← Back to Missou, LA

Document Missoula_doc_b1d039187a

Full Text

ADDENDUM NO. 1 MILLER CREEK ROAD IMPROVEMENTS BRIGGS STREET TO MOCKINGBIRD WAY February 2, 2010 ADDENDUM ACKNOWLEDGEMENT Bidders shall acknowledge receipt of this Addendum number and date on Page 00300-1 of the Bid Form. Failure to acknowledge this Addendum may be cause for rejection of the bid. The following are amendments to the contract documents and plans for Miller Creek Road Improvements – Briggs Street to Mockingbird Way Project, Missoula, MT. GENERAL PROJECT INFORMATION WGM Group, Inc. has posted the electronic cross sections, and an overall area map to the website This information provides general information only, and shall NOT be considered part of the Contract Documents. Contractor may not rely upon or make any claim against Owner or Engineer for any interpretations or conclusions made from this information. DIVISION 0 – BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT SECTION 00100 – INVITATION TO BID RECEIPT OF BIDS: Delete paragraph in its entirety and replace with the following: “Sealed bids will be received by the City of Missoula at the office of the City Clerk, 435 Ryman, Missoula, Montana, 59802, until 1:00 p.m. local time on Tuesday, February 9, 2010, for the construction of the “Miller Creek Road Improvements – Briggs Street to Mockingbird Way” Project, and will then be opened and publicly read in the Mayor’s conference room. All references to the February 8, 2010 Bid Date within the Invitation to Bid shall be changed to February 9, 2010. SECTION 00300 – BID FORM Bidder shall separate the new Section 00300 Bid Form (and appendices), attached as part of this addendum, and attach to the back of the existing Bid Form (yellow pages) within the Contract Manual and Submit with the Bid. Summary of changes to Bid Form (referencing the attached Bid Form): Bid Item # 6 - Change to Quantity Bid Item # 7 - Change to Quantity Bid Item # 8 - Added Bid Item Bid Item # 24 - Change in Quantity Bid Item # 25 - Added Bid Item Bid Item # 28 - Added Bid Item Bid Item # 60 - Added Bid Item Bid Item # 61 - Added Bid Item Bid Item #85 - Change in Quantity ---PAGE BREAK--- Miller Creek Road Improvements Addendum No. 1 February 2, 2010 Page 2 of 8 W:\Projects\070420A\Docs\Specs\ADDENDUM (s)\Miller Creek Road Improvements ADDENDUM 1.doc DIVISION 1 – GENERAL REQUIREMENTS GENERAL INFORMATION – The majority of the project is within City of Missoula limits, with the remaining section, from the wye intersection to Mockingbird Way, outside City limits but within Missoula County limits. For the purposes of permitting and the application of construction standards, roadway station 28+83 (which is the south edge of the crosswalk), shall be the dividing line between Missoula County and the City of Missoula. Missoula County standards (as applicable) shall apply from STA 28+83 to STA 41+86.32. SECTION 01010 – SUMMARY OF WORK PART 1: GENERAL Add the following paragraphs to section 1.3 CONTRACTORS USE OF THE PREMISES: The following landowners adjacent to the project have expressed interest in needing fill material (on their private properties) that may be generated from the project (refer to section 01060 for contact names and phone numbers): Gordon – Parcel # 19 Beach – Parcel # 4 The contractor, at their sole discretion, may contact these landowners and work out any applicable agreements