Loading...
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