Loading...
HomeMy WebLinkAbout2004 Model Year Cab and Chassis Truck CITY OF BOZEMAN, MONTANA CALL FOR BIDS ONE (1) NEW 2004 MODEL YEAR CAB AND CHASSIS TRUCK Sealed bids will be received by the Clerk of the Commission of the City of Bozeman, Montana, at her office in the Municipal Building, 411 East Main Street, Bozeman, Montana, until 2:00 p.m. on Tuesday, June 1, 2004, at which time the bids will be publicly opened at the City Hall before the Clerk of the City Commission for one new 2004 model year cab and chassis truck for the City's Street Division. Full and detailed specifications on the equipment to be furnished may be obtained at the office of the Clerk of the Commission, City Hall, 411 East Main Street, Bozeman, Montana 59715, telephone number (406) 582-2320. The City of Bozeman reserves the right to reject any and all bids, and to waive any informality in the bids received. DATED at Bozeman, Montana, this 13th day of May 2004. ~J~ ROBIN L. SULLIVAN Clerk of the Commission Legal Ad Publish: Sunday, May16,2004 Sunda~ May23,2004 CAL -- Page 1 of 1 CITY OF BOZEMAN, MONTANA CALL FOR BIDS ONE (1) NEW 2004 MODEL YEAR ASPHALT PATCHING MACHINE MOUNTED ON A CITY-FURNISHED CAB AND CHASSIS Sealed bids will be received by the Clerk of the Commission of the City of Bozeman, Montana, at her office in the Municipal Building, 411 East Main Street, Bozeman, Montana, until 2:00 p.m. on Tuesday, June 1, 2004, at which time the bids will be publicly opened at the City Hall before the Clerk of the City Commission for one new 2004 model year asphalt patching machine mounted on a City-furnished cab and chassis for the City's Street Division. Full and detailed specifications on the equipment to be furnished may be obtained at the office of the Clerk of the Commission, City Hall, 411 East Main Street, Bozeman, Montana 59715, telephone number (406) 582-2320. The City of Bozeman reserves the right to reject any and all bids, and to waive any informality in the bids received. DATED at Bozeman, Montana, this 13th day of May 2004. ~/L~ RO IN L. SULLIVAN Clerk of the Commission Legal Ad Publish: Sunday, May 16, 2004 Sunday, May23,2004 CAL -- Page 1 of 1 INVITATION TO BID The City of Bozeman will receive sealed bids for its 2004 STREET IMPROVEMENTS consisting of proposed Seal Coat applications, Cold Milling and Hot Mix Overlays, and Pavement Marking Replacements on various streets within the City of Bozeman. Sealed bids so entitled and addressed to the Clerk of Commission, City Hall, 411 East Main Street, P.O. Box 1230, Bozeman, Montana 59771-1230 will be received until 2:00 p.m., local time, June 1,2004, and then publicly opened and read thereafter. Copies of the CONTRACT DOCUMENTS are available for viewing, or may be obtained upon payment of $15.00 for each set, at the City of Bozeman, Engineering Department, 20 East Olive Street, Bozeman Montana 59715. Any bidder or non-bidder returning the CONTRACT DOCUMENTS promptly and in good conditions, will be refunded his $15.00 payment. All bids and proposals for the construction of any public contract project shall contain a statement showing that the bidder or contractor is duly and regularly registered under the laws of the State of Montana, and the contractor's registration number shall appear upon such bid or proposal, and no contract shall be awarded to any contractor unless he is the holder of registration, all as defined by MCA 39-9-101 through 410. All laborers and mechanics employed by contractors or sub-contractors in performance of the construction work shall be paid wages at rates as may be required by the laws of the State of Montana. The contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin. Each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana, in an amount not less than Ten percent (10%) of the total amount of the bid. Successful bidders shall furnish an approved Performance Bond and a labor and materials Payment Bond, each in the amount of One Hundred percent (100%) of the contract amount. Insurance as required shall be provided by the successful bidder(s) and a Certificate(s) of that insurance shall be provided. No bid may be withdrawn after the scheduled time for the public opening of bids, which is 2:00 p.m. local time, June 1, 2004. The right is reserved to reject any or all proposals received, to waive informalities, to postpone the award of the contract for a period of not to exceed Sixty (60) days, and to accept the bid which is in the best interests of the Owner. The City of Bozeman is an Equal Opportunity Employer. Dated at Bozeman, Montana, this 12th day of May, 2004. Robin L. Sullivan Clerk of Commission Legal Ad Publish: Sunday, May 16, 2004 Sunday, May 23, 2004 INVITATION TO BID The City of Bozeman will