HomeMy WebLinkAboutResolution No. R21-41RESOLUTION NO. R21-41
RESOLUTION AWARDING WESTERN MUNICIPAL CONSTRUCTION
THE CONTRACT FOR THE CITY OF LAUREL'S 5TH AVENUE
WATERLINE RE-ROUTE PROJECT AND TO AUTHORIZE THE
MAYOR TO SIGN ALL DOCUMENTS RELATING TO THE PROJECT
ON THE CITY'S BEHALF.
WHEREAS, the City of Laurel planned and publicly advertised the project known
as the 5th Avenue Waterline Re -Route Project, and the City received responsive bids from
qualified contractors; and
WHEREAS, the City's Engineers,KLJ, and City Staff considered the bids
received and recommends the City Council award the project and that the contract is in the
City's best interest; and
WHEREAS Western Municipal Construction submitted a bid of $929,633.50 and
both KLJ and the City Staff havedetermined the bid is in the best interest of the City. The
Bid documents are attached hereto and incorporated herein.
NOW, THEREFORE, BE IT RESOLVED the City Council of the City of Laurel,
Montana, finds that the City has followed its procurement policies and state law requiring
competitive bidding; and
BE IT FUTHER RESOLVED the City Council hereby awards the contract and
project to Western Municipal Construction for its bid price of $929,633.50. The Mayor and
City Clerk are authorized to sign all necessary documents, agreements, or contracts on the
City's behalf consistent with this resolution for the Project.
Introduced at a regular meeting of the City Council on May 25, 2021, by Council
Member Herr.
PASSED and APPROVED by the City Council of the City of Laurel this 25h day
of May 2021.
APPROVED by the Mayor this 251h day of May 2021.
CITY OF LA
as C. Nelson, Mayor
R21-41 Award 5" Avenue Waterline Re -Route Project— Western Municipal Construction
ATTES
Bethany Langv(1-9t9reasurer
Approved as for
Sam�Civil City Attorney
R21-41 Award 5`h Avenue Waterline Re -Route Project — Western Municipal Construction
SECTION 00500
AGREEMENT FORM
This Agreement is dated as of the -L&-= day of MU in the year 2021, by and between the
CITY OF LAUREL hereinafter called "Owner" and ESTERN MUNICIPAL CONSTRUCTION. INC.,
hereinafter called "Contractor". Owner and Contractor, in consideration of the mutual covenants
hereinafter set forth, agree as follows:
ARTICLE 1— WORK
1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work
is generally described as follows:
Abandonment of the waterline that runs on 5th Avenue between West 11th and West 12th Street
underneath developed lots with no easement and rerouting that waterline east along West 111h
Street to 4th Avenue and then north two blocks to West 12th Street where it will connect into a
new water main that runs from the approximate intersection of 5th Avenue and West 12th Street
east to an existing waterline in Valley Drive.
ARTICLE 2 —THE PROJECT
2.01 The Project for which the Work under the Contract Documents may be the whole or only a part
is generally described as follows:
Sth Avenue Waterline Reroute, City of Laurel, Montana
ARTICLE 3 — ENGINEER
3.01 The Project has been designed by Kadrmas, Lee and Jackson, Inc. (KLI), who is hereafter called
Engineer and who is to act as Owner's Representative, assume all duties and responsibilities and
have the rights and authority assigned to Engineer in the Contract Documents in connection with
completion of the Work in accordance with the Contract Documents.
ARTICLE 4— CONTRACT TIMES
4.01 Time of the Essence
A. All time limits for.milestones, if any, Substantial Completion, and completion and readiness for
final payment as stated in the Contract Documents are of the essence of the Contract.
B. The beginning of the Contract Time shall be stated in.a writfen..Notice to.Proceed-drafted by the
City Engineer to Contractor, and in accordance with Paragraph 2.03 of the General Conditions.
4.02 Days for Substantial Completion and Final Completion
A. Contractor agrees to commence Work under this Agreement on or before the date to be
specified on a written "Notice to Proceed" from the Owner and to substantially complete the
Work by September 25, 2021 as provided in Paragraph 2.03 of the General Conditions. Final
Completion of the Work shall be by October 15, 2021.
5th Avenue Water Reroute Agreement Form Section 00500
KU Project 2104-00118 Page 1 of 8
B. Substantial Completion will be determined as in Paragraph 1.01 of the General Conditions.
C. Final completion is defined as completion of all componehtsofthe project including those which
were not yet considered complete, by Substantial Completion.
4.03 Liquidated Damages
A. Owner and Contractor recognize that time is of the essence of this Agreement and that Owner
will suffer financial loss if the Work is not completed within the times specified in Paragraph
4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General
Conditions. The parties also recognize the delays, expense, and difficulties involved in proving
in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not
completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor
agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner
one thousand, four hundred dollars ($1,400.00) for each day that expires after the time
specified in Paragraph 4.02 above for Substantial Completion until the Work is substantially
complete and five hundred dollars ($500.00) for each day afterthe time specified in paragraph
4.02 for Final Completion.
B. Special Liquidated Damages. Owner and Contractor further recognize that time is of the
essence in accommodating water service interruptions throughout the course of the project,
and that OWNER will suffer financial loss if the provisions specified below are not met:
1. All water system interruptions shall comply with the time frames specified in Special
Provisions or shall be subject to the provisions of this section of the Agreement.
Owner and Contractor also recognize the delays, expense and difficulties involved in proving,
in a legal or arbitration proceeding, the actual loss suffered by Owner if the provisions listed in
Section 4.03:8.1 of this Agreement are not met. Accordingly, instead of requiring any such
proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty)
Contractor shall pay Owner one thousand dollars ($1,000.00) per hour for each hour that
expires after the maximum time allowed for water service interruptions specified in the Special
Provisions, until the Work is substantially complete.
ARTICLE 5 — CONTRACT PRICE
5.01 Owner shall pay Contractor for completion of the work in accordance with the Contract
Documents an amount equal to the sum of the established Unit Price for each separately identified
item of Unit Price Work times the quantity of that item that is constructed and accepted. Unit
prices are those listed in the Unit Price Schedule of the Bid Form attached as Exhibit A to this
Agreement. Estimated quantities used for bidding purposes are not guaranteed. Payment will be
for actual quantities as determined by Engineer in accordance with Paragraph 9.07 of the General
Conditions. Unit prices have been computed as provided in Paragraph 11.03 of the General
Conditions.
5`h Avenue Water Reroute Agreement Form Section 00500
KU Project 2104-00118 Page 2 of 8
ARTICLE 6 — PAYMENT PROCEDURES
6.01 Submittal and Processing of Payments- -
A. Contractor shall submit Applications for Payment in accordancewith Article 14 of the General
Conditions. Applications for Payment will be processed by Engineer as provided in the Contract
Documents.
6.02 Progress Payments; Retainage
A. Ownershall make progress payments in accordance with Article 14 of the General Conditions
on account of the Contract Price on the basis of Contractor's Applications for Payment as
recommended • by Engineer, once each month during construction as provided below. All
progress payments will be on the basis of the progress of the Work completed measured by the
number of units of each bid item completed times the bid unit price in the Unit Price Schedule
of the Bid Form for that item;
1. Prior to Substantial Completion, progress payments will be made in an amount equal to
the work completed but, in each case, less the aggregate of payments previously made and
less such amounts as Engineer may determine or Owner may withhold, in accordance with
Paragraph 14.02 of the General Conditions, and less the following retainages.
a. Owner shall retain five percent (5%) of the amount of the work completed until
Final Completion and acceptance of all Work covered by the Contract Documents.
b. Owner shall retain five percent (5%) of materials and equipment not incorporated in
the Work (but delivered, suitably stored, and accompanied by documentation
satisfactoryto Owner as provided in Paragraph 14.02 of the General Conditions).
2. Upon Substantial Completion and at Owner's discretion, the amount of retainage may be
further reduced if requested by Contractor.
6.03 Final Payment
A. Upon Final Completion and acceptance of the Work in accordance with Paragraph 14.07 of the
General Conditions, Owner shall pay the remainder of the Contract Price as recommended by
Engineer as provided in said Paragraph 14.07.
ARTICLE 7 — INTEREST
7.01 All moneys not paid when due as provided in Article 14 of the General Conditions shall bear
interest at the maximum rate allowed by law at the place of the Project.
ARTICLE 8 — CONTRACTOR'S REPRESENTATIONS
8.01 In order to induce Owner to enter into this Agreement; Contractor makes the following
representations:
51h Avenue Water Reroute Agreement Form Section 00500
KU Project 2104-00118 Page 3 of 8
A. Contractor has examined and carefully studied the Contract Documents (including all Addenda)
listed in Article 9 and the other related data identified in the Bidding Documents.
B. Contractor 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 furnishing of the Work.
C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations
that may affect cost, progress, and performance and furnishing of the Work.
D. Contractor has carefully studied all: (1) 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 and as provided in Paragraph 4.02
of the General Conditions, and (2) reports and drawings of Hazardous Environmental
Conditions, if any, at the Site which has been identified in the Special Provisions as provided in
Paragraph 4.06 of the General Conditions. Contractor acknowledges that such reports and
drawings are not Contract Documents and may not be complete for Contractor's purposes.
Contractor acknowledges that Owner and Engineer do not assume responsibility for the
accuracy or completeness of information and data shown or indicated in the Contract
Documents with respect to Underground Facilities at or contiguous to the Site.
E. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all
such additional supplementary examinations, investigations, explorations, tests, studies and
data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to
the Site or otherwise, which may affect cost, progress, performance or furnishing of the Work
or which relate to any aspect of the means, methods, techniques, sequences and procedures of
construction to be employed by Contractor including applying the specific means, methods,
techniques, sequences and procedures of construction, if any, expressly required by the
Contract Documents to be employed by Contractor, and safety precautions and programs
incident thereto.
F. Contractor does not consider that any additional examinations, investigations, explorations,
tests, studies, or data are necessary for the performance and furnishing of the Work at the
Contract Price, within the Contract Times and in accordance with the otherterms and conditions
of the Contract Documents.
G. Contractor is aware of the general nature of work to be performed by Owner and others at the
Site that relates to the Work as indicated in the Contract Documents.
H. Contractor has correlated the information known to Contractor, information and observations
obtained from visits to the Site, reports and drawings identified in the Contract Documents and
all additional examinations, investigations, explorations, tests, studies, and data with the
Contract Documents.
I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or
discrepancies that Contractor has discovered in the Contract Documents and the written
resolution thereof by Engineer is acceptable to Contractor.
5Th Avenue Water Reroute Agreement Form Section 00500
KLJ Project 2104-00118 Page 4 of 8
J. The Contract Documents are generally sufficient to indicate and convey understanding of all
terms and conditions for performance and furnishing of the Work.
K. Contractor hereby affirms it will not discriminate on the basis of race, color, religion, creed, sex,
age, marital status, national origin, or because of actual or perceived sexual orientation, gender
identity or disability in the performance of work performed for the City of Laurel. This prohibition
shall apply to the hiring and treatment of Contractor's employees and to all subcontracts it enters
into in performance of the Agreement with the City of Laurel.
ARTICLE 9 — CONTRACT DOCUMENTS
9.01 Contents
A. The Contract Documents consist of the following:
1. This Agreement (Pages 1 to 8, inclusive);
2. Performance bond (Pages 1 to 3, inclusive);
3. Payment bond (Pages 1 to 3, inclusive);
4. Standard General Conditions (MPWSS);
5. Supplementary Conditions (MPWSS);
6. Instructions to Bidders (MPWSS);
7. Special Provisions (Pages 1 to 14, inclusive);
8. Specifications as listed in the table of contents of the Project Manual;
9. Drawings consisting of a cover sheet numbered G1 through D4 with each sheet bearing the
following general title: 5th Avenue Waterline Reroute;
10. Addenda (Numbers 1 to 2, inclusive);
11. Exhibits to this Agreement (enumerated as follows):
a. Contractor's Bid (Pages 1 to 10, inclusive);
b. Documentation submitted by Contractor prior to Notice of Award (N/A);
c. Notice of Award
12. The following which may be delivered or issued on or after the Effective Date of the
Agreement and are not attached hereto:
a. Notice to Proceed;
b. Written Amendments;
c. Work Change Directives;
d. Change Orders;
e. Any Notice of Partial Utilization;
f. Notice of Substantial Completion;
50 Avenue Water Reroute Agreement Form Section 00500
KU Project 2104-00118 Page 5 of 8
g. Notice of Final Completion and Acceptance
13. Certificates of Insurancp;,.,..�
14. Wage Rates;
15. Montana Public Works Standard Specifications, Sixth Edition, dated April 2010,
B. There are no Contract Documents other than those listed above in this Article 9.
C. The Contract Documents may only be amended, modified, or supplemented as provided in
Paragraph 3.04 of the General Conditions.
ARTICLE 10 — MISCELLANEOUS
10.01 Terms
A. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have
the meanings indicated in the General Conditions.
10.02 Assignment of Contract
A. No assignment by a party hereto of any rights under or interests in the Contract will be binding
on another party hereto without the written consent of the party sought to be bound; and,
specifically but without limitation, moneys that may become due and moneys that are due may
not be assigned without such consent (except to the extent that the effect of this restriction
may be limited by law), and unless specifically stated to the contrary in any written consent to
an assignment, no assignment will release or discharge the assignor from any duty or
responsibility under the Contract Documents.
10.03 Successors and Assigns
A. Owner and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, its partners, successors, assigns and legal
representatives in respect to all covenants, agreements, and obligations contained in the
Contract Documents.
10.04 Severability
A. Any provision or part of the Contract Documents held to be void or unenforceable under Law
or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid
and binding upon Owner and Contractor, who agree that the Contract Documents shall be
reformed to replace such stricken provision or part thereof with a valid and enforceable
provision that comes as close as possible to expressing the intention of the stricken provision.
5th Avenue Water Reroute Agreement Form Section 00500
KU Project 2104-00118 Page 6 of 8
IN WITNESS WHEREOF, Owner and Contractor have signed five (5) copies of the Agreement. Three (3)
counterparts have been delivered to Owner, one (1) to Contractor, and one (1) to Engineer. All portions of
the Contract bocuments have been signed or have been identified by Owner and Contractor or by
Engineer on their behalf. n
This Agreement will be,effecti've'on' 1 Y \moi %� *2-0%i
This agreement, shallmot be:effective unless and until concurred by Funding Agency's (if any) designated
representative.
OWNER: CITY OF Z
CONTRACTOR: WES RN MUNICIPAL CONSTRUCTION
� BY
_ (Signature) (Signature)
Name: /� {�js �� Name: CA '
Attest: Attest:
(Sign ur 0ZXVC.,I"C1fRAlzu-r4Zr
Address forgiving notices:
Phone:
(CORPORATE SEAL)
(If Owner is a public body, attach
evidence of authority to sign and
resolution or other documents
authorizing execution of Owner -
Contractor Agreement.)
p 40-uY-
Address forgiving notices:
C�_
AST - •
Phone:
• .
(SEAL)
Contractor Registration No. 13-4,a`j
Agent for service of process
�x x-LA>o
sq as C\�4&Ia-rnR t OL% �tl\�tiasMTSg101
(If CONTRACTOR is a corporation, a partnership, or a
joint venture,- attach evidence of authority to sign.)
Sth Avenue Water Reroute Agreement Form Section 00500
KU Project 2104-00118 Page 7 of 8
Owner's Designated Representative: Contractor's Designated Representative:
I 1
Name: Name:
Title: Title: CV4 A— 'fig-N0
Address: "'. Address:
S��F� EVJ.C1nJn d
Phone: Phone: aSq r(o
FAX: tA1 FAX:
AGENCYCONCURANCE:
As lender or�n ure�of fundi to fray costs of this Contract, and without liability for any payments
,4h Agei�y herb ° o urs in the form, content and execution of this Agreement.
By. y
(Agency Official's Signature)
Title:
Date:
END OF SECTION
5'h Avenue Water Reroute Agreement Form Section 00500
KU Project 2104-00118 Page 8 of 8
SECTION 00300
BID FORM
PROJECT IDENTIFICATION:.
5`h Avenue Waterline Reroute
City of Laurel, MT
KU Project: 2104-00118
ARTICLE 1— BID RECIPIENT
1.01 This Bid is submitted to:
City of Laurel
115 West 1st Street
Laurel, MT59044
Exhibit A
1.02 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 otherterms and conditions of the Bidding Documents.
ARTICLE 2 — BIDDER'S ACKNOWLEDGEMENTS
2.01 Bidder accepts all the terms and conditions of the Advertisement or Invitation to Bid, and
Instructions 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, orfor
such longer period of time that Bidder may agree to in writing upon request of Owner.
ARTICLE 3 — BIDDER'S REPRESENTATIONS
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:
Addendum No.
1
2
Addendum Date
4/28/21
5/4/21
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.
51h Avenue Waterline Reroute Bid Form Rev. _ Section 00300
KU Project 2104.00118 Page 1 of 10
Exhibit A
D. Bidder has carefully studied all (1) 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 (2) 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.
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 forthe determination of this Bid for performance of the Work
atthe price(s) bid and within the times and in accordance withthe otherterms 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 forthe performance of the Workforwhich this Bid is submitted.
ARTICLE 4— BIDDER'S CERTIFICATION
4.01 Bidderfurther represents that this Bid Is genuine and not made In the interest of oron 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 no 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.
St^Avenue Waterline Reroute Bid Form Rev. Section 00300
KU Project 2104-00118 Page 2 of 10
Exhibit A
ARTICLES — BASIS OF BID
5.01 Bidder will complete the Work in accordance with the Contract Documents for the following
price(s):
51h Avenue Waterline Reroute
City of Laurel, MT
Base Bid
Item N
Description
Estimated
Quantity
Unit
Unit
Price
Total Estimated Cast
101
IMobilization
LS
1
72400.00
$72,400.00
102
Taxes, Insurance and Bonds
LS
1
24,000.00
$24,000.00
103
Traffic Control
LS
1
18,000.00
$18,000.00
104
Stormwater Management and Erosion
Control
LS
1
8,000.00
$8,000.00
105
Temporary Water System,
LS
1
20,400.00
$20,400.00
106
Unclassified Excavation
CY
520
16.00
$8,320.00
107
Concrete Curb & Gutter Removal
LF
100
7.10
$716.00
108
Concrete Flatwork Removal
SY
42
15.00
$630.00
109
Non -Woven Geotextile Fabric
SY
2315
2.10
$4,861.50
110
Geogrid
SY
2315
3.30
$7,639.50
111
3" Minus Sub -base Course
CY
1545
21.00
$32,445.00
112
1-1/2" Crushed Base Course
CY
925
17.00
$15,725.00
113
Asphalt Concrete Pavement (2"Thick)
SY
1840
22.00
$40,480.00
114
Asphalt Concrete Pavement Patch (Match
Ex or 4"/8")
SY
72
37.00
$2,664.00
115
Gravel Alley Surface Repair
SY
80
20.00
$1,600.00
116
Concrete Curb & Gutter
LF
190
70.00
$13,300.00
117
Concrete Valley Gutter
SF
410
20.00
$8,200.00
118
Concrete Sidewalk (4 -Inch Thick)
SF
815
20.00
$16,300.00
119
Asphalt Mill (1-1/2" @ 2%)
SY
2050
3.80
$7,790.00
51h Avenue Waterline Reroute Bid Form Rev. 2 Section 00300
KU Project 2104-00118 - Page 3 of 10
Exhibit A
120
Asphalt Overlay (2" Thick)
TN
730
160.00
$116,800.00
121
Adjust Manhole
EA
3
110.00
$330.00
122
Cut, Cap & Abandon Ex. Main
EA
4
510.00
$2,040.00
123
Remove Existing Valve
EA
6
290.00
$1,740.00
124
Asbestos Inspection
LS
1
3,000.00
$3,000.00
125
Remove Existing Water Main
LF
220
39.00
$8,580.00
126
Connect to Ex. Water Main
EA
11
3,400.00
$37,400.00
127
12" C900 PVC Water Main
LF
2600
73.00
$189,800.00
128
10" 0900 PVC Water Main
LF
20
86.00
$1,720.00
129
8" C900 PVC Water Main
LF
25
77.00
$1,925.00
130
6" 0900 PVC Water Main
LF
130
65.00
$8,450.00
131
12" Gate Valve & Box
EA
15
3,600.00
$54,000.00
132
10" Gate Valve & Box
EA
1
2,900.00
$2,900.00
133
8" Gate Valve & Box
EA
1
2,200.00
$2,200.00
134
6" Gate Valve & Box
EA
5
1,500.00
$7,500.00
135
12" Tee
EA
3
1,300.00
$3,900.00
136
12" X.10" TEE
EA
1
1,300.00
$1,300.00
137
12" X 6" TEE
EA
6
1,000.00
$6,000.00
138
6" Tee
EA
1
640.00
$640.00
139
12"x 6" Cross
EA
1
g 100.00
$1.100.00
140
18" X 12" Reducers.
EA
1
1,600.00
$1,600.00
141
12" X 8" Reducers
EA
1
840.00
$840.00
142
12" X 6" Reducer
EA
1
810.00
$810.00
143
12" - Bends
EA
12
980.00
$11,760.00
144
10" - Bends
EA
1
740.00
$740.00
5th Avenue Waterline Reroute Rid Form Rev. 2 Section 00300
KU Project 2104-00118 Page 4 of 10
Exhibit A
145
6" - Bends
EA
2
460.00
$920.00
146
Fire Hydrant Assembly
EA
5
6,100.00
$30,500.00
147
Insulation Board
SF
680
5.70
$3,876.00
148
Install 2" Water Service w/Curb Box
EA
1
1,800.00
$1,800.00
149
Install 1" Curb stop w/Curb Box.)
EA
2
520.00
$1,040.00
150
Water Service Reconnection at Main Incl.
new saddle and corp. stop (_<1" Diameter)
EA
16
g,g00.00
$28,800.00
151
48" Sanitary Sewer Manhole
EA,
1
5,000.00
$5,000.00
152
ConnecttoExisting 5anitary5ewer
Manhole •
EA
1
1,200.00
$1,200.00
153
8" PVC Sanitary Sewer Main
LF
120
93.00
$11,160.00
154
Sanitary Sewer Service Replacement
LF
100
39.00
$3,900.00
155
Type 2 Pipe Bedding
CY
715
20.00
$14,300.00
156
Imported Trench Backfill
CY
715
20.00
$14,300.00
157
Trench Plugs
EA
7
1,300.00
$9,100.00
158
Sign Remove & Reset
EA
1
250.0.0
$250.00
159
Exploratory Excavation
HR
20
220.00
$4,400.00
160
Landscape Restoration (Seeding)
SY
1225
1.10
380.50
Total Base Bid
$902,466.50
Alternate Bid
Item k
Estimated
Description Quantity
unit
unit Price Total Estimated Cost
201
3" -Asphalt gverlay . 1600
SY 17.00 - $27,200.00
Total Alternate Bid $27,200.00
TOTAL BASE BID SUMMARY
.(Figures
Nine
Cent's
51h Avenue Waterline Reroute Bid Form Rev. Section 00300 .
Page 5 of 30
KU Project 2104-00118 -
!3 V7 SG
902j, %V
Exhibit A
A. Unit Prices have been computed in accordance with paragraph 11.038 if 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 be
discrepancy exist in the Total Estimated Price and Total Amount of Unit Price Bid as listed
above after extensions are checked and corrections made, if any, the Total Amount of Unit
Prices Bid are corrected shall be used in awarding this Contract.
D. Owner reserves the right to reject any or all bids.
ARTICLE 6 —TIME OF COMPLETION
6.01 Bidder agrees that the Work will be substantially completed and completed and ready for final
payment in accordance with Paragraph 14.07 of the General Conditions on or before the dates or
within the number of calendar days indicated in the Agreement.
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.
ARTICLE 7 —ATTACHMENTS TO THIS BID
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.
ARTICLE 8 — DEFINED TERMS
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.
Sv' Avenue Waterline Reroute Bid Form Rev. Section 00300
KU Project 2104-00118 Page 6 of 10
ARTICLE 9 — BID SUBMITTAL
SUBMITTED on 5/6/21
(Date)
Montana Contractor's Registration H 13329
Employers Tax ID No. 84-1388819
If Bidder is:
An individual:
Name (typed or printed):
(Individual's signature)
Doing business as: _
Business Address:
Phone
A Partnership:
Partnership Name:
By:
(Signature)
Name (typed or printed):
Business Address:
Phone No.:
I:Y41L�E
FAX No:
Exhibit A
S1h Avenue Waterline Reroute Bld Form Rev. Section 00300
KU Project 2104-00118 Page 7 of 10
A Corporation:
Name: Western Municipal Construction Inc.
(Corporation Name)
State of incorporation• Montana
Type (General Business,
Title: President
sioonnna�l, Service, Limited Liability): General Business
(,5�9 Jock Clause
(Signature of person authorized to sign)
Attest: =r& v�k k"
Y AI%W1 Kathy Clause, Secretary
v (Signature)
Business Address: 5855 Elysian Rd., Billings, MT 59101
Phone No.: (509)254-2106 FAX No: (406)245-9736
Date of Qualification to Do Business Is: 3/3/97
AJointVenture: Each Joint Venture Must Sign
Joint Venturer Name:
By:
Name:
Business Address:
Phone
(CORPORATE SEAL)
(Name)
(Signature of Joint Venture Partner)
(Name, Printed ortyped)
FAX No:
Exhibit A
Sth Avenue Waterline Reroute Bid Form Rev. Section 00300
KU Projecf 2104-00118 — Page 8 of 10
Joint Venturer Name:
By:
Name:
Business Address:
Phone No.:
(Name)
(Signature of Joint Venture Partner)
(Name, Printed ortyped)
FAX No:
Address of Joint Venture for Receipt of Official Communication:
Business Address:
Phone No.:
FAX No:
Exhibit A
(The manner of signing for each individual, partnership and corporation that Is a partyto thejointventure
should be in the manner indicated above.)
END OFSECTION
Sth Avenue Waterline Reroute Bid Form Rev. Section 00300
Ktl Project 2104.00118 Page 9 of 20
Exhibit A
PAGE INTENTIONALLY BLANK
Sth Avenue Waterline Reroute Bid Form Rev. Section 00300
KU Project 210400118 - Page 10 of 10
Notice to Proceed
Date: 6/8/2021
Project: 51h Avenue Water Re -Route
Owner: City of Laurel Owner's Contract No.:
Contract: Base Bid Engineer's Project No.: 2104-00118
Contractor: Western Municipal Construction
Contractor's Address: 5855 Elysian Road
Billings, MT 59101
You are notified that the Contract Times under the above Contract will commence to run on June
14, 2021. On or before that date, you are to start performing your obligations under the Contract
Documents. In accordance with Article 4 of the Agreement, Substantial Completion is to be achieved by
September 25, 2021, and final Completion of the Work shall be achieved by October 15, 2021.
Before you may start any Work at the Site, Paragraph 2.01.13 of the General Conditions provides that
you and Owner must each deliver to the other (with copies to Engineer and other identified additional
insured and loss payees) certificates of insurance which each is required to purchase and maintain in
accordance with the Contract Documents.
Also, before you may start any Work at the Site, you must:
1. Obtain coverage under the General Permit for Discharges associated with Construction
Activities and submit proof of coverage to Engineer.
2. Host a public meeting to inform local residents of construction procedures, shut downs,
access, and schedule.
Owner
Given y:
Authorized Signature
M 40y -
Title
hy-
Title
(_D\ \o\ 2\
Date
Copy to Engineer
5'h Avenue Water Re -Route Notice to Proceed Form C-550
KLI Project 2104-00118 Page 1 of 1