for providing this material. It shall be understood that any agreements made for providing such material is the contractor’s responsibility and is not associated with the project. D. The following landowners adjacent to the project may allow contractor staging areas (refer to section 01060 for contact names and phone numbers): Faith Baptist Church – Parcel # 1 Beach – Parcel # 4 Koessler – Parcel #26 / 27 The contractor, at their sole discretion, may contact these landowners and work out any applicable agreements for providing staging areas. It shall be understood that any agreements made shall be the contractor’s responsibility.” SECTION 01030 – PERMITS PART 1: GENERAL Add the following paragraph to section 1.2.A.1 – City of Missoula: Fees: The City of Missoula will provide the right-of-way, excavation, and fee totals required by the City if Missoula for the project. Contact Jolene Ellerton at 552-6349 for these fees.” Add the following sentence to the end of paragraph 1.2.A.2.a – Excavation Permits: “The Missoula County excavation permit for the project will be $90.00.” Delete section 1.2.A.2.b – Approach Permits in its entirety. Missoula County approach permits will not be required. ---PAGE BREAK--- Miller Creek Road Improvements Addendum No. 1 February 2, 2010 Page 3 of 8 W:\Projects\070420A\Docs\Specs\ADDENDUM (s)\Miller Creek Road Improvements ADDENDUM 1.doc Replace paragraph 1.2.A.3.c with the following: CITY OF MISSOULA STORM WATER DISCHARGE PERMIT: The contractor shall send a copy of the Notice of Intent (NOI) and Storm Water Pollution Prevention Plan (see section 02270) to the City of Missoula for review for conformance to current city erosion control standards. Any changes required to conform to the City of Missoula standards shall be made by the contractor before a City permit will be issued. The contractor shall pay all fees associated with this permit.” DIVISION 2 – SITE WORK SECTION 02115 – FENCING PART 2: PRODUCTS Add the following paragraph to section 2.3.A – TEMPORARY CONSTRUCTION FENCE: “Removal of temporary construction fencing shall not be paid for directly and shall be considered incidental to the bid item “Temporary Construction Fence”. SECTION 02230 – STREET EXCAVATION, BACKFILL AND COMPACTION PART 3: EXECUTION Add the following paragraph to section 3.1 – CLEARING AND GRUBBING Tree and root ball removals within the right-of-way and as indicated on the plans shall not be paid for directly and shall be considered incidental to the work. For clarity, not all the trees (generally small diameter trees) are shown on the plans. Contractor shall be responsible to review the site and determine the limits of the tree removals.” SECTION 02504 – Asphalt Seal Coat of the Montana Public Works Standard Specifications shall be applicable to this project as amended below: SECTION 02504 – ASPHALT SEAL COAT PART 3: EXECUTION Add the following paragraph: “3.5 WARRANTY A. The asphalt seal coat will have a 60-calendar day warranty period that will be independent of the project warranty period. If the asphalt seal coat experiences chip loss, tracking, flushing or bleeding at any time within 60 calendar days of seal coat completion, perform repairs to the seal coat at no additional cost to the Owner. When repairs are deemed necessary, reference is made to the "MDT Seal Coat Warranty Administration Guide." Submit a detailed repair plan for approval. Make warranty repairs in accordance with the provisions of this specification. When performing warranty work, furnish traffic control meeting MUTCD requirements at no additional cost to the Owner. If this work cannot be completed during the 2010 construction season (prior to September 15) within the requirements of this specification, the warranty periods for the project and warranty period for the asphalt seal coat shall be enforced ---PAGE BREAK--- Miller Creek Road Improvements Addendum No. 1 February 2, 2010 Page 4 of 8 W:\Projects\070420A\Docs\Specs\ADDENDUM (s)\Miller Creek Road Improvements ADDENDUM 1.doc independently. Any additional costs incurred for not meeting the September 15 date, to include additional temporary paint and additional traffic control, shall be the contractor’s responsibility.” SECTION 02528 – CONCRETE CURB AND GUTTER PART 1: GENERAL Add the following paragraph to section 1.1 – DESCRIPTION: Refer to the most recent versions of Missoula County Standard Drawings #100 (Typical Barrier Type F Curb/Gutter Section) and #102 (Typical Driveway Laydown For Barrier Type Curb). These standard drawings are attached as part of this addendum, and will be used in Missoula County, from STA 28+83 to STA 39+51.25. Measurement and payment for combined curb and gutter meeting Missoula County standards shall be paid under “Combined Concrete Curb and Gutter”.” SECTION 02529 – CONCRETE SIDEWALKS, DRIVEWAYS, APPROACHES, CURB TURN FILLETS, VALLEY GUTTERS, and MISCELLANEOUS NEW CONRETE CONSTRUCTION PART 1: GENERAL Add the following paragraph to section 1.2 – REFERENCES: Refer to the most recent version of Missoula County Standard Drawings #105 (DOUBLE GUTTER DETAIL FOR STREET INTERSECTION). This standard drawing is attached as part of this addendum, and will be used in Missoula County, from STA 28+83 to STA 39+51.25. Measurement and payment for the double gutter meeting Missoula County standards shall be paid under “Combined Concrete Curb and Gutter”, and the associated fillet and apron shall be paid under Thickness Concrete Driveway/Apron”.” PART 2: PRODUCTS Add the following to section 2.7.A PATTERNED CONCRETE MEDIAN CAP “Below are 6 additional color pigment products acceptable for the project: Good Greens: http://www.lambertusa.com/color/id35.htm -Irish Green 1 lb. (light) or Irish Green 5 lb. (darker) http://www.solomoncolors.com/pages/products/cc_dry.html -Olive http://www.prismpigments.com/concrete/concrete-color-card.asp -Shadow Slate or Seafoam http://www.butterfieldcolor.com/products/colors/uni-mix%20dry_color%20chart.htm -U35 Shadow Slate” PART 3: EXECUTION Add the following paragraph to section 3.3 FORMS: ---PAGE BREAK--- Miller Creek Road Improvements Addendum No. 1 February 2, 2010 Page 5 of 8 W:\Projects\070420A\Docs\Specs\ADDENDUM (s)\Miller Creek Road Improvements ADDENDUM 1.doc The Contractor shall verify that all sidewalk, laydowns, driveways, and miscellaneous concrete construction meet applicable City of Missoula and Missoula County ADA standards prior to pouring concrete.” SECTION 02726 – STEP SEWER FORCE MAIN PIPE PART 2: PRODUCTS Change the first sentence of section 2.2.B.1 – Polyvinyl Chloride Pipe to read as follows: “Polyvinyl chloride pipe (PVC) shall be 1120 ASTM D2241, with a pipe thickness of SDR 21-200 psi or SDR 26-200 psi as shown on the plans or listed in the Bid Form, with maximum pipe length of 20 feet, with rubber ring joints, except where otherwise shown on the drawings.” SECTION 02810 PART 2: PRODUCTS Change section 2.1.4 Lining to read as follows: All ductile iron pipe, fittings, and valves shall be fusion bonded epoxy lined.” Change section 2.1.5 to read as follows: “5 Coatings i. All ductile iron pipe, fittings, and valves shall be coated with fusion-bonded epoxy. All force main piping shall include two green stripes, spaced 180 degrees apart the entire length of pipe. Paint striping may be field applied with approved spray paint application.” SECTION 02910 – SEEDING PART 3: EXECUTION Add the following to section 3.6 WEED CONTROL: The area is infested with leafy spurge, a persistent deep rooted perennial noxious weed, and spotted knapweed. Care should be exercised to prevent spreading soil contaminated with spurge seeds or root parts as it is extremely difficult to control. A technique to prevent spreading weeds by moving topsoil is windrowing the topsoil adjacent to the area from which it was stripped and then immediately seeding the windrow with annual ryegrass. The contractor shall address the control of leafy spurge and spotted knapweed within their weed control plan.” SECTION 02930 – MODIFY AND RESTORE IRRIGATION SYSTEM PART 2: PRODUCTS Add the following to section 2.1 IRRIGATION SLEEVES: “All ends of sleeves shall be marked with a minimum of 1’ length of #4 rebar driven 2 inches below finished grade for future locating. There shall be no separate measurement and payment for rebar used for marking the ends of irrigation sleeves.” ---PAGE BREAK--- Miller Creek Road Improvements Addendum No. 1 February 2, 2010 Page 6 of 8 W:\Projects\070420A\Docs\Specs\ADDENDUM (s)\Miller Creek Road Improvements ADDENDUM 1.doc SECTION 02950 – ELECTRICAL SYSTEMS PART 2: PRODUCTS Add the following section: “2.9 ELECTRICAL SLEEVES “All ends of sleeves, as shown on the plans, shall be marked with a minimum of 1’ length of #4 rebar driven 2 inches below finished grade for future locating. There shall be no separate measurement and payment for rebar used for marking the ends of electrical sleeves.” DIVISION 3 – CONCRETE SECTION 03310 – STRUCTURAL CONCRETE Delete paragraph of section 2.2.A.1.Material in its entirety. A minimum cement content will not be required if proven break analysis with less cement content will meet the given strength requirements. PLAN SHEETS A. The following changes will be made to the plan sheets. New plans will be issued to the Contractor, after award, labeled “Released for Construction” and will incorporate the following changes: SHEET 4 of 26 Change Thickness of 2” Minus Crushed Select Base Course” to Thickness of 2” Minus Crushed Select Base Course” for the “Upper Miller Creek Typical Section”. Upper Miller Creek Road between station 28+83 and 39+51.25 shall have a surfacing section of 4" Thickness Asphalt Concrete Surface Course, 4" thickness of 3/4" minus crushed base course, and 9" Thickness of 2" minus Crushed Sub Base Course. The material quantity changes shall be computed assuming a typical section width of 35' TBC to TBC for a length of 1068.25' (STA 28+83 to 39+51.25). The resulting changes shown below have been updated on the Bid Form: New Bid Item: 9" Thickness of 2" Minus Crushed Sub Base Course = 4154 SY (1068.25’ x 35’ / 9) = 4154 Revised Bid Items: 8" Thickness of 2" Minus Crushed Sub Base Course = 12,537 SY (16,691 SY-4154 SY) = 12,537 Excavation Above Subgrade = 15,043 CY (14,928 CY + (1068.25' x 35' x .0833' x .0370'/CY)) = 15,043 Change the note “Type Curb” to “Barrier Curb” on the “Upper Miller Creek Typical Section”. ---PAGE BREAK--- Miller Creek Road Improvements Addendum No. 1 February 2, 2010 Page 7 of 8 W:\Projects\070420A\Docs\Specs\ADDENDUM (s)\Miller Creek Road Improvements ADDENDUM 1.doc SHEET 5 of 26 The bottom of wall elevation shown on the “Elevation” detail of “Retaining Wall STA 25+50 to 26+75”, shall show a flat bottom of wall (not sloping) after the first 18’ (stepped section). Change “3150” to “3160” on the top elevation shown within the Elevation detail. SHEET D1 of D12 The “Sump Detail” references an outdated cover. The cover shall be in conformance with City of Missoula Standard Detail STD-3000C (included on sheet D1). SHEET D2 of D12 Per the “Standard Curb Intake” detail, slopes exceeding 5% must have vaned grates. For clarification, intakes 7 A&B, 9 A&B, and 10 A&B shall have vaned grates. SHEET D6 of D12 The existing 30” X 48” CMP pipe within the roundabout will require the installation of a 6’ diameter storm drain manhole at the existing bend in the pipe. This will require the Contractor to remove 10’ of existing piping and install the manhole at the bend location. The manhole rim will be 3156.87, and the Invert will be 3150.70. 10 additional feet has been added to the “Extend 30” X 48” CMP” quantity, and a new bid item has been added to the bid form for DIAMETER STORM DRAIN MANHOLE”. The cost to remove the existing 10’ of piping shall be included in the price for the 6’ Diameter Manhole. SHEET S4 of S5 Add W13-1P -15 MPH advisory speed signs (18"x18") to roundabout sign posts on all approaches to the roundabout (3 total). SHEET L4 of L4 9 trees will be added in the boulevard between stations 31+00 and 33+95 left. The trees shall be 2.5” caliper and shall be 3 each of items B (Common Hackberry), C (Spring Snow Crab), and D (Canada Red Chokecherry, single- stem). Placement of these trees shall be determined in the field by the Engineer. ADDED/REVISED PLAN SHEETS A. The following plan sheets have been either revised or added to accommodate the extension of the 8” and 12” force mains. Note that all restoration, including any asphalt restoration associated with these main extensions shall not be paid for directly, and shall be considered incidental to the sewer force main construction. New plan sets will be issued to the Contractor, after award, labeled “Released for Construction” and will incorporate the following changes: REVISE – Delete plan sheet SW6 in its entirety and replace with the revised plan sheet SW 6 (attached). The bid form has been updated to account for these quantity changes. ---PAGE BREAK--- Miller Creek Road Improvements Addendum No. 1 February 2, 2010 Page 8 of 8 W:\Projects\070420A\Docs\Specs\ADDENDUM (s)\Miller Creek Road Improvements ADDENDUM 1.doc ADD - Add plan sheets SW6.1 and SW6.2 (attached) to incorporate additional sewer force main installation. The bid form has been updated to account for these quantity changes. ---PAGE BREAK--- MILLER CREEK ROAD IMPROVEMENTS-ADDENDUM 1 05-033 00300-1 SECTION 00300 BID FORM PROJECT IDENTIFICATION: Miller Creek Road Improvements – Briggs Street to Mockingbird Way Missoula, Montana CONTRACT IDENTIFICATION AND NUMBER: Miller Creek Road Improvements – Briggs Street to Mockingbird Way City Project Number: 05-033 Engineer’s Project Number: 07-04-20A THIS BID SUBMITTED TO: City of Missoula City Clerk’s Office 435 Ryman Street Missoula, MT 59802 1.01 The undersigned Bidder proposes and agrees if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents, to perform and furnish all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid, and Instruction to Bidders. This Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged the following Addenda: Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Special Provisions as provided in Paragraph 4.02 of the General Conditions, and reports and drawings of a Hazard Environmental Condition, if any, which has been identified in the Special Provisions as provided in Paragraph 4.06 of the General Conditions. ---PAGE BREAK--- MILLER CREEK ROAD IMPROVEMENTS-ADDENDUM 1 05-033 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 official’s immediate family, has direct or indirect interest in the pecuniary profits or Contracts of the BIDDER. 5.01 The Bidder will complete the Work in accordance with the Contract Documents for the following price(s): (NOTE: 1% Montana Gross Receipts Tax shall be included in Unit Prices) UNIT BID PRICE SCHEDULE (ADDENDUM 1) Item Number Description Qty Unit Unit Price Total 1 MOBILIZATION/DEMOBILIZATION 1 LS 2 PERMITS 1 LS 3 EROSION CONTROL 1 LS 4 MISCELLANEOUS WORK 100,000 EACH $1.00 $100,000.00 5 TRAFFIC CONTROL 1 LS ---PAGE BREAK--- MILLER CREEK ROAD IMPROVEMENTS-ADDENDUM 1 05-033 00300-3 Item Number Description Qty Unit Unit Price Total 6 EXCAVATION ABOVE SUBGRADE 15,043 CY 7 8" THICKNESS OF 2" MINUS CRUSHED SUB BASE COURSE 12,537 SY 8 9” THICKNESS OF 2" MINUS CRUSHED SUB BASE COURSE 4,154 SY 9 4" THICKNESS OF 3/4" MINUS CRUSHED BASE COURSE 18,512 SY 10 2" THICKNESS OF ASPHALT CONCRETE SURFACE COURSE, GRADE B 1,533 SY 11 4" THICKNESS OF ASPHALT CONCRETE SURFACE COURSE, GRADE B 16,382 SY 12 CRS-2 ASPHALT SEAL AND CHIP COAT, 3/8" GRADATION 16,382 SY 13 COMBINED CONCRETE CURB AND GUTTER 6,870 LF 14 CONCRETE MEDIAN CURB 770 LF 15 9" THICKNESS TRAVERSABLE CONCRETE MEDIAN APRON 3,783 SF 16 4" THICKNESS PATTERNED CONCRETE MEDIAN CAP 2,588 SF 17 4" THICKNESS CONCRETE SIDEWALK 29,580 SF 18 6" THICKNESS CONCRETE SIDEWALK 2,537 SF 19 6" THICKNESS CONCRETE DRIVEWAY/APRON 6,635 SF 20 DETECTABLE WARNING SURFACES 272 SF 21 PRECAST GRAVITY RETAINING WALL 1,935 SF 22 REMOVE DRAINAGE SUMP 3 EACH 23 4' DIAMETER STORM DRAINAGE SUMP 1 EACH 24 EXTEND 30" X 48" RCP CULVERT 40 LF 25 EXTEND 30” X 48” CMP CULVERT 103 LF 26 12" HDPE STORM DRAIN PIPE 2,036 LF 27 18" HDPE STORM DRAIN PIPE 1,009 LF 28 6’ DIAMETER STORM DRAIN MANHOLE 1 EA 29 4' DIAMETER STORM DRAIN MH AND INLET 21 EACH 30 30" DIA. STORM DRAIN INLET 2 EACH 31 CONNECT TO EXISTING 54" DIAMETER STORM DRAIN 1 LS 32 CONSTRUCT UNLINED IRRIGATION DITCH 50 LF 33 CONSTRUCT IRRIGATION DITCH W/ 24" DIA. HALF-ROUND CMP LINER 60 LF 34 24" EQUIVALENT REINFORCED CONCRETE ARCH PIPE 280 LF 35 24" REINFORCED CONCRETE IRRIGATION PIPE 95 LF ---PAGE BREAK--- MILLER CREEK ROAD IMPROVEMENTS-ADDENDUM 1 05-033 00300-4 Item Number Description Qty Unit Unit Price Total 36 18" REINFORCED CONCRETE IRRIGATION PIPE 104 LF 37 1500 GALLON IRRIGATION SETTLING TANK 1 EACH 38 IRRIGATION DIVISION STRUCTURE ONE 1 EACH 39 IRRIGATION DIVISION STRUCTURE TWO 1 EACH 40 IRRIGATION STILLING WELL 1 EACH 41 IRRIGATION SERVICE 1 EACH 42 IRRIGATION SLEEVE 75 LF 43 MODIFY & RESTORE IRRIGATION SYSTEM 5 EACH 44 14" SDR 26 PVC FORCE MAIN 114 LF 45 12" SDR 26 PVC FORCE MAIN 2,887 LF 46 8" SDR 26 PVC FORCE MAIN 2,893 LF 47 6" SDR 26 PVC FORCE MAIN 119 LF 48 CONNECT TO EXISTING 6" AND 14" FORCE MAIN 1 LS 49 SEWER FORCE MAIN MANIFOLD AND VALVE ASSEMBLY 1 LS 50 SEWER FORCE MAIN AIR/VACUUM RELEASE VAULT ASSEMBLY & INSTALL 1 LS 51 6" STEP FORCE MAIN CONNECTION TO EXISTING MAIN 1 LS 52 6" SDR 21 PVC STEP SEWER FORCE MAIN 361 LF 53 6" STEP FORCE MAIN CLEANOUT ASSEMBLY 1 LS 54 2" STEP FORCE MAIN CLEANOUT ASSEMBLY 1 LS 55 STEP FORCE MAIN AIR RELEASE/VACUUM VALVE ASSEMBLY 3 EACH 56 2" STEP FORCE MAIN CONNECTION TO EXISTING MAIN 1 LS 57 2" 200# PE STEP FORCE MAIN 37 LF 58 1" 200# PE STEP SEWER SERVICE CONNECTION 20 EACH 59 1" 200# PE STEP SEWER SERVICE 859 LF 60 2" 200# PE STEP SEWER SERVICE CONNECTION 1 EACH 61 2" 200# PE STEP SEWER SERVICE 70 LF 62 ADJUST EXISTING SEWER CLEANOUTS OR VALVE BOXES 10 EACH 63 FLOWABLE FILL PIPE ENCASEMENT 25 LF 64 TRENCH INSULATION 110 LF 65 DRY UTILITY TRENCH 1,851 LF 66 ADJUST UTILITY STRUCTURE ACCESS TO GRADE 4 EACH ---PAGE BREAK--- MILLER CREEK ROAD IMPROVEMENTS-ADDENDUM 1 05-033 00300-5 Item Number Description Qty Unit Unit Price Total 67 PAVEMENT MARKINGS PAINT 126 GAL 68 PAVEMENT MARKINGS EPOXY 84 GAL 69 WORDS AND SYMBOLS PAINT 6 GAL 70 WORDS AND SYMBOLS EPOXY 8 GAL 71 CURB MARKING - EPOXY 12 GAL 72 REMOVE SIGNS 12 EACH 73 NEW SIGN (GROUND MOUNT) 44 EACH 74 WARNING DELINEATORS 15 EACH 75 FOUNDATION - CONCRETE 4.75 CY 76 CONDUIT - STEEL 1 1/2 IN RIGID 70 LF 77 CONDUIT - STEEL 2 IN RIGID 15 LF 78 CONDUIT - PLASTIC 1 1/2 IN 1,353 LF 79 CONDUIT - PLASTIC 2 IN 190 LF 80 PULL BOX - CONCRETE TYPE 1 4 EACH 81 CONDUCTOR - COPPER AWG10-600V 3,700 LF 82 STANDARD - STL TYPE 10-A-500-6 9 EACH 83 LUMINAIRE ASSEMBLY - 150 W S.V. 9 EACH 84 SERVICE ASSEMBLY - 30 AMP 1 EACH 85 2.5" CALIPER DECIDUOUS TREE 89 EACH 86 8' HGT. CONIFER TREE 7 EACH 87 5 GALLON SHRUB 42 EACH 88 1 GALLON PERENNIAL 55 EACH 89 ¾” ROCK MULCH – 2 1/4” DEPTH 2,124 SF 90 WEED BARRIER FABRIC 2,124 SF 91 4" TOPSOIL & SEEDING 10,394 SY 92 TRIM TREE 4 EACH 93 EROSION CONTROL BLANKET 425 SY 94 EXISTING MAILBOXES TO BE RELOCATED 15 EACH 95 REMOVE FENCE 2,925 LF 96 RESET FENCE 373 LF 97 TEMP. FARM FENCE 3,110 LF 98 WOOD RAIL FENCE 175 LF 99 TEMP CONSTRUCTION FENCE 1,140 LF 100 METAL GATE 3 EACH ---PAGE BREAK--- MILLER CREEK ROAD IMPROVEMENTS-ADDENDUM 1 05-033 00300-6 TOTAL COMBINED BID PRICE $ (Figures) TOTAL COMBINED BID PRICE $ (Words) CONTRACT TIME = 180 CALENDAR DAYS 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 lowest responsive Bidder will be based on the sum total of the Total Combined Bid Price. E. The OWNER reserves the right to reject any or all bids. 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with 14.07 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement (Section 00500). 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of the Bid: A. 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. B. Information Required of Bidder – General Information (form attached). 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 # Employer’s Tax ID No. If BIDDER is: An Individual: (Name typed or printed) By: (SEAL) (Individual’s Signature) Doing business as: ---PAGE BREAK--- MILLER CREEK ROAD IMPROVEMENTS-ADDENDUM 1 05-033 00300-7 Business Address: Phone No.: FAX No: A Partnership: (Partnership Name) By: (SEAL) (Signature) (Name, typed or printed) Business Address: Phone No.: FAX No: A Corporation: (SEAL) (Corporation Name) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature of person authorized to sign) Title: Attest: (CORPORATE SEAL) (Signature of Secretary) Business Address: Phone No.: FAX No: Date of Qualification To Do Business Is: ---PAGE BREAK--- MILLER CREEK ROAD IMPROVEMENTS-ADDENDUM 1 05-033 00300-8 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--- MILLER CREEK ROAD IMPROVEMENTS-ADDENDUM 1 05-033 00300-9 BID FORM INFORMATION REQUIRED OF BIDDER GENERAL INFORMATION The bidder shall furnish the following information. Failure to comply with this requirement will render the Bid non-responsive and may cause its rejection. Additional sheets shall be attached as required. Contractor's name and address: Contractor's telephone number: Contractor's license: Primary classification State License No. Supplemental classifications held, if any: Number of years as a contractor in construction work of this type: Names and titles of all officers of Contractor's firm, responsible for this project: Name of person who inspected site of proposed work for your firm: Name: Date of inspection: Name, address and telephone number of surety company and agent who will provide the required bonds on this contract: A financial statement, or AIA Document A305 Contractor’s Qualification Statement, references, and other information, sufficiently comprehensive to permit an appraisal of Contractor's current financial condition, can be requested by the Owner or Engineer, and must be provided by the Contractor upon request. END OF SECTION 00300 ---PAGE BREAK--- G:\PublicWorks\_ACAD_TEMPLATES\Standard Drawings\Revised Standard Drawings\MCSD-100.dwg, 1/27/2010 1:29:05 PM 1. CONTRACTION JOINTS SHALL BE PLACED EVERY 10' AND SHALL BE 3/4" DEEP. 2. EXPANSION JOINTS OF 1/2" MASTIC MATERIAL SHALL BE PLACED AT THE FOLLOWING LOCATIONS: 2.1. P.C.s AND P.T.s OF CURVES. 2.2. GRADE BREAKS. 2.3. 4' ON EITHER SIDE OF A DRAINAGE STRUCTURE. 2.4. AT OTHER LOCATIONS AS SPECIFIED BY COUNTY ENGINEER. 2.5. EXPANSION JOINTS MAY BE ELIMINATED FOR EXTRUDED CURB AT COUNTY ENGINEER'S DISCRETION. 3. NO CURB SHALL BE PLACED WITHOUT A FINAL INSPECTION BY COUNTY ENGINEER TO INCLUDE FORMS, CURB MACHINE, AND STRING LINE. 4. CONSTRUCTION MATERIALS AND PROCEDURES SHALL CONFORM TO EXISTING COUNTY AND STATE STANDARD SPECIFICATIONS FOR M-4000 CONCRETE AND MONTANA PUBLIC WORKS STANDARD SPECIFICATIONS SECTIONS 2528 AND 3310. TYPICAL BARRIER TYPE F CURB/GUTTER SECTION 1" SPILL CURB* CATCH CURB TOP LIP OF CURB TOP BACK OF CURB 6" R12" R12" R1" 12" 5 1/2" 6 1/2" 1'-512" 1" 1" R1" WHEN DESIGNING "SPILL CURB" ROTATE CURB AT TOP LIP OF CURB HINGE POINT, NOT TOP BACK OF CURB. MCSD-#100 TYPICAL BARRIER TYPE F CURB AND GUTTER ---PAGE BREAK--- G:\PublicWorks\_ACAD_TEMPLATES\Standard Drawings\Revised Standard Drawings\MCSD-102.dwg, 1/27/2010 1:25:14 PM TYPICAL DRIVEWAY LAYDOWN FOR BARRIER TYPE CURB 6" 1" 7" 24" 1" R1" 24" 1" 6" 9.5" STANDARD HANDICAP RAMP LAYDOWN 1/2" MAXIMUM 7" 5% MAXIMUM MCSD-#102 TYPICAL LAYDOWN FOR BARRIER CURB ---PAGE BREAK--- G:\PublicWorks\_ACAD_TEMPLATES\Standard Drawings\Revised Standard Drawings\MCSD-105.dwg, 1/27/2010 1:31:39 PM MCSD-#105 DOUBLE GUTTER DETAIL FOR STREET INTERSECTION ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK---