← Back to Missou, LA

Document Missoula_doc_8d0c568903

Full Text

November 12, 2009 . RESERVE STREET SEWERMAIN REPLACEMENT PROJECT (SITE ID . 184) PROJECT NO.: 09-048 LETTER OF SUBJECT: . AddendumNo. 1 Dear Bidding Document Holders and Prospective Bidders: Please find enclosed Addendum No. I for the City ofMissoula Reserve Street Sewer. MainReplacement 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 IMany Solutions 1715 South Reserve Suite C \ Missoula, MT 159801 Direct: [PHONE REDACTED]\ Fax: [PHONE REDACTED] 1 cc. Steven King, City ofMissoula Kevin Slovarp, City ofMissoula . Pat Brooks, City ofMissoula' Star Sullivan, City ofMissoula Dennis Murphy, City ofMissoula Current Plan Holders List ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/12/2009 Addendum No. 1 – Page 1 of 4 ADDENDUM NO. 1 CITY OF MISSOULA RESERVE STREET SEWER MAIN REPLACEMENT PROJECT (SITE ID 184) PROJECT NO.: 09-048 Date: November 12, 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 3 pages and the following attachments: 1. Montana Prevailing Wage Rate Determination (Davis Bacon Wage Rates for Public Works Contracts in Montana; (Heavy & Highway) 2. Pre-Bid Attendance List (November 11, 2009) 3. Replace specification Section 00300 and 01010 with the attached sections. 4. Existing Aeration Piping Layout. 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. Delete Article 15.04.4: Certification of Nonsegregated Facilities B. Section 00480 – Information Required of Bidders 1. Delete the first sentence of Item B.3 and replace with the following: 3. Contractor has a liability insurance policy with a policy limit of at least $1,000,000 per occurrence and $2,000,000 aggregate. C. Section 00500 Reserve Street Sewer Main Replacement Project (Site ID 184) Agreement form 1. Delete the second paragraph of Article 1.01 and replace with the following: “The work includes the installation and replacement of approximately 424 lineal feet of 36 IN sewer main, including the connections to existing manholes as shown ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/12/2009 Addendum No. 1 – Page 2 of 4 per plan and the possible replacement of one manhole that is considered to be an additive alternate. In addition, the work also includes bypass pumping, dewatering and appurtenant work for a complete and operational facility.” D. Section 00810 Supplementary Conditions to the General Conditions 1. Delete Item SC-5.04.C.4 and replace with the following: 4. CONTRACTOR’S Liability Insurance under 5.04.A.3 through 5.04.A.6 may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. Primary occurrence limit cannot be less than $2,000,000.00. Deductible not to exceed $5,000.00 per occurrence on property damage. 2. Delete Item SC-5.04.C.6 and replace with the following: The Contractual Liability coverage required by Paragraph 5.04.B.4. of the General Conditions shall provide coverage for not less than the following amounts: Each Occurrence $1,000,000.00 Aggregate $2,000,000.00” E. Section 00813 Special Provisions 1. Delete Item 1.2.B.3.f.1; #200 Sieve Size; 0% Passing and replace with the following: Sieve Size Percent Passing #200 10% or less 2. Add Item No. 4) to MSP-37. 4) Missoula County. Contractor will need to submit Permits and Fees according to the Public Works Construction Manual as published by the Missoula County Public Works Department, including and not limited to permits as detailed in Section 1.5 Permitting and Fees. The cost for the County Excavation permit is $90.00 2.02 DIVISION 2 – SITE WORK A. Section 02750—Temporary bypass Pumping Systems 1. Delete Item 3.2.A.2 and replace with the following: 2. During all bypass pumping operations, the Contractor shall protect the Pumping Station and main and all local sewer lines from damage inflicted by any equipment. The Contractor shall be responsible for all physical damage to the Pumping Station and main and all local sewer lines caused by human or mechanical failure. Contractor to have personnel to monitor bypass pumping every 4 hours, 24 hours a day, 7 days a week during the bypass pumping operation. In addition, the City of Missoula will also install separate monitoring equipment to monitor the levels. As a result, the City will require a contact phone number of personnel responsible for monitoring. ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/12/2009 Addendum No. 1 – Page 3 of 4 PART 3 – DRAWING CLARIFICATIONS A. Drawings: 1. Sheet 00C03 a. Delete Key Note five and replace with the following: 5. The Contractors Vendor shall provide the necessary equipment and materials per specification 02750 and all other special fittings, elbows, saddles, valves and appurtenances to connect to the force main in order to route flow from the existing 16” FM to the Discharge point at P98-38-I (Key Note The Contractor shall make this connection while the 16” FM is valved off up stream by City personnel. The Contractor shall take special note that this line will still be full of raw sewage during the connection. In addition, if the contractor chooses to attach to an existing blind flange, the contractor shall provide the necessary pumping equipment, elbows, fittings, valves, valve box, tools and equipment to be abandoned in place with blind flange once the project is complete. Also, if the Contractor chooses to hot tap, the existing 16” FM, the contractor shall provide the necessary special tools for the tap, including the stainless steel saddle (Romac SSTIII 16”X12” W/ ductile iron flange or equal), pumping equipment, elbows, fittings, valves and valve box to be abandoned in place with blind flange once the project is complete. The Vendor and or the Contractor shall verify the Type of pipe (16” FM) prior to ordering. PART 4 – CLARIFICATIONS I PRE-BIDDERS QUESTIONS A. Pre-Bidders Questions: 1. Question: I can’t find the Non-Colusion Afidavit. Response: It is located in the contract documents prior to Section 00480. 2. Question: I can’t find the Certification of Nonsegregated Facilities? Response: The Certification of Nonsegregated facilities has been deleted per this addendum. 3. Question: Where will we get water for cleaning the bypass piping? Response: The Contractor shall coordinate with Mountain Water Company. The Contractor shall provide a flow meter for measuring and shall pay for the water used. The Cost for water is included and considered incidental to all bid items. 4. Question: The specifications appear to have different monitoring requirements for bypass Pumping. What is the monitoring schedule? Contractor to have personnel to monitor bypass pumping every 4 hours, 24 hours a day, 7 days a week during the bypass pumping operation. In addition, the City of Missoula will also install separate monitoring equipment to monitor the levels. As a result, the City will require a contact phone number of personnel responsible for monitoring. END OF ADDENDUM NO. 1 ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/12/2009 Addendum No. 1 – Page 4 of 4 ---PAGE BREAK--- 1 MONTANA PREVAILING WAGE RATES FOR HEAVY CONSTRUCTION 2009 Rates Effective: May 15, 2009 Brian Schweitzer, Governor State of Montana Keith Kelly, Commissioner Department of Labor & Industry To obtain copies of prevailing wage rate schedules, or for information relating to public works projects and payment of prevailing wage rates visit ERD at www.mtwagehourbopa.com or contact them at: Employment Relations Division Montana Department of Labor and Industry P. O. Box 201503 Helena, MT 59620-1503 Phone [PHONE REDACTED] TDD [PHONE REDACTED] The Labor Standards Bureau welcomes questions, comments and suggestions from the public. In addition, we’ll do our best to provide information in accessible format, on request, in compliance with the Americans with Disabilities Act. MONTANA PREVAILING WAGE REQUIREMENTS The Commissioner of the Department of Labor and Industry, in accordance with Sections 18-2-401 and 18-2-402 of the Montana Code Annotated, has determined the standard prevailing rate of wages for the occupations listed in this publication. The wages specified herein control the prevailing rate of wages for the purposes of 18-2-401, et seq., Montana Code Annotated. It is required that each employer pay, as a minimum, the rate of wages, including fringe benefits, travel allowance and per diem applicable to the district in which the work is being performed, as provided in the attached wage determinations. All Montana Prevailing Wage Rates are available on the Internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at (406) 444-5600 or TDD (406) 444-5549. In addition, this publication provides general information concerning compliance with Montana’s Prevailing Wage Law and payment of prevailing wages. For detailed compliance information relating to Public Works projects and payment of prevailing wage rates, please consult the Regulations on the Internet at www.mtwagehourbopa.com or contact the Labor Standards Bureau at (406) 444-5600 or TDD (406) 444-5549. KEITH KELLY Commissioner Department of Labor and Industry State of Montana ---PAGE BREAK--- 2 TABLE OF CONTENTS MONTANA PREVAILING WAGE REQUIREMENTS: A. Date of 2 B. Definition of Heavy 2 C. Definition of Highway Construction…………………………………………….2 D. Definition of Public Works 2 E. Prevailing Wage 3 F. Fringe 3 G. 3 H. Posting Notice of Prevailing 3 I. Employment 3 J. Rates to use for Heavy Construction Wage Highway Construction Wage A. Date of Publication: May 15, 2009 B. Definition of Heavy Construction The Administrative Rules of Montana (ARM) 24.17.501 – Public Works Contracts For Construction Services Subject to Prevailing Rates, states: “Heavy construction projects include, but are not limited to, those projects that are not properly classified as either ‘building construction’, or ‘highway construction.’ Heavy construction projects include, but are not limited to, antenna towers, bridges (major bridges designed for commercial navigation), breakwaters, caissons (other than building or highway), canals, channels, channel cut-offs, chemical complexes or facilities (other than buildings), cofferdams, coke ovens, dams, demolition (not incidental to construction), dikes, docks, drainage projects, dredging projects, electrification projects (outdoor), fish hatcheries, flood control projects, industrial incinerators (other than building), irrigation projects, jetties, kilns, land drainage (not incidental to other construction), land leveling (not incidental to other construction), land reclamation, levees, locks and waterways, oil refineries (other than buildings), pipe lines, ponds, pumping stations (prefabricated drop-in units – not buildings), railroad construction, reservoirs, revetments, sewage collection and disposal lines, sewers (sanitary, storm, etc.), shoreline maintenance, ski tows, storage tanks, swimming pools (outdoor), subways (other than buildings), tipples, tunnels, unsheltered piers and wharves, viaducts (other than highway), water mains, waterway construction, water supply lines (not incidental to building), water and sewage treatment plants (other than buildings) and wells.” Federal Davis-Bacon wage rates as published in U.S. Department of Labor General Wage Decision No. MT080001 Modification No.8 have been adopted by the Montana Department of Labor and Industry for use in Heavy Construction projects and are included in this publication. These rates apply statewide or as shown in MT080001 Modification No. 8. C. Definition of Highway Construction The Administrative Rules of Montana (ARM) 24.17.501 – Public Works Contracts For Construction Services Subject to Prevailing Rates, states: “Highway construction projects include, but are not limited to, the construction, alteration, or repair of roads, streets, highways, runways, taxiways, alleys, trails, paths, and parking areas, bridges constructed or repaired in conjunction with highway work, and other similar projects not incidental to building construction or heavy construction. Highway construction projects include, but are not limited to, alleys, base courses, bituminous treatments, bridle paths, concrete pavement, curbs, excavation and embankment (for road construction), fencing (highway), grade crossing elimination (overpasses or underpasses), guard rails on highways, highway signs, highway bridges (overpasses, underpasses, grade separation), medians, parking lots, parkways, resurfacing streets and highways, roadbeds, roadways, runways, shoulders, stabilizing courses, storm sewers incidental to road construction, street paving, surface courses, taxiways, and trails.” Federal Davis-Bacon wage rates as published in U.S. Department of Labor General Wage Decision No. MT080002 Modification No.1 have been adopted by the Montana Department of Labor and Industry for use in Highway Construction projects and are included in this publication. These rates apply statewide or as shown in MT080002 Modification No. 1. D. Definition of Public Works Projects The Montana Code Annotated (18-2-401 defines “public works contract” as “a contract for construction services let by the state, county, municipality, school district, or political subdivision or for nonconstruction services let by the state, county, municipality, or political subdivision in which the total cost of the contract is in excess of $25,000…” ---PAGE BREAK--- 3 E. Prevailing Wage Schedule This publication covers only Heavy and Highway Construction occupations and rates in the specific localities mentioned herein. These rates will remain in effect until superseded by a more current publication. Current prevailing wage rates schedules for Building Construction, and Nonconstruction Services occupations can be found on the Internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at (406) 444-5600 or TDD (406) 444-5549. F. Fringe Benefits Section 18-2-412 of the Montana Code Annotated states: To fulfill the obligation... a contractor or subcontractor may: pay the amount of fringe benefits and the basic hourly rate of pay that is part of the standard prevailing rate of wages directly to the worker or employee in cash; make an irrevocable contribution to a trustee or a third person pursuant to a fringe benefit fund, plan, or program that meets the requirements of the Employee Retirement Income Security Act of 1974 or that is a bona fide program approved by the United States department of labor; or make payments using any combination of methods set forth in subsections and so that the aggregate of payments and contributions is not less than the standard prevailing rate of wages, including fringe benefits for health and welfare and pension contributions that meet the requirements of the Employee Retirement Income Security Act of 1974, travel, or other bona fide programs approved by the United States department of labor, that is applicable to the district for the particular type of work being performed. The fringe benefit fund, plan, or program described in subsection must provide benefits to workers or employees for health care, pensions on retirement or death, life insurance, disability and sickness insurance, or bona fide programs that meet the requirements of the Employee Retirement Income Security Act of 1974 or that are approved by the United States department of labor.” Fringe benefits are paid for all hours worked (straight time and overtime hours). However, fringe benefits are not to be considered a part of the hourly rate of pay for calculating overtime, unless there is a collectively bargained agreement in effect that specifies otherwise. Employers are obligated to pay the wage rates and fringes as listed in the booklet, including the zone hourly rate when applicable. For heavy and highway construction occupations, the vacation benefit amount is not included in the prevailing wage rate, unless stated otherwise. G. Apprentices Wage rates for apprentices registered in approved federal or state apprenticeship programs are contained in those programs. However, apprentices not registered in approved federal or state apprenticeship programs will be paid the prevailing wage rate when working on a public works contract. H. Posting Notice of Prevailing Wages Section 18-2-406, Montana Code Annotated, provides that contractors, subcontractors, and employers who are performing work or providing services under public works contracts, as provided in this part, shall post in a prominent and accessible site on the project or work area, not later than the first day of work, a legible statement of all wages and fringe benefits to be paid to the employees on such site or work area. I. Employment Preference Sections 18-2-403 and 18-2-409, Montana Code Annotated, require contractors to give preference to the employment of bona fide Montana residents in the performance of work on public works contracts. J. Rates to Use for Projects Rates to be used on a public works project are those that are in effect at the time the project and bid specifications are advertised. ---PAGE BREAK--- 4 MONTANA STATEWIDE PREVAILING DAVIS-BACON 2009 Rates Effective: May 15, 2009 HEAVY CONSTRUCTION WAGE RATES General Wage Determinations Issued Under The Davis-Bacon and Related Acts State: Montana Construction Types: Heavy Counties: Montana Statewide ---PAGE BREAK--- 5 HEAVY CONSTRUCTION PROJECTS ZONE DEFINITIONS CARPENTERS, *CEMENT MASONS, LABORERS, AND TRUCK DRIVERS The zone hourly rates applicable to each project shall be determined by measuring the road miles over the shortest practical maintained route from the nearest County Court House of the following listed towns to the center of the job: BILLINGS, BOZEMAN, BUTTE, GREAT FALLS, HAVRE, HELENA, KALISPELL, LEWISTOWN, MILES CITY, MISSOULA Zone 1: 0 to 30 miles - Base Pay Zone 2: 31 to 60 miles - Base Pay+ $2.95 Zone 3: 60+ miles - Base Pay+ $4.70 *CEMENT MASONS ZONES: The above cities plus DILLON, GLASGOW, GLENDIVE, SIDNEY CARP0028-002 05/01/2007 Rates Fringes CARPENTERS: (Zone 1) CARPENTER & PILEBUCK $22.00 $8.40 MILLWRIGHT $24.00 $8.40 CARP0028-004 06/01/2006 Rates Fringes DIVER TENDER $27.27 $7.80 DIVER $56.54 $7.80 DEPTH PAY (Surface Diving) 050 to 100 feet $2.00 per foot 101 to 150 feet $3.00 per foot 151 to 220 feet $4.00 per foot 221 ft & deeper $5.00 per foot ELEC0044-001 09/01/2008 BEAVERHEAD, BIG HORN, BLAINE, BROADWATER, CARBON, CARTER, CASCADE, CHOUTEAU, CUSTER, DANIELS, DAWSON, DEER LODGE, FALLON, FERGUS, GALLATIN, GARFIELD, GLACIER, GOLDEN VALLEY, GRANITE, HILL, JEFFERSON, JUDITH, BASIN, LEWIS AND CLARK, LIBERTY, MADISON, MCCONE, MEAGHER, MINERAL, MISSOULA, MUSSELSHELL, PARK, PETROLEUM, PHILLIPS, PONDERA, POWDER RIVER, POWELL, PRAIRIE, RAVALLI, RICHLAND, ROOSEVELT, ROSEBUD, SHERIDAN, SILVER BOW, STILLWATER, SWEET GRASS, TETON, TOOLE, TREASURE, VALLEY, WHEATLAND, WIBAUX, AND YELLOWSTONE COUNTIES. Rates Fringes LINE CONSTRUCTION Lineman $33.90 4.75%+$10.61 Equipment Operator $25.13 4.75%+$10.95 Experienced Groundman $20.27 4.75%+$10.33 ELEC0233-001 06/01/2008 BLAINE, BROADWATER, CASCADE, CHOUTEAU, FERGUS, GLACIER, HILL, JUDITH BASIN, LEWIS & CLARK, LIBERTY, MEAGHER, PETROLEUM, PHILLIPS, PONDERA, TETON, VALLEY, AND WHEATLAND COUNTIES. Rates Fringes ELECTRICIAN $27.26 4.25%+$8.55 ---PAGE BREAK--- 6 ELEC0233-002 08/01/2007 BEAVERHEAD, DEER LODGE,GRANITE, JEFFERSON, MADISON, POWELL, AND SILVER BOW COUNTIES. Rates Fringes ELECTRICIAN $25.50 4.25%+$9.20 ELEC0532-001 06/01/2008 GALLATIN, PARK, AND SWEET GRASS COUNTIES. Rates Fringes ELECTRICIAN $26.29 4.25%+$8.40 ELEC0532-003 06/01/2008 BIG HORN, CARBON, CARTER, CUSTER, DANIELS, DAWSON, FALLON, GARFIELD, GOLDEN VALLEY, McCONE, MUSSELSHELL, POWDER RIVER, PRAIRIE, RICHLAND, ROOSEVELT, ROSEBUD, SHERIDAN, STILLWATER, TREASURE, WIBAUX AND YELLOWSTONE COUNTIES. Rates Fringes ELECTRICIAN $26.83 4.25%+$9.39 ELEC0768-001 03/01/2008 FLATHEAD, LAKE, LINCOLN, MINERAL, MISSOULA, RAVALLI, AND SANDERS COUNTIES. Rates Fringes ELECTRICIAN $27.10 $10.71 ELEC0768-003 07/02/2007 FLATHEAD, LAKE, AND LINCOLN COUNTIES. Rates Fringes LINE CONSTRUCTION Lineman $32.60 $12.01 Groundman $19.49 $11.01 Line Equipment Operator $24.16 $11.41 Tree Trimmer $26.11 $11.58 ZONE DEFINITIONS FOR POWER EQUPMENT OPERATORS: The zone hourly rates applicable to each project shall be determined by measuring the road miles over the shortest practical maintained route from the nearest County Court House of the following listed towns to the center of the job: BILLINGS, BOZEMAN, BUTTE, GREAT FALLS, HELENA, KALISPELL, MISSOULA. Zone 1: 0 to 30 miles - Base Pay Zone 2: 31 to 60 miles - Base Pay+ $3.50 Zone 3: Over 60 miles - Base Pay+ $5.50 ---PAGE BREAK--- 7 ENGI0400-001 05/01/2008 Rates Fringes POWER EQUIPMENT OPERATOR (Zone 1) Group 1 $22.47 $9.05 Group 2 $22.94 $9.05 Group 3 $23.34 $9.05 Group 4 $24.00 $9.05 Group 5 $24.50 $9.05 Group 6 $25.60 $9.05 Group 7 $26.10 $9.05 POWER EQUIPMENT OPERATORS CLASSIFICATIONS: GROUP 1: Air Compressor; Auto Fine Grader; Belt Finishing Machine; Boring Machine, small; Cement Silo; Crane, A-Frame Truck Crane; Crusher Conveyor; DW-10, 15, and 20 Tractor Roller; Farm Tractor; Forklift; Form Grader; Front-end Loader under 1 cu yd; Heavy Duty Drills; Herman Nelson Heater; Mulching Machine; Oiler, all except Cranes. & Shovels; Pumpman. GROUP 2: Air Doctor; Backhoe/Excavator/Shovel to and including 3 cu yd; Bit Grinder; Bituminous Paving Travel Plant; Boring Machine, large; Broom, self-propelled; Concrete Travel Batcher; Concrete Float & Spreader; Concrete Bucket Dispatcher; Concrete Finish Machine; Concrete Conveyor; Distributor; Dozer, Rubber- Tired, Push & Side Boom; Elevating Grader/Gradall; Field Equipment Serviceman; Front-end Loader 1 cu yd to including 5 cu yd; Grade Setter; Heavy Duty Drills, all types; Hoist/Tugger, all; Hydralift & similar; Industrial Locomotive; Motor Patrol, except Finish; Mountain Skidder; Oiler - Cranes & Shovels; Pavement Breaker, EMSCO; Power Saw, self-propelled; Pugmill; Pumpcrete/Grout Machine; Punch Truck; Roller, other than Asphalt; Roller, Sheepsfoot, self- propelled; Roller, 25 tons and over; Ross Carrier; Rotomill under 6 ft; Trenching Machine; Washing/Screening Plant. GROUP 3: Asphalt Paving Machine; Asphalt Screed; Backhoe/Excavator/Shovel over 3 cu yd; Cableway Highline; Concrete Batch Plant; Concrete Curing Machine; Concrete Pump; Cranes, Creter; Cranes, Electric Overhead; Cranes, 24 tons and under; Curb Machine/Slip Form Paver; Finish Dozer; Front-end Loader over 5 cu yd; Mechanic/Welder; Pioneer Dozer; Roller, Asphalt (Breakdown & Finish); Rotomill, over 6 ft; Scraper, single, twin, or pulling Belly Dump; Yo-Yo Cat. GROUP 4: Asphalt/Hot Plant Operator; Cranes, 25 tons to 44 tons; Crusher Operator; Finish Motor Patrol; Finish Scraper. GROUP 5: Cranes, 45 tons to including 74 tons. GROUP 6: Cranes, 75 tons to including 149 tons; Crane, Whirley (all). GROUP 7: Cranes, 150 tons to including 250 tons (add $1.00 for every 100 tons over 250 tons); Crane, Stiff-Leg or Derrick; Helicopter Hoist; Crane, Tower (all). IRON0014-002 07/01/2008 FLATHEAD, GLACIER, LAKE, LINCOLN, MINERAL, MISSOULA, AND SANDERS COUNTIES. Rates Fringes IRONWORKER $23.17 $15.55 IRON0732-009 06/01/2008 REMAINING COUNTIES. Rates Fringes IRONWORKER $24.80 $14.61 LABO0098-001 05/01/2005 Rates Fringes LABORERS: (Zone 1) Group 1 $15.17 $5.90 Group 2 $17.99 $5.90 Group 3 $18.13 $5.90 Group 4 $18.85 $5.90 ---PAGE BREAK--- 8 LABORERS CLASSIFICATIONS: GROUP 1: Flagperson. GROUP 2: All General Labor work; Burning Bar; Bucket Man; Carpenter Tender; Caisson Worker; Cement Mason Tender; Cement Handler (dry); Chuck Tender; Choker Setter; Concrete worker; Curb Machine-Lay Down; Crusher and Batch worker; Fence Erector; Form Setter; Form Stripper; Heater Tender; Landscaper; Pipe Wrapper; Pot Tender; Powderman Tender; Rail and Truck Loaders and Unloaders; Riprapper; Sealants for concrete and other materials; Sign Erection, Guard Rail and Jersey Rail; Stake Jumper; Spike Driver; Signalman; Tail Hoseman; Tool Checker and Houseman; Traffic Control worker. GROUP 3: Concrete Vibrator; Dumpman (Grademan); Equipment Handler; Geotextile and Liners; High-Pressure Nozzleman; Jackhammer (Pavement Breaker); Laser Equipment; Non-Riding Rollers; Pipelayer; Posthole Digger (Power); Power Driven Wheelbarrow; Rigger; Sandblaster; Sod Cutter-Power; Tampers; Creosote Handler. GROUP 4: Asphalt Raker; Asbestos Laborer; Cutting Torch; Grade Setter; Hazmat Worker; High - Scaler; Power Saws (Faller & Concrete); Powderman ($1.00 per hour above Group 4 rate); Rock & Core Drill; Tank/Vessel Cleaner; Track or Truck mounted Wagon Drill; Welder including Air Arc. PAIN0260-001 07/01/2002 BLAINE, BROADWATER, CASCADE, CHOUTEAU, DANIELS, FERGUS, GARFIELD, GLACIER, GRANITE (South of a line running East & West through the Southern city limits of Phillipsburg), HILL, JEFFERSON, JUDITH BASIN, LEWIS AND CLARK, LIBERTY, McCONE, MEAGHER, PETROLEUM, PHILLIPS, PONDERA, POWELL (South of a line running East & West through the Southern City limits of Helmsville), RICHLAND, ROOSEVELT, SHERIDAN, TETON, TOOLE, VALLEY, AND WHEATLAND COUNTIES. Rates Fringes PAINTER $13.85 1%+$3.45 PAIN0260-002 07/01/2002 FLATHEAD, GRANITE (North of a line running East & West through the Southern city limits of Phillipsburg), LAKE, LINCOLN, MINERAL, MISSOULA, POWELL (North of a line running East & West through the Southern city limits of Helmsville), RAVALLI, AND SANDERS COUNTIES. Rates Fringes PAINTER $16.85 1%+$3.45 PAIN1922-001 06/01/2001 BEAVERHEAD, BIG HORN, CARBON, CARTER, CUSTER, DAWSON, DEER LODGE, FALLON, GALLATIN, GOLDEN VALLEY, JEFFERSON, MADISON, MUSSELSHELL, PARK, POWDER RIVER, PRAIRIE, ROSEBUD, SILVER BOW, STILLWATER, SWEET GRASS, TREASURE, WIBAUX, AND YELLOWSTONE COUNTIES. Rates Fringes PAINTER (Industrial, includes industrial plants, tanks, pipes, bridges) $17.80 $7.63 PLAS0119-001 05/01/2008 AREA 1: STATEWIDE (except Deer Lodge, Jefferson, Powell, and Silver Bow Counties). AREA 2: DEER LODGE, JEFFERSON, POWELL, AND SILVER BOW COUNTIES. Rates Fringes CEMENT MASONS: (Zone 1) Area 1 $18.83 $6.96 Area 2 $20.24 $6.86 ---PAGE BREAK--- 9 PLUM0030-003 09/01/2008 BIGHORN, BLAINE, CARBON, CARTER, CASCADE, CHOUTEAU, CUSTER, DANIELS, DAWSON, FALLON, FERGUS, GARFIELD, GOLDEN VALLEY, HILL, JUDITH BASIN, LIBERTY, McCONE, MEAGHER, MUSSELSHELL, PETROLEUM, PHILLIPS, PONDERA, POWDER RIVER, PRAIRIE. RICHLAND, ROOSEVELT, ROSEBUD, SHERIDAN, STILLWATER, TETON, TOOLE, TREASURE, VALLEY, WHEATLAND, WIBAUX AND YELLOWSTONE COUNTIES. Rates Fringes PLUMBER Commercial $27.15 $12.95 Industrial – Power Generating Plants $29.50 $12.95 PLUM0041-001 07/01/2008 BEAVERHEAD, BROADWATER, DEER LODGE, GALLATIN, GRANITE, JEFFERSON, LEWIS AND CLARK, MADISON, PARK, POWELL, SILVER BOW, AND SWEET GRASS COUNTIES. Rates Fringes PLUMBER $28.00 $10.75 PLUM0459-001 05/01/2008 FLATHEAD, GLACIER, LAKE, LINCOLN, MINERAL, MISSOULA, RAVALLI, AND SANDERS. Rates Fringes PLUMBER $26.36 $11.05 TEAM0002-001 05/01/2008 Rate Fringes TRUCK DRIVERS: (Zone 1) Group 1 $14.14 $5.92 Group 2 $18.84 $5.92 TRUCK DRIVERS CLASSIFICATIONS: GROUP 1: Pilot Car. GROUP 2: All Combination Trucks and Concrete Mixers; Distributor Driver; All Dry Batch Trucks; Dumpman, Gravel Spreader Box Operator; All Dump Trucks and similar equipment including DW 20, DW 21, or Euclid Tractor; Dumpsters; Flat Trucks; Servicemen; Lowboys, Four-Wheel Trailers; Float Semi-Trailer; Lumber Carriers, Lift Trucks & Fork Lifts; Pick-up Driver hauling material; Powder Truck (Bulk Unloader type); Power Boom; Service Truck Drivers, Fuel Truck Drivers, Tiremen; All Water Tank Drivers; Petroleum Products Drivers; Trucks with Power Equipment such as Winch, A-Frame Truck, Crane, Hydralift, Gout-Crete Truck, and Combination Mulching, Seeding & Fertilizing Truck; Truck Mechanic. WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. END OF GENERAL DECISION ---PAGE BREAK--- 10 MONTANA STATEWIDE PREVAILING DAVIS-BACON 2009 Rates Effective: May 15, 2009 HIGHWAY CONSTRUCTION WAGE RATES General Wage Determinations Issued Under The Davis-Bacon and Related Acts State: Montana Construction Types: Highway Counties: Montana Statewide ---PAGE BREAK--- 11 HIGHWAY CONSTRUCTION PROJECTS **ZONE PAY** CEMENTS MASONS, IRON WORKERS, LABORERS, POWER EQUIPMENT OPERATORS, TRUCK DRIVERS. The hourly wage rates applicable to each project shall be determined by measuring the road miles over the shortest practical maintained route from the nearest County Court House of the following towns to the center of the job: BILLINGS, BOZEMAN, BUTTE, GREAT FALLS, HAVRE, HELENA, KALISPELL, LEWISTOWN, MILES CITY, MISSOULA. ZONE 1: 0 to 30 miles - Free ZONE 2: 31 to 60 miles - Base Pay+ $2.50 ZONE 3: 60+ miles - Base Pay+ $4.00 CARPENTERS: ZONE 1: 0 to 30 miles - Free ZONE 2: 31 to 50 miles - Base Pay+ $3.00 ZONE 3: 50+ miles - Base Pay+ $4.80 Rates Fringes CARPENTER CARPENTER, PILEDRIVERMAN $22.71 $8.85 MILLWRIGHT $24.78 $8.85 Rates Fringes CEMENT MASON $21.37 $8.50 Rates Fringes ELECTRICIAN Area 1 $18.74 $2.93+3.8% Area 2 $20.13 $4.76+3.8% Area 3 $19.98 $3.44+3.8% Area 4 $19.84 $3.51+3.8% Area 5 $20.54 $3.54+3.8% Area 6 $18.02 $3.44+3.8% ELECTRICIANS AREA DESCRIPTIONS AREA 1: Beaverhead, Deer Lodge, Granite, Jefferson, Madison, Silver Bow, and Powell Counties. AREA 2: Big Horn, Carbon, Carter, Custer, Dawson, Fallon, Garfield, Golden Valley, Musselshell, Powder River, Prairie, Rosebud, Stillwater, Treasure, Wibaux, and Yellowstone Counties. AREA 3: Blaine, Cascade, Chouteau, Daniels, Fergus, Glacier, Hill, Judith Basin, Liberty, McCone, Petroleum, Pondera, Phillips, Richland, Roosevelt, Sheridan, Teton, Toole, Valley, and Wheatland Counties. AREA 4: Broadwater, Lewis and Clark, and Meagher Counties. AREA 5: Flathead, Lake, Lincoln, Mineral, Missoula, Ravalli, and Sanders Counties. AREA 6: Gallatin, Park, and Sweet Grass Counties. IRONWORKER Flathead, Glacier, Lake, Lincoln, Mineral, Missoula and Sanders Counties. Rates Fringes $25.50 $14.36 Remaining Counties. Rates Fringes $23.15 $13.71 ---PAGE BREAK--- 12 Rates Fringes LABORER Group 1 $17.18 $6.75 Group 2 $19.97 $6.75 Group 3 $20.17 $6.75 Group 4 $21.07 $6.75 LABORERS CLASSIFICATIONS GROUP 1: Flag person. GROUP 2: All General Labor work; Burning Bar; Bucket Man; Carpenter Tender; Caisson Worker; Cement Mason Tender; Cement Handler (dry); Chuck Tender; Choker Setter; Concrete worker; Curb Machine-Lay Down; Crusher and Batch Plant Worker; Fence Erector; Form Setter; Form Stripper; Heater Tender; Landscaper; Pipe Wrapper; Pot Tender; Powderman Tender; Rail and Truck Loaders and Unloaders; Riprapper; Sealants for Concrete and other materials; Sign Erection, Guard Rail and Jersey Rail; Stake Jumper; Spike Driver; Signalman; Tail Hoseman; Tool Checker and Houseman; Traffic Control Worker. GROUP 3: Concrete Vibrator; Dumpman (Grademan); Equipment Handler; Geotextile and Liners; High-Pressure Nozzlemen; Jackhammer (Pavement Breaker); Laser equipment; Non-riding Rollers; Pipelayer; Posthole Digger (power); Power Driven Wheelbarrow; Rigger; Sandblaster; Sod Cutter-power; Tampers. GROUP 4: Ashpalt Raker; Cutting Torch; Grade Setter; High - Scaler; Power Saws (Faller & Concrete); Powderman ($1.00 per hour above Group 4 rate); Rock & Core Drill; Track or Truck mounted Wagon Drill; Welder including Air Arc. Rates Fringes LINE CONSTRUCTION Equipment Operator $19.16 $5.05 Groundman $15.40 $5.05 Rates Fringes PAINTER $24.00 $8.00 Pavement Marking/Milling and related work. Includes operating marking and all other equipment and all work involved in traffic marking including removal, surface preparation and application of pavement markings including epoxies, paints, tape, buttons, thermo- plastics and any other products applied for traffic marking purposes and for directing and regulating traffic, and cutting Rumble Strips. Rates Fringes POWER EQUIPMENT OPERATOR Group 1 $21.52 $8.00 Group 2 $23.55 $8.00 Group 3 $24.41 $8.00 Group 4 $25.10 $8.00 Group 5 $26.44 $8.00 Group 6 $27.13 $8.00 Group 7 $29.23 $8.00 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: A-Frame Truck Crane; Air Compressor; Auto Fine Grader; Belt Finishing Machine; Boring Machine (small); Cement Silo, Crane; Crusher Conveyor, DW-10, 15, and 20 Tractor Roller; Farm Tractor; Forklift; Form-Grader; Front-end Loader under 1 cu yd; Oiler, Heavy Duty Drills; Pumpman; Oiler (All, except Cranes and Shovels). GROUP 2: Air Doctor; Backhoe/Excavator/Shovel to & incl 3 cu yd Bit Grinder; Bitunimous Paving Travel Plant; Boring Machine, large: Broom, Self- Propelled; Concrete Bucket Dispatcher; Concrete Conveyor; Concrete Finish Machine; Concrete Float and Spreader; Concrete Travel Batcher; Distributor; Dozer, Rubber tired, Push, and Side Boom; Drills, Heavy Duty (all types); Elevating Grader/Gradall; Field Equipment Serviceman; Front-end Loader 1 cu yd to and incl. 5 cu yd; Grade Setter; Hoist/Tugger (All Hydralift & Similar); Industrial Locomotive; Motor Patrol (Except Finish); Mountain Skidder; Oiler, Cranes & Shovels; Pavement Breaker, EMSCO; Power Saw, Self-Propelled; Pugmill; Pumpcrete/ Grout Machine; Punch Truck; Rollers (All except Asphalt Finish and Breakdown); Ross Carrier; Rotomill under 6 ft; Trenching Machine; Washing/Screening Plant. GROUP 3: Asphalt Finish Roller; Asphalt Breakdown Roller; Asphalt Paving Machine; Backhoe/Excavator/Shovel larger than 3 cu yd; Asphalt Screed; Concrete Batch Plant; Cableway Highline; Concrete Curing Machine; Cranes, 24 tons & under; Cranes, Creter; Cranes, Electric Overhead; Concrete Pump; Curb Machine/Slip Form Paver; Finish Dozer; Mechanic/Welder; Pioneer Dozer; Rotomill 6 ft and over; Scraper, Single Engine; Scraper Twin or pulling Belly Dump; Yo Yo Cat Front-end Loader over 5 cu yd. GROUP 4: Asphalt/Hot Plant Operator; Cranes, 25 tons to 44 tons; Crusher Operator; Finish Motor Patrol; Finish Scraper. ---PAGE BREAK--- 13 SPECIAL OPERATORS: GROUP 5: Cranes, 45 tons to and including 74 tons. GROUP 6: Cranes, 75 tons to and including 149 tons. GROUP 7: Cranes, 150 tons to and including 250 tons; Cranes over 250 tons: add $1.00 for every 100 tons over 250 tons; Crane, Stiff-Leg or Derrick; Crane, Tower all); Crane, Whirley (all); Helicopter Hoist. Rates Fringes TRUCK DRIVER Group 1 $18.54 $7.86 Group 2 $23.69 $7.86 GROUP 1: Pilot Car. GROUP 2: Combination Truck and Concrete Mixer and Transit Mixer; Dry Batch Trucks; Distributor Driver; Dumpman; Dump Trucks and similar equipment; Dumpster; Flat Trucks; Lumber Carriers; Lowboys; Pickup; Powder Truck Driver; Power Boom; Serviceman; Service Truck/Fuel Truck/Tireperson; Truck Mechanic; Trucks with Power Equipment; Warehouseman, Partsman, Cardex and Warehouse Expeditor; Water Trucks. WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. END OF GENERAL DECISION ---PAGE BREAK--- ()41B: rr((o!o1 PI9 MU1/(! (]l~Lf 0CJ 90 1.R).cJ 9M..-8)7g rAj<. 6zz-·9hlZ- , I!Addy jJeItOd Ad;+ < 2 s-I lf9"/r Grx .2Y/ 0 y-S"" G we"J-ex-IA. (ce(lj L~Clcl1I!f,-i,;;.rck fO..r-/hworks 375- gsw ~ f550 I ~ u\\C Qj\/I·Q·f::Jl\\ Q.lCDI~~lSb" 2)15\cO -Sti'(\ :;y~6qJor tl)Ly/ev 1f!f!/Pav...Y' f(ail'\ fo v ReYl-t- czoC).) 1--1-6506 ::J'AA.}:O Loc.I,-'1(:e.. L..J -::rt::NJGN '106. $60.6&'8 blc..~l'- tJe:;kV'~ {rt"- 0/0(, . .207. j#;#ft??J/dUS ~k d~4//F1...J/Vc; ff:'6-?77-~o97 ~AcJ1~.dA~ Yo<.e~ 310- O;l.l'b' _ FvJA1t"/JI! Nr>7Y'>:") Lc. IfOO-'d-l/C!-/tJpr:~'P{t-{fl_9J9d OW 1.-1'G.YL ~~ft{M, '10b-,r(~PPU711b,c.o>YJ ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/12/2009 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, materials, facility, labor, equipment, trench excavation, tree removal and backfill, furnishing and placing pipe embedment (bedding), Type C trench back fill, 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 determine the dimension for coating per plan for the various sizes of manholes as shown on the ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/12/2009 01010 - 2 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. 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 ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/12/2009 01010 - 3 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. (16“) Pressure Sewer Pipe. This additive bid item includes the construction and installation of new sixteen inch diameter Pressure Sewer Pipe (Elbows, Tees & Caps) which includes all work Measurement of pressure sewer pipe shall be made by the lineal feet of the various sizes and classes along the centerline of pipe per the neat line quantity as shown on the drawings. Payment for the pressure sewer pipe shall be made at the contract unit price bid per lineal foot for the various sizes and classes called for, which includes furnishing and installing pipe, fittings, elbows, trench excavation and backfill, tools, materials, facility, labor, equipment, furnishing and placing pipe embedment (bedding), Type C trench back fill, trench excavation, compaction, thrust blocking, surveying (Lines & Grades), quality control, dewatering, couplings, cleaning, testing and specials required for connection to the manhole and existing piping, including all other work necessary or incidental for completion of the bid item per the existing detail as provided by 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 that do not meet backfill specifications. The Contractor shall dispose of all materials in a legal manner. 12. (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. 13. 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 ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/12/2009 01010 - 4 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. 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. 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: 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: 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. ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/12/2009 01010 - 5 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 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. ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/12/2009 01010 - 6 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. 16 IN Pressure Sewer Pipe. Per bid award, the construction and retrofit of the 16 IN Pressure Sewer Pipe 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. Retrofit the new 16 IN Pressure Sewer Pipe and facility according to the plans and specification, including all special fittings, couplings, elbows and appurtenances so that the force main is complete and in full operation. h. Place pipe embedment (bedding), back fill and compact according to the quality control specification. 12. (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. 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. 13. 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. ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/12/2009 01010 - 7 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. 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. ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/12/2009 01010 - 8 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. 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. 1.11 FENCES 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. 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. ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/12/2009 01010 - 9 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 ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/12/2009 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) 11/12/2009 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) 11/12/2009 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, materials, facility, labor, equipment, trench excavation, tree removal and backfill, furnishing and placing pipe embedment (bedding), Type C trench back fill, 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) 11/12/2009 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) 11/12/2009 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 B: ADDITIVE BID ITEMS 11 (16”) Pressure Sewer Pipe Measurement of pressure sewer pipe shall be made by the lineal feet of the various sizes and classes along the centerline of pipe per the neat line quantity as shown on the drawings. Payment for the pressure sewer pipe shall be made at the contract unit price bid per lineal foot for the various sizes and classes called for, which includes furnishing and installing pipe, fittings, elbows, trench excavation and backfill, tools, materials, facility, labor, equipment, furnishing and placing pipe embedment (bedding), Type C trench back fill, trench excavation, compaction, thrust blocking, surveying (Lines & Grades), quality control, dewatering, couplings, cleaning, testing and specials required for connection to the manhole and existing piping, including all other work necessary or incidental for completion of the bid item per the existing detail as provided by 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 that do not meet backfill specifications. The Contractor shall dispose of all materials in a legal manner. 12 (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. ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/12/2009 00300 - 6 13 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): 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) 1 EA $ 4. Manhole Repair and Retrofit (MSP–44) 3 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 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) 11/12/2009 00300 - 7 Bid Form Project Name: City of Missoula – Reserve Street Sewer Main Replacement Project (Site ID 184) Project Number: 09-048 Consultant: HDR Engineering Inc. Item Description QTY Unit Unit Cost Total SCHEDULE Additive Bid Items 11. (16”) Pressure Sewer Pipe 40 LF $ 12. (6ft) Diameter Manhole 1 EA $ 13. Additional Manhole Depth 4 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) 6.01 Bid Proposal Summary (Summary of Base Bid Schedule + Additive Bid Items Schedule Bid Form Project Name: City of Missoula – Reserve Street Sewer Main Replacement Project (Site ID 184) Project Number: 09-048 Consultant: HDR Engineering Inc. SCHEDULE (A + BASE BID + Sum of Additive Bid Items Total BASE BID + SUM OF ADDITIVE BID ITEMS, SCHEDULE (A SUBTOTAL (Use Figures) STATE OF MONTANA GROSS RECEIPTS TAX (1 % OF SCHEDULE (A+B) SUBTOTAL) (Use Figures) TOTAL SCHEDULE (A+B) BID PRICE INCLUDING MONTANA GROSS RECEIPTS TAX (Use Figures) TOTAL BASE BID SCHEDULE + SUM OF ALL ADDITIVE BID ITEMS SCHEDULE BID PRICE INCLUDING MONTANA GROSS RECEIPTS TAX (Use Words) 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 and 10 plus the sum of Additive Bid Items No. 11, 12 and No. 13. 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, ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/12/2009 00300 - 8 or all of, the base bid items and additive 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: (Partnership Name) By: (SEAL) (Signature) (Name, typed or printed) Business Address: Phone No.: FAX No: A Corporation: (SEAL) (Corporation Name) State of Incorporation: ---PAGE BREAK--- 00…119335 Reserve Street Sewer Main Replacement Project (Site ID 184) 11/12/2009 00300 - 9 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) 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) 11/12/2009 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--- ~.r/sr 78 CAsr·/.<',,~pL.4Ce C~.eETciMS~ CHECKED: H " DETAILS AND SECTIONS Nr.S. Rev/5'GD G'TCPMAIN CONNECTIONOt:TAIL- STEPSm~/>'0'//o RECORD DRAWING o(SlGH: M.O.S. Dot. of FE e. 1991 CITY OF MISSOULA RESERVE STREET INTERCEPTOR City Proi-d No. 91-001 (30'G/IAV/TY MA/N) fC\ C'O#/VcCT/ON DET/J/L ~ STA. ~ . " PM (/N$7'/tU) r/Lt... Ct?NCAerc , . t:;~r"'iS .jh"A~ F/CL. I I CGMC. .p,S RE&'D. I I I I, I 30" S.o.q 4/ P;C PIPE I,I\;'Y et. 8/.Yl, S7.. rAIN) ~ I . "18-A1A#H~c (?lCCP<=7>tIL) ~-.oAZ5' p/'C -'11'1 !'N/£TtlNE ~,&J(J1'1 A t l'f-'l1Ol11f5'5£",/ _ TeN ~-KaE'/POJ.I'JOIV /~I'h'as 1'/·¥f{t::Lq15 {ft'J W'/~TAINt..;;$ .<:Ttr4"L. Boi75 t'/7'/#GUb'iTIOAI 1- ~,,~/1Poo.'r.4~I .....N5~A'T/av W STA 145100, Nff tJ ~ ,;,'AIR INLETLINE CONNcC170N 3".xH'1()p;r /i/.ef/H~ET Pt::r,lf/Bv 17~ ~ INl!!' Ie:;·Pn:: ST€P INJ(' 1£4 . .!1/S"CJ.Q:) ® S'cJ1/E8 DcT&IL (TYP AiL LATEIMLS t G'ffP MAIN STUB-OUTS) N07 ro-sc.,.·u'.E Ofl'ENCo ZSOtiPM ~A7i::)RAtJ5CH8!YM AP?/IoVeo6l9VA(,. t:,-(J.'Jr"PI't: AI" INtGr t..IN~ ,P-1I'fIUt..£L n:JSTE,Pn/iIN ~T.sC 7i!JPP/M; Gt..EEJ/€ ~ . /'9P,PNvetJ C4lU/Y. 2-UMI'L",Ntie { / 5"Pt.'1cL- ('7YP.) : O.0I11W1.·0.0JIJKlJ. STANDARD 4'SEWc5 SERnCE DETAIL NOT ro SCALE service l~fU!" instoil.llt1citied 1Iy thl! !::n9tra~er. 6. In orlkr to keep ,.eevie. 1 in",. dee9 to each hOf:1l!! =d alSD p"l):l wtder IKilins. it. lNly nec.""II["y to Ulilt the :llte["nlloto !l line. 4·1¥~/"'~(iA~YAl~ ~~N~~YP/C,I1t..) Artochsr.l'fn:tpOU IIIGI'tu ro ond 10 " obo.....ron Po!II'IOI>"/vOttsnIllOFlIIIOe .<>n4,,-'"rhrolpool9"Hn. /<'-STCP MAIN General NOt.e,,: 1. )lin1:lulIl cover bel<;N lUll! \lra