor and has established a materials storage facility at or near the Reserve Street Sewer Main Replacement Project as observed by the field engineer. In addition, the Contractor shall be paid the remaining portion there-of for Demobilization payment at the end of the project once all punch list items have been complete and all other Deficiency items have been corrected per the Owner and the Engineers recommendations. If the Contractor needs a winter shut down or other shut down all costs shall be considered incidental to the project for temporary demobilization. No other payment will be authorized by the Owner or Engineer. 2. (36 IN) Sewer Main. This base bid item includes the removal of an existing 36 IN diameter sewer main and construction and installation of new thirty six IN (36 IN) diameter replacement sewer main which includes all work, for the installation of sewer main through all manholes and appurtenances. Measurement of sewer main shall be made per lineal feet of the various sizes and classes along the centerline of pipe from the center to center of manholes per the neat line quantity as shown on the drawings. Payment for the sewer main shall be made at the contract unit price bid per the lineal foot of the various sizes and classes called for, which includes furnishing and installing pipe, fittings, tools, couplers, materials, facility, labor, equipment, trench excavation, tree removal and backfill, furnishing and placing pipe embedment (bedding), filter fabric, Type C trench back fill, flowable fill (CDF), trench excavation, compaction, quality control, dewatering, surveying (Lines & Grades), cleaning, testing and specials required for connection to manholes per the City of Missoula, testing all other work necessary or incidental for completion of the bid item. The work shall not be considered complete until all deficiency items are complete and the work has been completed in accordance with the plans and specifications. This Bid item also includes Tree removal (per key note 5, sheet 000C02) and all costs associated with hauling and removing of the trees and any other construction debris that do not meet backfill specifications. The Contractor shall dispose of all materials in a legal manner. 3. Elastomeric Corrosion Protection Coating (MSP-43). This base bid item includes the construction and installation of new coatings which includes all work. Measurement of Elastomeric Corrosion Protection Coating shall be made per each manhole. The Elastomeric Corrosion Protection Coating shall be applied per specification section 09850. The Bidder shall ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 01010 - 2 determine the dimension for coating per plan for the various sizes of manholes as shown on the drawings. Payment for the Elastomeric Corrosion Protection Coating also includes furnishing all tools, materials, facility, labor and equipment, necessary for the complete placement of Elastomeric Corrosion Protection Coatings with in the manhole. All other items shall be considered incidental to the bid item, including cleaning, testing and specials required for pipe connection to manholes per the City of Missoula. The work shall not be considered complete until all deficiency items are complete and the work has been completed in accordance with the plans and specifications. This Bid item also includes all costs associated with hauling and removing of all construction debris. The Contractor shall dispose of all materials in a legal manner. 4. Manhole Repair and Retrofit (MSP-44). This base bid item includes the repair and retrofit of the existing manholes in order to connect and or run pipe through the manhole which includes all work. Measurement of Manhole Repair & Retrofit shall be made per each manhole. The Manhole Repair & Retrofit includes all repair required to reconnect new piping to or through an existing manhole to the lines and grades as shown per plan and specification. The Contractor shall rebuild the manhole so that the manhole meets or exceeds the City of Missoula’s Standard Detail STD – 301 for various sizes and types of existing manholes. Once the Contractor determines the retrofit required during construction, the Contractor shall provide and furnish all the necessary grout, concrete, tools, materials, facility, labor and equipment, necessary for the complete retrofit of the existing manhole. All other items shall be considered incidental to the bid item, including cleaning, testing and specials required for pipe connection to manholes per the City of Missoula. The work shall not be considered complete until all deficiency items are complete and the work has been completed in accordance with the plans and specifications. This Bid item also includes all costs associated with hauling and removing of all construction debris. The Contractor shall dispose of all materials in a legal manner. 5. Temporary Bypass Pumping Systems (MSP-45). This base bid item includes all work in order to provide Temporary Bypass Pumping Systems for the complete project. Measurement and payment for this Bid Item shall be made per lump sum. This item includes and requires that the Bidder provides and furnishes all materials, labor, equipment, power, maintenance, etc. to implement a temporary pumping system for the purpose of diverting the existing wastewater flows around the work area for the duration of the project. The design, installation and operation of the temporary pumping system shall be the Contractor's responsibility. The Contractor shall employ the services of a vendor who can demonstrate to the Engineer that he specializes in the design and operation of temporary bypass pumping systems. The bypass system shall meet the requirements of all codes and regulatory agencies having legal jurisdiction. The work shall not be considered complete until all deficiency items are complete and the work has been completed in accordance with the plans and specifications 6. Traffic Control. The Contractor shall provide traffic control for the project and shall provide all safety equipment, labor, materials and facility. The Contractors traffic control plan shall be in accordance with the City of Missoula, MDT, OSHA and State Regulations. 7. Fences and Gates (MSP 46). This base bid item includes all work as adjusted up or down by the Engineer. Measurement and Payment for this item shall include removal of existing fencing to allow for installation of 184 lineal feet of ecology block barrier and installation of a 16 foot stock gate as shown on the drawings. Payment for this item shall be lump sum. The City of Missoula will provide 108 lineal feet of ecology block for the Contractor’s use on the project. Contract shall be responsible for transporting the ecology block from the City’s Wastewater Treatment Plant to the project site. Contractor shall be responsible for supplying and installing the remainder of the ecology block required for the project. ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 01010 - 3 8. City of Missoula Permit (MSP 37). A City of Missoula mainline sewer permit is required. Contractor shall obtain and pay for the permit. Payment for this item will be a lump sum amount as shown on the Bid Form 9. Stormwater Permit (MSP 37). A Montana Department of Environmental Quality Stormwater Discharge Permit for construction is required. Contractor shall obtain and pay for the permit. Payment for this item will be a lump sum amount as shown on the Bid Form. The permit fee is $450 for an application review and $450 a year until the project is completed ($900 total). It is anticipated that this project will go into 2010. As a result, an additional $450.00 was added to the bid item.. 10. Miscellaneous Work. This base bid item includes all work as adjusted up or down by the Engineer. Payment for Miscellaneous Work, measured as provided will be at the agreed prices or on a force account basis. The number of units in dollars set down in the contract is an estimated amount only, which may be adjusted up or down by the Engineer in accordance with the needs of the project. It is not a guaranteed amount to be paid to the Contractor and or Bidder. 11. (6 FT) Diameter Manhole. This additive bid item includes the construction and installation of new (6 FT) diameter manholes which includes all work. Measurement and payment of each (6ft) Diameter Manhole is defined as being 9 ft deep (basic depth) which includes the 6 ft diameter barrel, precast base and invert, precast flat lid for transition to the 4 ft barrel, manhole ring, steps, dust pan and cover, gaskets, coatings, Elastomeric Corrosion Protection Coating, water tight cast iron ring, joint sealer, tools, materials, facility, labor, equipment, Type C trench backfill, pipe embedment (bedding), trench excavation, compaction, quality control, surveying (Lines and Grades), dewatering, cleaning, testing and all other work necessary or incidental for the complete installation of the bid item per each. The work shall not be considered complete until all deficiency items are complete and the work has been completed in accordance with the plans and specifications. This Bid item also includes all costs associated with hauling and removing of all construction debris that do not meet backfill specifications. The Contractor shall dispose of all materials in a legal manner. 12. Additional Manhole Depth. This additive bid item includes the construction and installation of additional manhole depth which includes all work. Measurement and payment for vertical footage above the basic depth for Additional Manhole Depth, includes any 4 ft diameter barrel sections, top cone, joint sealer, gaskets, coatings, Elastomeric Corrosion Protection Coating, tools, materials, facility, labor, equipment, Type C trench backfill, pipe embedment (bedding), trench excavation, compaction, quality control, surveying (Lines & Grades), dewatering, cleaning, testing and all other work necessary or incidental for the complete installation of the bid item per vertical foot according to the plans and specifications. The work shall not be considered complete until all deficiency items are complete and the work has been completed in accordance with the plans and specifications. This Bid item also includes all costs associated with hauling and removing of all construction debris that do not meet backfill specifications. The Contractor shall dispose of all materials in a legal manner. 1.3 CONTRACTOR'S USE OF PREMISES A. Coordinate Dewatering and By-pass pumping with the City of Missoula treatment plant operator. B. Contractor assumes full responsibility for the protection and safekeeping of products and materials that the Contractor has stored on or off of the site. C. Contractor shall move any stored products, or materials, under Contractor's responsibility, which interfere with operations of residential home owners, Owner or separate contractor/subcontractor. D. Contractor shall obtain and pay for the use of any additional storage or work areas if needed for Contractor operations. ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 01010 - 4 E. Contractor shall confine all materials storage, equipment storage and employee and subcontractor parking to the areas designated in the Contract Documents. Contractor shall not store materials or equipment, nor shall employees of the Contractor or subcontractors park automobiles in a manner that hinders home owner access. F. Contractor shall restore any areas used for materials storage, trailers, offices, equipment storage, or employee and subcontractor parking to their original condition or better. 1.4 WORK SEQUENCE A. Coordinate construction schedule and operations with the Owner and Engineer. The Contractor shall plan, schedule, and coordinate his construction schedule and construction operations with the treatment plan operator in regards to dewatering and bypass operations. B. Following are general work sequence constraints or time critical work elements for the construction of critical work items in each of the major areas of Work, specific schedule constraints are provided in bold lettering. Work elements shown are not necessarily on a critical path and may be done simultaneously. Critical work elements shown are not necessarily complete and others may occur as the Work proceeds. The Contractor shall submit a detailed work sequence schedule to accomplish the Work in accordance with the Special Provisions. Shutdown periods are consecutive 7-day weeks, 24-hour periods, workday hours, or otherwise shown. The Owner will perform activities that are underlined 1. Mobilization/Demobilization (MSP-34): Per bid award, the Mobilization may commence immediately after the Notice to Proceed. The following sequence of construction is anticipated: . All other activities shall be performed by the Contractor as part of the approved work sequence schedule. Refer to Section 01060 – Special Conditions for detailed special conditions associated with each major area of work: a. The Contractor shall coordinate mobilization with the Engineer. b. The Contractor shall notify the Engineer when full mobilization is completed for the Field Engineers review. c. Demobilization will only occur when the project is complete, the system is fully functioning and all deficiency items have been addressed by the Contractor. d. The Contractor shall call for utility locates according to Montana State Law. e. The Contractor shall coordinate with the Owner and the Waste Water Treatment plant operator in regards to timing for by-pass pumping. 2. 36 IN Sewer Main: Per bid award, the construction and replacement of the 36 IN sewer main and facility may commence immediately after the Notice to Proceed. The following sequence of construction is anticipated: a. The Contractor shall call for utility locates according to Montana State Law. b. The Contractor shall provide for construction staking at the contractor expense. c. The Contractor shall provide a by-pass pumping plan to the Owner and Engineer prior to commencing construction activities. d. The Contractor shall obtain all permits prior to construction. e. The Contractor shall obtain independent laboratory tests prior to construction. f. Install new 36 IN sewer main and facility according to the plans and specifications. g. Install bypass pumping system and coordinate operation with vendor. h. Place pipe embedment (bedding), back fill and compact according to the quality control specification. 3. Elastomeric Corrosion Protection Coating (MSP-44). Per bid award, the construction and retrofit of the Elastomeric Corrosion Protection Coating (MSP-45) may commence immediately after the Notice to Proceed. The following sequence of construction is anticipated: a. Install Elastomeric Corrosion Protection Coating and appurtenances to the lines and grades as show on the drawings and specifications. 4. Manhole Repair and Retrofit (MSP-45) Per bid award, the construction and retrofit of the Manhole Repair and Retrofit may commence immediately after the Notice to Proceed. The following sequence of construction is anticipated: a. Perform manhole Repair and Retrofit Per plan and Specificaiton ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 01010 - 5 5. Temporary Bypass Pumping Systems. Per bid award, the Contractor may start the By- Pass Pumping operation and facility immediately after the Notice to Proceed. The following sequence of construction is anticipated: a. The Contractors Vendor shall coordinate the down stream discharge manhole location with the Owner. b. The Contractor’s Vendor shall submit the bypass pumping plan to the Owner and Engineer prior to construction. c. The Contractor shall obtain all permits prior to construction, and Bypass pumping. d. Provide means to power pumping equipment. It shall be the Contractor’s responsibility to pay all costs for power. That is, the Contractor shall either provide power through the power company and or shall provide generators. The Contractor shall also provide back-up power beyond the primary source of power in the event that there is a power failure. The Contractor shall not exceed the City decibel rating if the contractor chooses diesel power generator or pumping equipment within residential areas. 6. Traffic Control: Per bid award, the following sequence of construction is anticipated: a. The Contractor shall provide a Traffic Control Plan to the Engineer and Owner prior to starting construction. 7. Fence and Gates (MSP 46): Per bid award, the following sequence of construction is anticipated: a. Removal of existing fencing to allow for installation of 184 lineal feet of ecology block barrier and installation of a 16 foot stock gate as shown on the drawings. Payment for this item shall be lump sum. The City of Missoula will provide 108 lineal feet of ecology block for the Contractor’s use on the project. Contract shall be responsible for transporting the ecology block from the City’s Wastewater Treatment Plant to the project site. Contractor shall be responsible for supplying and installing the remainder of the ecology block required for the project. 8. City of Missoula Permits (MSP 37): Per bid award, the following sequence of construction is anticipated: a. A City of Missoula mainline sewer permit and a Missoula County Excavation permit are required. Contractor shall obtain and pay for the permits. Payment for this item will be a lump sum amount as shown on the Bid Form. 9. Stormwater Permits (MSP 37): Per bid award, the following sequence of construction is anticipated: a. A Montana Department of Environmental Quality Stormwater Discharge Permit for construction is required. Contractor shall obtain and pay for the permit. Payment for this item will be a lump sum amount as shown on the Bid Form. The permit fee is $450 for an application review and $450 a year until the project is completed ($900 total). It is anticipated that this project will go into 2010. As a result, an additional $450.00 was added to the bid item. 10. Miscellaneous Work: Per bid award, the following sequence of construction is anticipated: a. The Contractor shall provide Miscellaneous Work, measured as provided by the Engineer at the agreed prices or on a force account basis. The number of units in dollars set down in the contract is an estimated amount only, which may be adjusted up or down by the Engineer in accordance with the needs of the project. It is not a guaranteed amount to be paid to the Contractor and or Bidder. 11. (6 FT) Diameter Manhole. Per bid award, the construction and retrofit of the (6 FT) Diameter Manhole and facility may commence immediately after the Notice to Proceed. The following sequence of construction is anticipated: a. The Contractor shall call for utility locates according to Montana State Law. b. The Contractor shall provide an independent registered surveyor for construction staking at the contractor expense. c. The Contractor shall provide an independent dewatering specialist to provide all dewatering and bypass pumping for the project. d. The Contractor shall provide a dewatering and by-pass pumping plan to the Owner and Engineer prior to commencing construction activities. ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 01010 - 6 e. The Contractor shall obtain all permits prior to construction. f. The Contractor shall obtain independent laboratory tests prior to construction. g. Install the (6 FT) Diameter Manhole and appurtenances to the lines and grades as show on the drawings and specifications. h. Backfill and compact according the quality control specification. 12. Additional Manhole Depth. Per bid award, the construction and retrofit of the Additional Manhole Depth and facility may commence immediately after the Notice to Proceed. The following sequence of construction is anticipated: a. The Contractor shall call for utility locates according to Montana State Law. b. The Contractor shall provide an independent registered surveyor for construction staking at the contractor expense. c. The Contractor shall provide an independent dewatering specialist to provide all dewatering and bypass pumping for the project. d. The Contractor shall provide a dewatering and by-pass pumping plan to the Owner and Engineer prior to commencing construction activities. e. The Contractor shall obtain all permits prior to construction. f. The Contractor shall obtain independent laboratory tests prior to construction. g. Install the Additional Manhole Depth and facility and appurtenances to the lines and grades as show on the drawings and specifications. h. Backfill and compact according the quality control specification. 1.5 OWNER OCCUPANCY A. The residents within the construction and or by-pass pumping area will occupy their homes. As a result, the Contractor shall arrange equipment and facility so that the residents are not interfered with by the Contractors Construction Operations. B. Contractor shall coordinate with residential home owners and Engineer in all construction operations to minimize conflicts to the residents. 1.6 SUBSTANTIAL COMPLETION A. For the purposes of establishing when the Project is substantially complete and suitable for its intended purpose, all components and work elements shall be complete on or before the dates provided in the Agreement (Section 00500). Additional requirements of Substantial Completion Include: 1. Correction of all state, local, and other regulatory agencies defective Work lists. 2. Submittals have been received and approved by the Engineer including, but not necessarily limited to, the following: a. Record drawings and test documents. b. Pipe and manhole submittals. 3. All additional warranty or insurance coverage requirements have been provided. B. Final completion of total project: Additional work elements that shall be completed include: 1. Any required repairs to Contractor staging and storage areas. 2. Clean up. 3. Deficiency List as provided by the Owner and Engineer. 1.7 LINES AND GRADES A. Construct all Work to the lines, grades and elevations indicated on the Drawings: 1. Remove and reconstruct improperly located work. 2. Field verify elevations of existing grade and facilities, including but not limited to pipe, conduits, manholes, and structures near and at locations where new work connects or crosses. Notify Engineer if existing elevations differ from those shown on the Contract Drawings. 3. The Contractor shall provide all surveying to stake and as built the project according to the plans and specifications. If additional surveying is required to replace staking, all costs shall be at the Contractors expense. ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 01010 - 7 4. The Contractor shall locate and protect control points and or bench marks prior to starting site work, and preserve all permanent reference points during construction: a. Make no changes or relocations without prior written notice to Engineer. b. Report to Engineer when any reference point is lost or destroyed, or requires relocation because of necessary changes in grades or locations. c. The Contractor shall pay all costs for a registered surveyor to replace all Federal, State, City, County and private land monuments that may be lost or destroyed: 1) Establish replacements based on original survey control. 2) Comply with local and State requirements for monument replacement and restoration 5. The Contractor shall maintain a complete, accurate log of all control and survey work as it progresses. 1.8 REGULATORY REQUIREMENTS A. Comply with all Federal, State, and local laws, regulations, codes, and ordinance applicable to the Work. B. References in the Contract Documents to local codes shall meet State of Montana, City of Missoula (City Subdivision Guide and Toolbox) and the Montana Public Works Standard Specifications. C. Other standards and codes that apply to the Work are designated in the Specifications. 1.9 ACCESS BY GOVERNMENT OFFICIALS A. Authorized representatives of governmental agencies shall at all times have access to the Work where it is in preparation or progress. Contractor shall provide proper facilities for access and inspection. 1.10 EASEMENTS AND RIGHTS-OF-WAY A. Confine construction operations to the immediate vicinity of the location indicated on Drawings and use due care in placing construction tools, equipment, excavated materials, and pipeline materials and supplies, so as to cause the least possible damage to property and interference with traffic. 1.11 FENCES The Owner (City of Missoula) shall obtain temporary construction easements for access to private property for the installation of the necessary facilities in order to provide the sewer main and manhole replacement for the said project. A. Remove and re-install all fences affected by the Work according to plan and specification. If a fence is down when you start the project, put it back up to its original condition. 1.12 PROTECTION OF PUBLIC AND PRIVATE PROPERTY A. Protect, shore, brace, support, and maintain underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by construction operations. B. Restore to their original condition, pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, together with sod and shrubs, whether within or outside the easement or facility site. C. Use new materials for replacements of all items, unless shown or stated otherwise on drawings and specifications. D. Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, and other public or private property, regardless of location or character, that may be caused by transporting equipment, materials, or workers to or from the Work or any part or site thereof, whether by Contractor or Contractor's subcontractors or suppliers. ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/17/2009 01010 - 8 E. Make satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over, any damaged property concerning its repair, replacement, or payment of costs incurred in connection with the damage. F. Keep fire hydrants and water control valves free from obstruction and available for use at all times. G. In areas where the Contractor's operations are adjacent to or near a utility and such operations may cause damage which might result in expense, loss, and inconvenience, the operation shall be suspended until all arrangements necessary for the protection thereof have been made by the Contractor. H. Notify all utility offices which may be affected by the construction operation at least 48 hours in advance. Before exposing any utility, the utility having jurisdiction shall grant permission and may oversee the operation. Should service of any utility be interrupted due to the Contractor's operation, the proper authority shall be notified immediately. Contractor shall cooperate with the said authority in restoring the service as as possible and shall bear any costs incurred. 1.13 MAINTENANCE OF TRAFFIC A. Maintain neighborhood and facility access roads. Notify all Emergency services and provide adequate traffic control signage for the closure. B. During construction maintain traffic and signage on Highway 93 without interruption. The signage on Highway 93 shall be according to the MDT permit. 1.14 BARRICADES AND LIGHTS A. Protect streets, roads, highways, and other public thoroughfares that are closed to traffic by effective barricades with acceptable warning signs as approved by the authority having jurisdiction. B. Locate barricades at the nearest intersecting public thoroughfare on each side of the blocked section. C. Provide suitable barriers, signs, and lights to the extent required to adequately protect the public. D. Provide similar warning signs and lights at obstructions, such as material piles and equipment. E. Illuminate barricades and obstructions with warning lights from sunset to sunrise. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION