Full Text
ADDENDUM NO. 1 NORTH HIGGINS BIKE/PED-MSLA Federal Aid Project No: ARRA 8119(1) Uniform Project No: 6998 City Project No: 9-028 February 12, 2010 ADDENDUM ACKNOWLEDGEMENT Bidders shall acknowledge receipt of this Addendum number and date on Page 00300-1 of the Bid Form. Failure to acknowledge this Addendum may be cause for rejection of the bid. The following are amendments to the contract documents and plans for North Higgins Bike/Ped, Missoula, MT. GENERAL INFORMATION Mountain Water Company is planning to replace an existing water main in North Higgins Avenue in advance of the North Higgins Bike/Ped Improvements project. This project will be referred to as the North Higgins Water Project. The work generally consists of the following: • A new 12" ductile iron water main will be laid on an alignment approximately 20 feet west of the existing eastern back of curb of Higgins Avenue. This new main will tie into an existing valve cluster near the southeast corner of Pine and Higgins, and will extend north to Alder Street. It will cross the intersection of Higgins and Alder diagonally, avoiding the X's sculpture, and tie into an existing 6" main near the hydrant at the northwest corner of Higgins and Alder. • The two existing fire hydrants on the NW and NE corners of Pine and Higgins will be removed, and new hydrants will be installed on the SW and SE corners of Pine and Higgins. These new hydrants will be connected to the existing 24" main on the south side of Pine Street. • All existing services and hydrants in the main replacement area will be reconnected to the new main. The existing 10" steel main is to be abandoned in place. The North Higgins Water Project is divided into two segments. Each segment will have a strict completion deadline. The segments and deadlines are as follows: A. All water main replacement work south of a proposed 12” butterfly valve at Spruce Street must be substantially complete no later than April 17, 2010. This includes the testing of the new water main to the butterfly valve, the reconnection of all known services in the block between Pine and Spruce to the new main, backfilling, compaction and associated asphalt surfacing. The valve location is just south of the south curb line of Spruce Street, and just north of the existing fire hydrant in front of Missoula Pawn Brokers. B. All remaining work must be substantially complete no later than May 7, 2010. The North Higgins Water Project is being privately bid by Mountain Water Company, and is NOT included in this Contract. Copies of the bid set plans for the “North Higgins Water Project” are attached to this addendum for Contractor’s reference. Bids for the North Higgins Water Project are scheduled to be opened on February 19, 2010. A Certified Bid Tab will be made available to all North Higgins Bike/Ped Msla planholders by close of business on February 22, 2010. Any questions regarding the water project may be addressed to Janet Grove of WGM Group, Inc., (406) 728-4611. DIVISION 0 – BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT SECTION 00100 – INVITATION TO BID ---PAGE BREAK--- North Higgins Bike/Ped Msla Addendum No. 1 February 12, 2010 Page 2 of 8 W:\Projects\090706\Docs\Project Manual\Addenda\N Higgins BikePed ADDENDUM 1.doc RECEIPT OF BIDS: Delete paragraph in its entirety and replace with the following: “Sealed bids will be received at the office of the City Clerk, 435 Ryman Street, Missoula, Montana, until 1:00 p.m., on Friday, February 26, 2010, and will then be opened and publicly read in the Mayor's Conference Room for the furnishing of all labor, equipment and materials for construction of the “North Higgins Bike/Ped-Msla” Project.” All references to the February 22, 2010 Bid Date within the Invitation to Bid shall be changed to February 26, 2010. SECTION 