receive sealed bids for its SIDEWALK INSTALLATIONS. FY 2004 contract. Sealed bids so entitled and addressed to the Clerk of Commission, City Hall, 411 East Main Street, P.O. Box 1230, Bozeman, Montana 59771-1230, will be received until 2:00 p.m., local time, Tuesday, May 25, 2004 and then publicly opened and read thereafter. The project consists of removing and replacing concrete curb and gutter, installing pedestrian ramps, and constructing new concrete sidewalks at various locations in the City of Bozeman. The following are the estimated quantities for the major items of work proposed: Curb removal: 1,031 LF; Curb installation: 1,071 LF; Concrete removal and disposal: 4,275 SF; Pedestrian ramp extras: 40 EA; 4" concrete sidewalk: 11,068 SF; 6" concrete sidewalk: 3,630 SF. Copies of the CONTRACT DOCUMENTS are available for viewing, or may be obtained upon payment of $15.00 for each set, at the City of Bozeman, Engineering Department, 20 E. Olive Street, Bozeman, Montana 59771-1230. Any bidder or non-bidder returning the CONTRACT DOCUMENTS promptly and in good conditions, will be refunded his $15.00 payment. A Pre-bid conference will be held at the Office of the City Engineer, 20 E. Olive Street, Bozeman, Montana, on Tuesday, May 18, 2004, at 2:00 p.m. All bids and proposals for the construction of any public contract project shall contain a statement showing that the bidder or contractor is duly and regularly registered under the laws of the State of Montana, and the contractor's registration number shall appear upon such bid or proposal, and no contract shall be awarded to any contractor unless he is the holder of registration, all as defined by MCA 39-9-101 through 410. All laborers and mechanics employed by contractors or sub-contractors in performance of the construction work shall be paid wages at rates as may be required by the laws of the State of Montana. The contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin. Each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana, in an amount not less than Ten percent (10%) of the total amount of the bid. Successful bidders shall furnish an approved Performance Bond and a labor and materials Payment Bond, each in the amount of One Hundred percent (100%) of the contract amount. Insurance as required shall be provided by the successful bidder(s) and a Certificate(s) of that insurance shall be provided. No bid may be withdrawn after the scheduled time for the public opening of bids, which is 2:00 p.m. local time, May 25,2004. The right is reserved to reject any or all proposals received, to waive informalities, to postpone the award of the contract for a period of not to exceed Sixty (60) days, and to accept the bid which is in the best interests of the Owner. The City of Bozeman is an Equal Opportunity Employer. Dated at Bozeman, Montana, this 4th day of May, 2004. Robin L. Sullivan Clerk of Commission Legal Ad Publish: Sunday, May 9, 2004 Sunday, May 16, 2004 REVISED INVITATION TO BID Separate sealed bids for construction ofthe BOZEMAN PUBLIC LIBRARY will be received by the CITY OF BOZEMAN, MONTANA at the office of the Clerk of the Commission, 411 East Main Street, Bozeman, Montana 59715, until 5:00 P.M. local time on Thursday, April 15, 2004, and then publicly opened and read aloud. The project generally consists of, but is not necessarily limited to, the following major items: Construction of a new public library. Building will be approximately 50,000 square feet. The main building components are as follows: Reinforced concrete foundation, steel joists, steel beams, steel columns, steel decking with concrete. Primary exterior materials consist of masonry, and metal siding. Roof elements will be standing seam metal roof, and membrane roofing. The contract documents consisting of (2) two volumes of 30" x 42" drawings, (3) three volumes of Project Specifications Manuals and (1) volume of Project Detail Manual may be examined or obtained at the office of Overland Partners Architects, 612 East Main Street, Suite A, Bozeman, Montana 59715, telephone: (406) 585-1400. Required deposit is $300.00 per set, which is refundable. In addition, the Drawings and Project Manual may also be examined at the following locations (all Area Codes 406): Bozeman Plans Library, 2016A Gilkerson Drive, Bozeman, MT 59715, 586-7653. Builders Exchange of Billings, 2050 Broadwater, Suite A, Billings, MT 59102 652-1311. Butte Builders Exchange, 1230 Harrison, Butte, MT 59701, 782-5433. Great Falls Builders Exchange, 1625 Third Avenue North, Great Falls, MT 59405, 453-2513. Missoula Plans Exchange, 201 North Russell Street, Missoula, MT 59801, fax 721-2941. Montana Contractors' Association, Inc., 1717 11th Avenue (59601), PO Box 4519, Helena, MT 59604, 442-4162. Northwest Montana Plans Exchange, 2303 Highway 2 East. Kalispell, MT 59901, fax 755-5896. There will be a Pre-Bid Conference at the City Commission Meeting Room, 411 East Main Street, Bozeman, Montana 59715, at 1 :00 P.M. local time on Mondav. April 5, 2004. Interested CONTRACTORS are strongly encouraged to attend. A tour of the project site will be conducted after the meeting. CONTRACTOR(s) and any of the CONTRACTOR'S subcontractors doing work on this project will be required to obtain registration with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the Department of Labor and Industry, P.O. Box 8011, 1805 Prospect, Helena, Montana 59604-8011. Information on registration can be obtained by calling 1-800-556-6694. CONTRACTORS are required to have registered with the DLI prior to bidding on this project. The CONTRACTOR must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin. Each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana, in an amount not less than ten percent (10%) of the total amount of the bid. Successful BIDDERS shall furnish an approved Section 00020 - Page 1 of 2 Construction Performance Bond and a Construction (Labor and Materials) Payment Bond, each in the amount of one hundred percent (100%) of the contract amount. Insurance as required shall be provided by the successful BIDDER(s) and a certificate(s) of that insurance shall be provided. No bid may be withdrawn after the scheduled time for the public opening of the Bids specified above. The right is reserved to reject any or all Proposals received, to waive informalities, to postpone the award of the contract for a period of not to exceed sixty (60) days, and to accept the lowest responsive and responsible bid which is in the best interest of the City of Bozeman. The City of Bozeman, Montana is an Equal Opportunity Employer. Robin L. Sullivan Clerk of Commission City of Bozeman 411 East Main Street Bozeman, Montana 59715 Legal Ad Publish: Sunday, March 28, 2004 Sunday,ApriI4,2004 Section 00020 - Page 2 of 2 INVITATION TO BID Separate sealed bids for construction of Bozeman Water Supply - Sourdouoh Bvpass. Bozeman. Montana will be received by the Citv of Bozeman at the office of the Clerk of the Commission in Citv Hall. 411 East Main, Bozeman. MT 59715 until 2:00 PM local time on Tuesdav. October 7. 2003, and then publicly opened and read aloud. The project generally consists of, but is not necessarily limited to, the following major items: The work oenerally consists of replacino approximatelv 230 LF of existing 30" concrete cvlinder pipe with 30" ductile iron water pipe. installino approximatelv 210 LF of new 30" ductile iron water pipe. and connections to existing 30" concrete cvlinder pipe. 24 ductile iron pipe and 24 inch reinforced concrete cylinder pipe. In addition constructino the Sourdouoh Flow Control Station includino the 25' x 35' building. installino 2 control valves. a flow meter and 2 pressure gauges. and associated pipino alono with instrumentation control svstem to be intearated into the Citv of Bozeman SCADA control svstem. The contract documents consisting of full size drawings and Project Manual may be examined or obtained at the office of Morrison-Maierle. Inc. 901 Technologv Blvd. Bozeman. MT 59718. Required deposit is $ 75.00 per set, which is not refundable. There will be a Pre-Bid Conference at the office of Morrison-Maierle. Inc.. 901 Technoloov Blvd.. Bozeman. MT 59718 at 9:00 o'clock a.m. on September 30.2003. Interested CONTRACTORS are encouraged to attend. CONTRACTOR'S and any of the CONTRACTOR's subcontractors doing work on this project will be required to obtain registration with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the Department of Labor and Industry, P.O. Box 8011, 1805 Prospect, Helena, Montana 59604-8011. Information on registration can be obtained by calling 1-406-444-7734. CONTRACTOR's are required to have registered with the DLI prior to bidding on this project. All laborers and mechanics employed by CONTRACTOR(s) or subcontractors in performance of the construction work shall be paid wages at rates as may be required by the laws of the United States and the State of Montana in accordance with the schedule of Montana Prevailing Wage Rates established by the Montana Department of Labor and Industry included in the Project Manual. The CONTRACTOR must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin. Each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to The City of Bozeman. Montana, in an amount not less than ten percent (1 0%) of the total amount of the bid. Successful BIDDERS shall furnish an approved Construction Performance Bond and a Construction (Labor and Materials) Payment Bond, each in the amount of one hundred percent (1 00%) of the contract amount. Insurance as required shall be provided by the successful BIDDER(s) and a certificate(s) of that insurance shall be provided. No bid may be withdrawn after the scheduled time for the public opening of the Bids specified above. The right is reserved to reject any or all Proposals received, to waive informalities, to postpone the award of the contract for a period of not to exceed 60 davs and to accept the lowest responsive and responsible bid which is in the best interest of the City of Bozeman, Montana. The City of Bozeman, Montana is an Equal Opportunity Employer. Dated this 17th day of September, 2003. Robin L. Sullivan Clerk of Commission Address: 411 East Main Street Bozeman. Montana 59715 Legal Ad Publication Dates: Sunday, September 21, 2003 Sunday, September 28,2003 INVIT A nON TO BID The City of Bozeman will receive sealed bids for its Bozeman Professional Building Boiler Replacement Proiect contract. Sealed bids so entitled and addressed to the Clerk of Commission, City Hall, 411 East Main Street, P.O. Box 1230, Bozeman, Montana 59771-1230, will be received until 2:00 p.m., local time, Tuesday, June 3, 2003 and then publicly opened and read thereafter. The project consists of removing and upgrading the boiler plant, piping the mechanical room, installing new pumps, housekeeping pads, and cleaning/flushing of all existing lines.. Copies of the CONTRACT DOCUMENTS are available for viewing, or may be obtained upon payment of$15.00 for each set, at the City of Bozeman, City Shop Complex, 814 North Bozeman, Bozeman, Montana 59771-1230. Any bidder or non-bidderreturning the CONTRACT DOCU M ENTS promptly and in good condition, will be refunded his $15.00 payment. A mandatory Pre-bid conference will be held at the Professional Building mechanical room, 20 East Olive Street, Bozeman, Montana, on Tuesday, May 27, 2003, at 2:00 p.m. All bids and proposals for the construction of any public contract project shall contain a statement showing that the bidder or contractor is duly and regularly registered under the laws of the State of Montana, and the contractor's registration number shall appear upon such bid or proposal, and no contract shall be awarded to any contractor unless he is the holder of registration, all as defined by MCA 39-9-101 through 410. All laborers and mechanics employed by contractors or sub-contractors in performance of the construction work shall be paid wages at rates as may be required by the laws ofthe State of Montana. The contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin. Each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana, in an amount not less than Ten percent (10%) ofthe total amount of the bid. Successful bidders shall furnish an approved Performance Bond and a labor and materials Payment Bond, each in the amount of One Hundred percent (100%) ofthe contract amount. Insurance as required shall be provided by the successful bidder(s) and a Certificate(s) of that insurance shall be provided. No bid maybe withdrawn after the scheduled time for the public opening of bids, which is 2:00 p.m. local time, June 3, 2003. The right is reserved to reject any or all proposals received, to waive informalities, to postpone the award of the contract for a period of not to exceed Sixty (60) days, and to accept the bid which is in the best interests of the Owner. The City of Bozeman is an Equal Opportunity Employer. Dated at Bozeman, Montana, this 12th day of May, 2003. Robin L. Sullivan Clerk of Commission Legal Ad Publish: Sunday, May 18, 2003 Sunday, May 25,2003 INVITATION TO BID The City of Bozeman will receive sealed bids for its SIDEWALK INSTALLATIONS AND REPAIRS contract. Sealed bids so entitled and addressed to the Clerk of Commission, City Hall, 411 East Main Street, P.O. Box 1230, Bozeman, Montana 59771-1230, will be received until 2:00 p.m., local time, Tuesday, April 8, 2003 and then publicly opened and read thereafter. The project consists of removing and replacing concrete sidewalks, installing pedestrian ramps, and constructing new concrete sidewalks at various locations in the City of Bozeman. The following are the estimated quantities for the major items of work proposed: Curb removal: 1,015 LF; Curb installation: 1,108 LF; Concrete removal and disposal: 7,250 SF; Pedestrian ramp extras: 99 EA; 4" concrete sidewalk: 20,100 SF; 6" concrete sidewalk: 6,250 SF. Copies of the CONTRACT DOCUMENTS are available for viewing, or may be obtained upon payment of $15.00 for each set, at the City of Bozeman, Engineering Department, 20 E. Olive Street, Bozeman, Montana 59771-1230. Any bidder or non-bidder returning the CONTRACT DOCUMENTS promptly and in good conditions, will be refunded his $15.00 payment. A Pre-bid conference will be held at the Office of the City Engineer, 20 E. Olive Street, Bozeman, Montana, on Tuesday, April 1 , 2003, at 2:00 p.m. All bids and proposals for the construction of any public contract project shall contain a statement showing that the bidder or contractor is duly and regularly registered under the laws of the State of Montana, and the contractor's registration number shall appear upon such bid or proposal, and no contract shall be awarded to any contractor unless he is the holder of registration, all as defined by MCA 39-9-101 through 410. All laborers and mechanics employed by contractors or sub-contractors in performance of the construction work shall be paid wages at rates as may be required by the laws of the State of Montana. The contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin. Each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana, in an amount not less than Ten percent (10%) of the total amount of the bid. Successful bidders shall furnish an approved Performance Bond and a labor and materials Payment Bond, each in the amount of One Hundred percent (1 00%) of the contract amount. Insurance as required shall be provided by the successful bidder( s) and a Certificate( s) of that insurance shall be provided. No bid may be withdrawn after the scheduled time for the public opening of bids, which is 2:00 p.m. local time, April 8, 2003. The right is reserved to reject any or all proposals received, to waive informalities, to postpone the award of the contract for a period of not to exceed Sixty (60) days, and to accept the bid which is in the best interests of the Owner. The City of Bozeman is an Equal Opportunity Employer. Dated at Bozeman, Montana, this 19th day of March, 2003. Robin L. Sullivan Clerk of Commission (Title) Legal Ad Publication: Sunday, March 23, 2003 Sunday, March 30, 2003 INVITATION TO BID The City of Bozeman will receive sealed bids for its 2003 STREET MARKINGS consisting of proposed installations of inlaid hot applied thermoplastic pavement markings on various streets within the City of Bozeman. Sealed bids so entitled and addressed to the Clerk of Commission, City Hall, 411 East Main Street, P.O. Box 1230, Bozeman, Montana 59771-1230 will be received until 2:00 p.m., local time, August 5,2003, and then publicly opened and read thereafter. Copies of the CONTRACT DOCUMENTS are available for viewing, or may be obtained, at the City of Bozeman, Engineering Department, 20 East Olive Street, Bozeman Montana 59715. All bids and proposalS for the construction of any public contract project shall contain a statement showing that the bidder or contractor is duly and regularly registered under the laws of the State of Montana, and the contractor's registration number shall appear upon such bid or proposal, and no contract shall be awarded to any contractor unless he is the holder of registration, all as defined by MCA 39-9-101 through 410. All laborers and mechanics employed by contractors or sub-contractors in performance of the construction work shall be paid wages at rates as may be required by the laws of the State of Montana. The contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin. Each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana, in an amount not less than Ten percent (10%) of the total amount of the bid. Successful bidders shall furnish an approved Performance Bond and a labor and materials Payment Bond, each in the amount of One Hundred percent (100%) of the contract amount. Insurance as required shall be provided by the successful bidder(s) and a Certificate(s) of that insurance shall be provided. No bid may be withdrawn after the scheduled time for the public opening of bids, which is 2:00 p.m. local time, Tuesday, August 5, 2003. The right is reserved to reject any or all proposals received, to waive informalities, to postpone the award of the contract for a period of not to exceed Sixty (60) days, and to accept the bid which is in the best interests of the Owner. The City of Bozeman is an Equal Opportunity Employer. Dated at Bozeman, Montana, this 15th day of July, 2003. Robin L. Sullivan Clerk of Commission Legal Ad Publication: Sunday, July 20, 2003 Sunday, July 27,2003 ADVERTISEMENT FOR BID Separate sealed bids for construction of City of Bozeman 2003 West Side Sewer Rehabilitation Project will be received by Clerk of Commission at the office of Clerk of Commission, City Hall, 411 E. Main Street Bozeman, Montana, 59715 until 2:00 o'clock P.M. local time, Tuesday, October 7,2003, and then publicly opened and read thereafter. Project includes installation of approximately 15,200 LF of cured-in-place-pipe (CIPP) in existing sanitary sewer mains in the city from eight (8)-inch to eighteen (18)-inch in diameter and short sections of 24-inch and 30-inch mains at the city wastewater treatment plant. Work also includes replacement of defective sanitary sewer service connections, cleaning of sewer services, replacement of manhole steps and ring and cover assemblies, and installation of a sanitary manhole and limited sections of new 8-inch main. Complete sets of the contract documents may be obtained by remitting a non-refundable payment of $50.00 to HKM Engineering, Inc., 601 Nikles Dr, Suite 2, Bozeman, Montana. In addition, the Drawings and Project Manual may also be examined at the following locations: Plan Library/Builders Exchange 2016A Gilkerson Drive Bozeman, Montana 59715 (406) 586-7653 and Billings Builders Exchange 1643 Lewis Suite 205 Billings, Montana 59101 and Montana Contractor's Association 171711th Avenue Helena, Montana 59601 (406) 442-4162 There will be a pre-bid conference at City Engineer's Office, 20 E. Olive Street, Bozeman, Montana at 2:00 P.M. local time, on Wednesday, September 24,2003. Interested Contractors are encouraged to attend the pre-bid conference. CONTRACTOR's and any of the CONTRACTOR's subcontractors doing work on this project will be required to obtain registration with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the Department of Labor and Industry, P.O. Box 8011, 1805 Prospect, Helena, Montana 59604-8011. Information on registration can be obtained by calling 1-406-444-7734. CONTRACTOR's are not required to have registered with the DLI prior to bidding on this project, but must have registered prior to execution of the Construction Agreement. All laborers and mechanics employed by CONTRACTOR's or subcontractors in performance of the construction work shall be paid wages at rates as may be required by the laws of the City of Bozeman and the State of Montana. The CONTRACTOR must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin. Each Bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana, in an amount not less than Ten percent (10%) of the total amount of the Bid. Successful BIDDERS shall furnish an approved Performance Bond and a Labor and Materials Payment Bond, each in the amount of one hundred percent (1 00%) of the Contract amount. Insurance as required shall be provided by the successful Bidder(s) and a Certificate(s) of that insurance shall be provided. No bid may be withdrawn after the scheduled time for the public opening of bids, which is 2:00 P.M. local time October 7,2003. The right is reserved to reject any or all proposals received. to waive informalities, to postpone the award of the contract for a period not to exceed sixty (60) days, and to accept the lowest responsive bid which is in the best interest of the OWNER. The City of Bozeman is an Equal Opportunity Employer. Robin Sullivan Clerk of Commission The City of Bozeman Bozeman, Montana 59715 Legal Ad Publish: Sunday, September 7,2003 Sunday, September 21 , 2003 Sunday, September 28, 2003 ADVERTISEMENT FOR BID Separate sealed bids for construction of City of Bozeman 2003 West Side Sewer Rehabilitation Project will be received by Clerk of Commission at the office of Clerk of Commission, City Hall, 411 E. Main Street Bozeman, Montana, 59715 until 2:00 o'clock P.M. local time, Tuesday, October 7,2003, and then publicly opened and read thereafter. Project includes installation of approximately 15,200 LF of cured-in-place-pipe (CIPP) in existing sanitary sewer mains in the city from eight (8)-inch to eighteen (18)-inch in diameter and short sections of 24-inch and 30-inch mains at the city wastewater treatment plant. Work also includes replacement of defective sanitary sewer service connections, cleaning of sewer services, replacement of manhole steps and ring and cover assemblies, and installation of a sanitary manhole and limited sections of new 8-inch main. Complete sets of the contract documents may be obtained by remitting a non-refundable payment of $50.00 to HKM Engineering, Inc., 601 Nikles Dr, Suite 2, Bozeman, Montana. In addition, the Drawings and Project Manual may also be examined at the following locations: Plan Library/Builders Exchange 2016A Gilkerson Drive Bozeman, Montana 59715 (406) 586-7653 and Billings Builders Exchange 1643 Lewis Suite 205 Billings, Montana 59101 and Montana Contractor's Association 171711th Avenue Helena, Montana 59601 (406) 442-4162 There will be a pre-bid conference at City Engineer's Office, 20 E. Olive Street, Bozeman, Montana at 2:00 P.M. local time, on Wednesday, September 24, 2003. Interested Contractors are encouraged to attend the pre-bid conference. CONTRACTOR's and any of the CONTRACTOR's subcontractors doing work on this project will be required to obtain registration with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the Department of Labor and Industry, P.O. Box 8011, 1805 Prospect, Helena, Montana 59604-8011. Information on registration can be obtained by calling 1-406-444-7734. CONTRACTOR's are not required to have registered with the DLI prior to bidding on this project, but must have registered prior to execution of the Construction Agreement. All laborers and mechanics employed by CONTRACTOR's or subcontractors in performance of the construction work shall be paid wages at rates as may be required by the laws of the City of Bozeman and the State of Montana. The CONTRACTOR must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin. Each Bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana, in an amount not less than Ten percent (10%) of the total amount of the Bid. Successful BIDDERS shall furnish an approved Performance Bond and a Labor and Materials Payment Bond, each in the amount of one hundred percent (1 00%) of the Contract amount. Insurance as required shall be provided by the successful Bidder(s) and a Certificate(s) of that insurance shall be provided. No bid may be withdrawn after the scheduled time for the public opening of bids, which is 2:00 P.M. local time October 7,2003. The right is reserved to reject any or all proposals received, to waive informalities, to postpone the award of the contract for a period not to exceed sixty (60) days, and to accept the lowest responsive bid which is in the best interest of the OWNER. The City of Bozeman is an Equal Opportunity Employer. Robin Sullivan Clerk of Commission The City of Bozeman Bozeman, Montana 59715 Legal Ad Publish: Sunday, September 7, 2003 Sunday, September 21, 2003 Sunday, September 28, 2003 INVITATION TO BID Separate sealed bids for construction of the Rouse Sewer Trunk Line and Water Replacement Project will be received by the City of Bozeman at the office of Clerk of Commission, 411 East Main Street, Bozeman, Montana 59715 until 2:00 PM local time on Tuesday, September 9,2003, and then publicly opened and read aloud. The project generally consists of, but is not necessarily limited to, the following major items: Schedule 1: Installation of approximately 3,850 LF of 24" PVC Sanitary Sewer Pipe, from the intersection of Tamarack to approximately 150 feet south of Babcock Street and the installation of approximately 4,690 LF of 30" PVC Sanitary Sewer Pipe, from approximately 700 feet north of Griffin to Tamarack. Schedule 2: Relocation/lnstallation of existing water main as follows: · 1,090 LF of 14" Ductile Iron Pipe · 770 LF of 12" Ductile Iron Pipe . Including connections to the existing distribution of various pipe sizes. The contract documents consisting of full size Drawings and Project Manual may be examined or obtained atthe office of Morrison-Maierle, Inc., 901 Technology Blvd., Bozeman, Montana. Required deposit is $100.00 per set, which is not refundable, by regular mail or United Parcel Service (UPS). Payment of an additional $20.00 is required for express mail. In addition, the Drawings and Project Manual may also be examined at the following locations: City Engineer's Office Professional Building 20 East Olive Street Bozeman, Montana and the offices of the consulting engineer, Morrison-Maierle, Inc., located at: 901 Technology Blvd., Bozeman, Montana 910 Helena Avenue, Helena, Montana 1321 8th Avenue N, Great Falls, Montana 2020 Grand Avenue, Billings, Montana 1228 Whitefish Stage Road, Kalispell, Montana 306 West Railroad Street, Ste 105, Missoula, Montana There will be a Pre-Bid Conference at the City of Bozeman Engineering Office at 2:00 PM local time on Thursday, August 21,2003. Interested CONTRACTORS are strongly encouraged to attend. A tour of the project site will be conducted after the meeting. CONTRACTORS and any of the CONTRACTOR'S subcontractors doing work on this project will be required to obtain registration with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the Department of Labor and Industry, P.O. Box 8011 , 1805 Prospect, Helena, Montana 59604-8011. Information on registration can be obtained by calling 1-800-556- 6694. CONTRACTORS are required to have registered with the DLI prior to bidding on this project. All laborers and mechanics employed by CONTRACTOR( s) or subcontractors in performance of the construction work shall be paid wages at rates as may be required by the laws of the United States and the state of Montana in accordance with the schedule of Davis-Bacon prevailing wage rates established by the United States Department of Labor and lor the schedule of Montana Prevailing Wage Rates established by the Montana Department of Labor and Industry include in the Project Manual. 00020 - 1