Full Text
00100 – Page 1 of 3 C:\Users\rehbeinm\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\HYN0W17L\Invitation to Bid (2).docx 8/26/2009 Separate sealed bids for construction of: Special Improvement District 544 Rattlesnake Neighborhood Sewer Collection System as described in the Project Manual, will be received by the CITY OF MISSOULA, MONTANA, at the office of the City Clerk, Missoula City Hall, City of Missoula, 435 Ryman, Missoula, Montana, 59802-4297 until 10:00 a.m., local time (Mountain Time Zone), on September 4, 2009, and then publicly opened and read aloud in the Mayor’s Conference Room. Late bids will be returned unopened. Each proposal shall be submitted in a sealed envelope. The envelope shall be clearly marked on the outside with the Contractor’s Montana registration number and the following language: “BID PROPOSAL FOR CITY OF MISSOULA PROJECT NO. 01-005” “Rattlesnake Neighborhood Sewer Collection System” “Special Improvement District 544” This project consists of, but is not necessarily limited to, the following major items: Installation of approximately 22,000 LF of gravity sewer main; Installation of approximately 100 sanitary sewer manholes; Installation of approximately 300 sanitary sewer gravity services; Installation of 1 Lift Station; Installation of approximately 1100 LF of pressure sewer main; Surface restoration in all affected areas, including asphalt paving and landscaping. This work includes the furnishing and installation of equipment, materials and related appurtenances in the following general trades of work: underground piping installation, asphalt and concrete demolition and replacement, site work and other related trades to complete the work. The work will be done under a single contract. The Contract Documents consisting of half-size Drawings and a Project Manual may be examined or obtained at the office of Morrison-Maierle, Inc., 3011 Palmer Street, Missoula, Montana, 59808, Telephone (406) 542-8880. Required deposit is $150.00 per set, which is nonrefundable, by regular mail or United Parcel Service (UPS). Full-size Drawings may be purchased for $200.00, non refundable. Payment of an additional $50.00 is required for express mail. In addition, the Drawings and Project Manual may also be examined at the following locations: City of Missoula Missoula Plans Exchange City Engineer’s Office 201 North Russell Street 435 Ryman Missoula, MT 59801 ---PAGE BREAK--- 00100 – Page 2 of 3 C:\Users\rehbeinm\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\HYN0W17L\Invitation to Bid (2).docx 8/26/2009 Missoula, MT 59802 www.mpe.us Phone: (406) 552-6345 Morrison-Maierle, Inc. NW Montana Plans Exchange 1 Engineering Place 2303 Hwy 2 E Helena, MT 59604 Kalispell, MT 59901 Morrison-Maierle, Inc. Montana Contractor’s Assoc. 125 Schoolhouse Loop PO Box 4519 Kalispell, MT 59904 Helena, MT 59604 Morrison-Maierle, Inc. Butte Builders Exchange 2880 Technology Blvd. West 305 W Mercury, Suite 401 Bozeman, MT 59771 Butte, MT Morrison-Maierle, Inc. Spokane Regional Plan Center 315 North 25th Street, Suite 102 102 E Boone Ave Billings, MT 59101 Spokane, WA And other regional plan centers. There will be a Pre-Bid Conference at the Morrison-Maierle, Inc. Missoula Office, 3011 Palmer Street, at 2:00 P.M., local time (Mountain Time Zone), on August 27, 2009. Interested CONTRACTORS and Subcontractors are strongly encouraged to attend. Direct inquiries regarding the project shall be made to Craig Schaeffer, PE, PLS, Morrison-Maierle, Inc., 3011 Palmer Street, Missoula, MT 59808, (406) 542-8880. It is the CONTRACTOR’s responsibility to be familiar with the Rattlesnake Valley site and any constraints material to their bid. Non-attendance by a CONTRACTOR may be a factor in determining whether a bidder is either a responsive and/or responsible bidder for this specific project. Actual prior experience performing the type of work in this project is an important factor for performance of this project. The Bidder is required to submit, with the bid proposal, proof of experience performing work of a similar nature. Lack of experience in successfully completing project of a similar size, with similar complexity may be construed as constituting a non-qualified bidder as determined by the City. CONTRACTOR(s) and any of the CONTRACTOR’s subcontractors doing work on this project will be required to obtain registration with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the Montana Department of Labor and Industry, PO Box 8011, 1805 Prospect, Helena, Montana 59604-8011. Information on registration can be obtained by calling 1-[PHONE REDACTED]. CONTRACTORS are required to have registered with the DLI prior to bidding on this project. All laborers and mechanics employed by CONTRACTOR(s) of subcontractors in performance of the construction work shall be paid wages at rates as may be ---PAGE BREAK--- 00100 – Page 3 of 3 C:\Users\rehbeinm\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\HYN0W17L\Invitation to Bid (2).docx 8/26/2009 required by the laws of the State of Montana in accordance with the schedule of Federal Davis-Bacon Wage Rates established by the US Department of Labor included in the Project Manual. The CONTRACTOR must ensure that employees and applicants for employment are not discriminated against because of race, color, religion, sex, or national origin. Successful CONTRACTOR(s) and vendors are required to comply with City of Missoula business licensing requirements. These Contract Documents are intended to be gender-neutral. Wherever gender is specified, it should be taken to mean “he or she” except in reference to WBE requirements. Each Bid or Proposal must be accompanied by cash, certified check, cashier’s check, or money order drawn and issued by a national banking association located in the State of Montana, or by any banking corporation incorporated in the State of Montana, or by a bid bond executed by a surety corporation authorized to do business in the State of Montana payable to the City of Missoula in the amount not less than ten percent (10%) of the total amount of the Bid. The bid security shall identify the same firm as is noted on the bid proposal form. Successful BIDDER(s) shall furnish an approved Performance Bond and a labor and materials Payment Bond, each in the amount of one hundred (100) percent of the Contract Amount of the proposal for the faithful performance of the contract, and protection of the City of Missoula against liability. Insurance as required shall be provided by the successful BIDDER(s) and a Certificate(s) of that insurance shall be provided. The project is funded in part or in whole with grant/loan funding from the Treasure State Endowment Program (TSEP), Renewable Resources Grant and Loan Program, Water Pollution Control State Revolving Fund, State and Tribal Assistance Grant (STAG) Program, and the American Recovery and Reinvestment Act (ARRA) of 2009. No Bid may be withdrawn after the scheduled time for the public opening of the Bids specified above. The City of Missoula reserves the right to waive informalities, to reject any and all bids, to postpone the award of the Contract for a period not to exceed ninety (90) days, or to make such an award as in the judgment of its officials that best meets the City’s requirements. Any objections to the published specifications must be filed in written form with the City Clerk prior to the Bid Opening at the time specified above. The City of Missoula is an Equal Opportunity Employer. Martha L. Rehbein, City Clerk. Publication Dates: August 16, 2009 August 30, 2009 Missoulian