00300 – BID FORM Bidder shall separate the new Section 00300 Bid Form (and appendices), attached as part of this addendum, and attach to the back of the existing Bid Form (yellow pages) within the Contract Manual and Submit with the Bid. Summary of changes to Bid Form (referencing the attached Bid Form): Bid Item #17 - Change to Quantity Bid Item # 18 - Change to Quantity Bid Item # 49 - Modified Bid Item # 51 - Added Bid Item for Traffic Control under Bid Alternate #1 Bid Item # 60 - Change to Quantity Bid Item # 61 - Change to Quantity Bid Item # 66 - Added Bid Item for Traffic Control under Bid Alternate #2 Bid Item # 70 - Added Bid Item for Traffic Control under Bid Alternate #3 Bid Item # 74 - Added Bid Item for Traffic Control under Bid Alternate #4 Bid Item # 77 - Added Bid Item for Traffic Control under Bid Alternate #5 SECTION 00500 – AGREEMENT FORM Article 4. CONTRACT TIME Delete section 4.02 in its entirety and replace with the following: “4.02 Days to achieve Substantial Completion A. The Contract Time, specified in number of calendar days, for the Base Bid is 90 Calendar Days. Each Bid Alternate has associated calendar days that will be added to the Contract Time as follows: Bid Alternate #1 30 Calendar Days Bid Alternate #2 20 Calendar Days Bid Alternate #3 10 Calendar Days Bid Alternate #4 5 Calendar Days Bid Alternate #5 20 Calendar Days If all bid alternates are selected, a total contract time of 175 calendar days will be allowed. However, if any or all bid alternates are selected, the CONTRACTOR must still complete all milling, paving, and related pavement markings funded by HB 645 by August 30, 2010. B. Due to the existing funding constraints of HB 645, there may be two separate Substantial Completion dates for the project if bid alternates are selected. The ---PAGE BREAK--- North Higgins Bike/Ped Msla Addendum No. 1 February 12, 2010 Page 3 of 8 W:\Projects\090706\Docs\Project Manual\Addenda\N Higgins BikePed ADDENDUM 1.doc HB 645 funded work items must be substantially complete by August 30, 2010. A second Substantial Completion date may be added if additional work remains on the project that is not required for the HB 645 funding. C. Due to the funding timeline constraints of HB 645, it shall be expressly understood that there shall be no claim for additional time allowed on this project for work that must be Substantially Complete by August 30, 2010, without the express written consent of the Owner. If items arise that are beyond the CONTRACTOR’S and OWNER’S control, and are approved as such by the ENGINEER and OWNER, the CONTRACTOR must submit costs for accommodating these items or events, as well as any costs required to accelerate their schedule to meet the existing deadlines. D. All work will be Substantially Complete, as defined within the Special Provisions, within the number of days or specified date (as specified above) after the date when the Contract Time commences to run as provided in paragraph 2.03 of the General Conditions.” Delete section 4.03 in its entirety and replace with the following: “4.03 Liquidated Damages OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified for Substantial Completion. The parties 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 penalty) CONTRACTOR shall pay OWNER three thousand five hundred dollars ($3,500.00) for each calendar day that expires after the August 30, 2010 Substantial Completion date required for the HB 645 funding restraint, and shall pay OWNER seven hundred fifty dollars ($750.00) for each calendar day that expires after the Substantial Completion date for all work not included within the HB 645 funding, until the Work is Substantially Complete.” SECTION 00810 – SUPPLEMENTARY GENERAL CONDITIONS Delete paragraph 14.02.C - PAYMENT BECOMES DUE, in its entirety and replace with the following: “SC-14.02 PAYMENT BECOMES DUE Delete Paragraph 14.02.C of the General Conditions in its entirety and replace with the following: 1. The Owner will, upon presentation to him of the Contractor’s application for payment with Engineer’s recommendations, review and act upon said payment request once each month on or about the day of each month stipulated by the Owner at the preconstruction conference. Payment will become due when Owner approves the application for payment, and when due will be paid by Owner to Contractor.” DIVISION 1 – GENERAL REQUIREMENTS SECTION 01010 – SUMMARY OF WORK PART 1: GENERAL Add the following paragraphs to section 1.4 WORK SEQUENCE – PROJECT PHASING: ---PAGE BREAK--- North Higgins Bike/Ped Msla Addendum No. 1 February 12, 2010 Page 4 of 8 W:\Projects\090706\Docs\Project Manual\Addenda\N Higgins BikePed ADDENDUM 1.doc Contractor’s work schedule must also be coordinated with Mountain Water Company’s selected contractor for the “North Higgins Water Project”. 1. The selected Contractor for this project will be required to communicate and coordinate with the North Higgins Water Project contractor in developing a schedule for construction. 2. Requirements for maintaining a minimum number of traffic lanes and parking places must be met, even if both projects are working at the same time. 3. In order to facilitate the timely construction of both projects, while meeting requirements for maintaining traffic and access, the following construction sequence is strongly recommended: • Prior to April 17, the Bike/Ped Contractor should work on the east side of Higgins Avenue between Broadway and Pine Streets. • As the water main contractor works north, the Bike/Ped Contractor should follow immediately behind on the east side of Higgins Avenue. • As the east side of the street is restored, the Contractor can begin work on the west side of the street, ensuring that two driving lanes and one parking lane are maintained for traffic at all times. 4. It shall be noted that the electrical service of the Bike/Ped project cannot be relocated to the east side of Higgins Ave., and the Contractor will need to coordinate the electrical service installation on the west side with Mountain Water Company’s contractor to meet the lighting requirements of Section 01010. Work will be allowed on both sides of the street concurrently to facilitate installation of the electrical service.” Delete Section 1.5 in its entirety and replace with the following: “1.5 SUBSTANTIAL COMPLETION A. The project may have one or multiple Substantial Completion dates depending upon selection of bid alternates. Regardless of the selection of bid alternates, the Contractor must complete all milling, paving, and related pavement markings funded by HB 645 by August 30, 2010. B. To meet the HB 645 Substantial Completion date of August 30, 2010, Bid Items 8 (milling), 16 (asphalt surfacing), 27 (pavement markings), 28 (pavement markings), and 29 (remove pavement markings) and all associated items must be Substantially Complete within 90 calendar days from the date of Notice to Proceed, or by the August 30, 2010 deadline regardless if Bid Alternates are selected. For the purpose of establishing Substantial Completion for HB 645 funding, all items must be complete and accepted in accordance with the specifications and per the City of Missoula and the Engineer’s satisfaction, and ready for final payment. C. For the purposes of establishing Substantially Complete and suitable for its intended purpose of any additional Substantial Completion dates, all components and work elements described in Paragraph 1.2 shall be complete as outlined within the specifications. D. Additional requirements of Substantial Completion include: ---PAGE BREAK--- North Higgins Bike/Ped Msla Addendum No. 1 February 12, 2010 Page 5 of 8 W:\Projects\090706\Docs\Project Manual\Addenda\N Higgins BikePed ADDENDUM 1.doc 1. Correction of all state, local, and other regulatory agencies defective Work lists. 2. All submittals shall be submitted and approved by the Engineer, to include all shop drawings, redlines, payroll reports and those reports listed within the Special Provisions.” Add the following sentence to the end of paragraph A. of section 1.6 - FINAL COMPLETION, CORRECTION PERIOD, AND FINAL PAYMENT: “Only one final completion and final acceptance will be issue for the project, regardless of the number of Substantial Completion dates.” SECTION 01030 – PERMITS PART 1: GENERAL Add the following paragraph to section 1.2.A.1 – City of Missoula: Fees: The City of Missoula will provide the right-of-way, excavation, and fee totals required by the City of Missoula for the project. Contact Jolene Ellerton at 552-6349 for these fees.” Delete paragraph a. - MPDES STORM WATER DISCHARGE PERMIT in its entirety under Section 2. - Environmental Permits, and replace with the following: MPDES STORM WATER DISCHARGE PERMIT: The Contractor shall be required to secure and pay all fees associated with obtaining authorization for storm water discharge associated with construction activity under the Montana Pollutant Discharge Elimination System (MPDES). All fees associated with this permit application and any subsequent annual fees will be paid for by the Contractor. See section 02270 for additional information.” SECTION 01041 – PROJECT COORDINATION PART 1: GENERAL Add the following to section 1.2.B - MAILBOXES, PAPER BOXES, AND MISC STREET FURNITURE: Contractor shall coordinate the removal of any parking meters with the Missoula Parking Commission. The meters are typically removed by the parking commission, and the Contractor is responsible for removal of the base and post. Any reinstallation of parking meters will be the responsibility of the parking commission after completion of the project.” PART 3: EXECUTION Add the following section: “3.3 MOUNTAIN WATER COMPANY MAIN REPLACEMENT PROJECT A. Coordinate with the selected contractor for the North Higgins Water Project in developing a schedule for construction of streetscape improvements. ---PAGE BREAK--- North Higgins Bike/Ped Msla Addendum No. 1 February 12, 2010 Page 6 of 8 W:\Projects\090706\Docs\Project Manual\Addenda\N Higgins BikePed ADDENDUM 1.doc B. Coordinate traffic control plans with the selected contractor for the North Higgins Water Project to ensure that requirements for pedestrian and business access, and for the number of driving and parking lanes open to traffic are met. C. The selected contractor for the North Higgins Water Project will be required to place appropriate road subgrade and base material to backfill water main trenches. That contractor will be responsible to compact all backfill materials to 95% of maximum dry density per the Montana Public Works Standard Specifications and City of Missoula requirements. Within the project limits of the North Higgins Bike/Ped Msla project, the North Higgins Water Project contractor will be required to install a 2-inch thickness of asphalt. The intention is that the asphalt-patched surface will be two inches lower than the proposed finished grade. When the road is profile milled for the Bike/Ped project, the intent is for the asphalt patch to have been placed at such an elevation that it remains in place. If areas that are finished in this way are to be opened to traffic, the Mountain Water contractor will be asked to bring the trench area even with the existing asphalt surface by placing and compacting ¾”-inch minus gravel or asphalt millings over the 2-inch asphalt thickness. D. Some areas that are disturbed by the North Higgins Water Project are to be completely reconstructed by the Bike/Ped project. In those areas, the North Higgins Water Project special provisions allow that the surface restoration over the water main may be left in a less than fully finished condition, provided the final surface condition is acceptable to the Engineer and the Bike/Ped project contractor, and also provided that the Bike/Ped project contractor begins work in the disturbed area immediately, without first opening the area to traffic. E. All project coordination items related to the North Higgins Water Project shall be solely the Contractor’s responsibility. There shall be no allowance for claims of time extension or costs associated with this coordination. DIVISION 2 – SITE WORK SECTION 02234 – SUB BASE COURSE PART 4: MEASUREMENT AND PAYMENT Delete the last sentence of paragraph A. in section 4.1 - CRUSHED SUB-BASE COURSE SECTION 02234 – CRUSHED BASE COURSE PART 4: MEASUREMENT AND PAYMENT Delete the last sentence of paragraph A. in section 4.1 - CRUSHED BASE COURSE SECTION 02800 – ELECTRICAL SYSTEMS PART 1: GENERAL Add the following to the end of paragraph 1.1.D: “All trenching associated with electrical conduit/wire shall be in accordance with applicable NEC codes. A 24” minimum depth of bury shall be required for all electrical trenching in accordance with NEC table 300.5 of the 2008 National Electric Code. All electrical trenching backfill shall consist of base course or asphalt millings.” ---PAGE BREAK--- North Higgins Bike/Ped Msla Addendum No. 1 February 12, 2010 Page 7 of 8 W:\Projects\090706\Docs\Project Manual\Addenda\N Higgins BikePed ADDENDUM 1.doc PART 4: MEASUREMENT AND PAYMENT Add the following section: “4.2 ELECTRICAL TRENCHING AND BACKFILL A. All items associated with electrical trenching, to include excavation, backfill and compaction of ¾” minus crushed base course, or asphalt millings, to the depths indicated on the plans and in accordance with applicable standards, shall be considered incidental to the costs of associated bid items.” PLAN SHEETS – GENERAL INFORMATION The grading plan sheets (sheets 9-12) represent the selection of Bid Alternate Contractor’s attention is called to the demolition sheets (sheets 5-8) and inlet details included on sheet 4 for a full description of work included within the Base Bid improvements. In the event that Bid Alternate #1 is not accepted, revised grading plan sheets will be issued. The number of storm drainage structures and additional depth of structures on the Bid Form for Bid Alternate #1 are based on the storm drainage design as shown on the plans. For estimating purposes, contractors may assume that storm drainage structures at alleys will be eliminated in the Base Bid scenario, and that inlets near intersections will have similar rim and invert elevations to what is shown on the plans. Contractor may assume that difference in storm drain piping between Base Bid and Bid Alternate #1 are negligible. In the event that Bid Alternate #1 is not accepted, revised grading plan sheets will detail the inlet location and routing or storm drain piping. PLAN SHEETS A. The following changes will be made to the plan sheets. New plans will be issued to the Contractor, after award, labeled “Released for Construction” and will incorporate the following changes: SHEET 3 of 28 The Protected Bikeway and Raised Asphalt Protected Bikeway typical details will be revised to show a minimum 24” bury to top of conduit for the 2” lighting/electrical trench. Additionally, a note will be added that calls for full depth ¾” crushed base course, or asphalt millings, backfill of all electrical trenching. SHEET 10 of 28 This change concerns the proposed storm inlet manhole on the east side of Higgins Avenue north of Pine Street approximate station 15+11.09 RT. This manhole is to be moved east and a standard curb inlet grate is to be used. No spill curb is to be used at this location. The existing 10” steel water main, which is to be abandoned as part of the North Higgins Water Project, may need to be cut and removed to accommodate the new manhole. The purpose of this change is to increase the separation distance from the new 12” DI water main. The change from a storm inlet manhole to a curb inlet manhole is reflected in the revised bid form. ---PAGE BREAK--- North Higgins Bike/Ped Msla Addendum No. 1 February 12, 2010 Page 8 of 8 W:\Projects\090706\Docs\Project Manual\Addenda\N Higgins BikePed ADDENDUM 1.doc SHEET 11 OF 28 This change concerns the proposed storm inlet manhole on the east side of Higgins Avenue north of Spruce Street approximate station 18+53.00 RT. This manhole is to be moved east and a standard curb inlet grate is to be used. No spill curb is to be used at this location. The existing 10” steel water main, which is to be abandoned as part of the North Higgins Water Project, may need to be cut and removed to accommodate the new manhole. The purpose of this change is to increase the separation distance from the new 12” DI water main. The change from a storm inlet manhole to a curb inlet manhole is reflected in the revised bid form. ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 1 ARRA 8119(1) BID FORM 00300-1 SECTION 00300 BID FORM PROJECT IDENTIFICATION: North Higgins Bike/Ped – MSLA Missoula, Montana CONTRACT IDENTIFICATION AND NUMBER: North Higgins Bike/Ped – MSLA Federal Aid Project No: ARRA 8119(1) Uniform Project No: 6998 City Project No: 9-028 Engineer Project Number: 09-07-06 THIS BID SUBMITTED TO: City of Missoula City Clerk’s Office 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. 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 ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 1 ARRA 8119(1) BID FORM 00300-2 provided in Paragraph 4.06 of the General Conditions. 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 official’s immediate family, has direct or indirect interest in the pecuniary profits or Contracts of the BIDDER. 5.01 The Bidder will complete the Work in accordance with the Contract Documents for the following price(s). (NOTE: 1% Montana Gross Receipts Tax shall be included in Unit Prices) ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 1 ARRA 8119(1) BID FORM 00300-3 UNIT PRICE BID SCHEDULE The Bid Schedule is comprised of a Base Bid and five separate, but related, Bid Alternates as follows: Base Bid – Removal and installation of new curb, gutter, and sidewalk; new storm drainage inlets, manholes, and tie-ins to the existing storm drain; milling and asphalt concrete pavement overlay; signing and epoxy pavement markings; street lighting, electrical conduit, conductor, and service; tree removal, new planting areas, and irrigation sleeves; concrete repair; manhole and valve box adjustments. Bid Alternate 1 – Adds additional curb and gutter, sidewalk, storm drainage, and a raised asphalt bikeway. Bid Alternate 2 – Replaces the hatched bikeway buffer, no parking areas, and bus stop markings with stamped, colored asphalt. This alternate will reduce the epoxy pavement marking quantities included in the Base Bid. Bid Alternate 3 – Replaces the crosswalk, stop bar, bike lane, words and symbols pavement markings with thermoplastic pavement markings. This alternate will reduce the epoxy pavement marking quantities included in the Base Bid. Bid Alternate 4 – Adds green colored asphalt to the bike lanes at intersections and alley crossings. Bid Alternate 5 – Adds installation of landscape plantings, brick pavers, and modification of existing irrigation systems. Bidders shall submit prices for the Base Bid and each of the Bid Alternates. Bidders shall include a credit (deduct) for the unused quantities within the bid alternatives, matching those items included in the Base Bid. The unit price of the credit shall be the same as the unit price in the Base Bid. ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 1 ARRA 8119(1) BID FORM 00300-4 BASE BID Item Number Description Quantity Unit Unit Price Total 1 MOBILIZATION 1 L. SUM 2 PERMITS 1 L. SUM 3 TRAFFIC CONTROL 1 L. SUM 4 EROSION CONTROL 1 L. SUM 5 CONCRETE REMOVAL - CURB AND GUTTER 1,303 LF 6 CONCRETE REMOVAL - SIDEWALK 7,079 SF 7 ASPHALTIC CONCRETE PAVEMENT REMOVAL 10,357 SF 8 ASPHALT MILLING 9,175 SY 9 CURB REPAIR 73 LF 10 COMBINED CONCRETE CURB AND GUTTER 1,355 LF 11 CONCRETE CURB 128 LF 12 4" CONCRETE SIDEWALK 4,764 SF 13 8" CONCRETE SIDEWALK 5,363 SF 14 DETECTABLE WARNING 594 SF 15 2" ASPHALT CONCRETE PAVEMENT - PATCH 4,564 SF 16 ASPHALT CONCRETE PAVEMENT SURFACE COURSE GRADE 1,200 TON 17 4' DIAMETER CURB INLET MANHOLE, 5' 0" DEPTH 10 EACH 18 4' DIAMETER STORM INLET MANHOLE, 5' 0" DEPTH 7 EACH 19 CONNECT NEW MANHOLE TO EXISTING STORM DRAIN LINE 1 EACH 20 REMOVE AND REPLACE MANHOLE 1 EACH 21 12" RCP STORM DRAIN PIPE IN PLACE 569 LF 22 CONNECTION TO EXISTING MANHOLE 14 EACH 23 ABANDON EXISTING MANHOLE 3 EACH 24 REMOVE SIGN 10 EACH 25 NEW SIGN (GOUND MOUNT) 21 EACH 26 NEW SIGN (OVERHEAD) 4 EACH 27 WORDS & SYMBOLS - EPOXY 82 GAL 28 STRIPING-EPOXY 32 GAL 29 REMOVE PAVEMENT MARKINGS 2,080 LF 30 INTERCONNECT CABLE 645 LF 31 CONDUCTOR CU AWG) 17,600 LF 32 CONDUCTOR (#10 CU AWG) 11,415 LF 33 CONDUCTOR (#12 CU AWG) (PHOTOCELL) 1,425 LF 34 1.5" ELECTRICAL CONDUIT (RGS) 114 LF 35 2" ELECTRICAL CONDUIT (RGS) 87 LF 36 1.5" ELECTRICAL CONDUIT (PVC) 2,990 LF 37 2" ELECTRICAL CONDUIT (PVC) 1,890 LF 38 TYPE 2 PULL BOX 42 EACH 39 POLE WITH LUMINAIRE ASSEMBLIES 33 EACH 40 FOUNDATIONS 31 EACH 41 PHOTOCELL CONTROL AND SERVICE 2 EACH 42 BOLLARDS - STANDARD 3 EACH 43 BOLLARDS – CUSTOM 27 EACH 44 TREE REMOVAL 5 EACH 45 PLANTING SOIL 285 CY 46 MULCH 25 CY 47 IRRIGATION SLEEVES 3 EACH 48 GRATE REPLACEMENT 1 EACH 49 MISCELLANEOUS WORK 50,000 EACH $1.00 $50,000.00 TOTAL ESTIMATED PRICE BASE BID $ (Figures) TOTAL ESTIMATED PRICE BASE BID $ (Words) CONTRACT TIME = 90 CALENDAR DAYS All Milling, Paving, and Related Pavement Markings shall be completed by AUGUST 30, 2010. ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 1 ARRA 8119(1) BID FORM 00300-5 BID ALTERNATE 1 – RAISED BIKEWAY Item Number Description Quantity Unit Unit Price Total 50 MOBILIZATION 1 L. SUM 51 TRAFFIC CONTROL 1 L. SUM 52 ADDITIONAL PERMITS 1 L. SUM 53 CONCRETE REMOVAL - CURB AND GUTTER 223 LF 54 CONCRETE REMOVAL - SIDEWALK 1,910 SF 55 ASPHALTIC CONCRETE PAVEMENT REMOVAL 7,870 SF 56 ASPHALT MILLING * DEDUCT (925) SY ( ) ( ) 57 COMBINED CONCRETE CURB AND GUTTER 1,655 LF 58 8" CONCRETE SIDEWALK 1,874 SF 59 4' DIAMETER MANHOLE, 5' 0" DEPTH 5 EACH 60 4' DIAMETER CURB INLET MANHOLE, 5' 0" DEPTH* 3 EACH 61 4' DIAMETER STORM INLET MANHOLE, 5' 0" DEPTH DEDUCT EACH ( ) ( ) 62 ADDITIONAL 4' DIAMETER MANHOLE DEPTH 27 V. FT 63 CONNECT NEW MANHOLE TO EXISTIGN STORM DRAIN LINE 4 EACH 64 CONNECTION TO EXISTING MANHOLE* DEDUCT EACH ( ) ( ) *UNIT PRICE MUST MATCH BASE BID TOTAL ESTIMATED PRICE BID ALTERNATE 1 $ (Figures) TOTAL ESTIMATED PRICE BID ALTERNATE 1 $ (Words) ADDITIONAL CONTRACT TIME = 30 CALENDAR DAYS BID ALTERNATE 2 – STAMPED COLORED ASPHALT Item Number Description Quantity Unit Unit Price Total 65 MOBILIZATION 1 L. SUM 66 TRAFFIC CONTROL 1 L. SUM 67 WORDS & SYMBOLS-EPOXY * DEDUCT (24) GAL ( ) ( ) 68 STAMPED COLORED ASPHALT 3,191 SF *UNIT PRICE MUST MATCH BASE BID TOTAL ESTIMATED PRICE BID ALTERNATE 2 $ (Figures) TOTAL ESTIMATED PRICE BID ALTERNATE 2 $ (Words) ADDITIONAL CONTRACT TIME = 20 CALENDAR DAYS ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 1 ARRA 8119(1) BID FORM 00300-6 BID ALTERNATE 3 – THERMOPLASTIC PAVEMENT MARKINGS Item Number Description Quantity Unit Unit Price Total 69 MOBILIZATION 1 L. SUM 70 TRAFFIC CONTROL 1 L. SUM 71 WORDS & SYMBOLS-EPOXY * DEDUCT (58) GAL ( ) ( ) 72 THERMOPLASTIC PAVEMENT MARKINGS 4,275 SF *UNIT PRICE MUST MATCH BASE BID TOTAL ESTIMATED PRICE BID ALTERNATE 3 $ (Figures) TOTAL ESTIMATED PRICE BID ALTERNATE 3 $ (Words) ADDITIONAL CONTRACT TIME = 10 CALENDAR DAYS BID ALTERNATE 4 – GREEN COLORED ASPHALT Item Number Description Quantity Unit Unit Price Total 73 MOBILIZATION 1 L. SUM 74 TRAFFIC CONTROL 1 L. SUM 75 COLORED ASPHALT 4901 SF TOTAL ESTIMATED PRICE BID ALTERNATE 4 $ (Figures) TOTAL ESTIMATED PRICE BID ALTERNATE 4 $ (Words) ADDITIONAL CONTRACT TIME = 5 CALENDAR DAYS BID ALTERNATE 5 – LANDSCAPING Item Number Description Quantity Unit Unit Price Total 76 MOBILIZATION 1 L. SUM 77 TRAFFIC CONTROL 1 L. SUM 78 TREE, 2" CALIPER, BALLED & BURLAPPED 6 EACH 79 TREE, 2.5" CALIPER, BALLED & BURLAPPED 7 EACH 80 PLANT, 5 GALLON CONTAINER 7 EACH 81 PLANT, 1 GALLON CONTAINER 780 EACH 82 PLANT, 4 INCH CONTAINER 175 EACH 83 BULBS, TULIPS 250 PER 50 84 BULBS, CROCUS 300 PER 50 85 ROOT WATERING SYSTEM 158 EACH 86 EXTEND EXISTING DRIP IRRIGATION 740 SF 87 BRICK PAVERS 264 SF TOTAL ESTIMATED PRICE BID ALTERNATE 5 $ (Figures) TOTAL ESTIMATED PRICE BID ALTERNATE 5 $ (Words) ADDITIONAL CONTRACT TIME = 20 CALENDAR DAYS Determination of the lowest responsive Bidder will be based on the total of the lowest base bid submitted plus none, all, or any combination of bid alternatives selected by the Owner. ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 1 ARRA 8119(1) BID FORM 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. The purpose of the bid alternates is to give the OWNER maximum flexibility in obtaining the greatest possible amount of work within the limits of the funds available. In determining the lowest responsive Bidder, the OWNER may accept in any order, any, all, or none of the Bid Alternates. E. The OWNER reserves the right to reject any or all bids. 6.01 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 (Section 00500). 6.02 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. Completed and executed CTEP Proposal Form (Section 00320) B. Required Bid security in the amount of 10% of the maximum Bid price including alternates 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. 9.01 The undersigned by signing this proposal acknowledges that he has read the Debarment section of the CTEP Special Provisions relating to the ineligibility of bidders and certifies that the Bidder has complied. 10.01 The Bidder has complied with the project’s DBE requirements, and agrees to in all ways comply with the Montana Department of Transportation DBE program. 10.02 By signing this proposal the bidder acknowledges that failure to file timely, complete and accurate reports with the Joint Reporting Committee, the Director of OFCC or the Equal Employment Opportunity Commission is grounds for the imposition of sanctions as authorized by 41 CFR 60-1.7 SUBMITTED on Montana Contractor’s Registration # Employer’s Tax ID No. ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 1 ARRA 8119(1) BID FORM 00300-8 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: (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: (Signature of person authorized to sign) Title: Attest: (CORPORATE SEAL) (Signature of Secretary) Business Address: Phone No.: FAX No: Date of Qualification To Do Business Is: ---PAGE BREAK--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 1 ARRA 8119(1) BID FORM 00300-9 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) 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--- NORTH HIGGINS BIKE/PED-MSLA – ADDENDUM 1 ARRA 8119(1) BID FORM 00300-10 BID FORM 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 00300 ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK---