Loading...
HomeMy WebLinkAboutLyman Creek Water System Infrastructure Improvements Invitation to Bid 00100 - Page 1 of 3 \\laserfiche\DataVol2\Originals\Document Creation\Bids\2009 Bids\2009 Lyman Creek Water Infrastructure\Lyman Bid Ad.doc May 29, 2009 CITY OF BOZEMAN, MONTANA INVITATION TO BID Lyman Creek Water System Infrastructure Improvements Sealed bids for construction of the Lyman Creek Water System Infrastructure Improvements will be received by the City of Bozeman at the office of the City Clerk, 121 North Rouse, Suite No. 102 Bozeman, Montana until 2 p.m. local time on June 23, 2009, and then publicly opened and read aloud. The project generally consists of, but is not necessarily limited to, the following major items: Schedule 1: Lyman Creek Spring Collection Improvements: Construction of a spring collection system which includes, installation of approximately 300 LF of 12” of HDPE or PVC pipe, an overflow measurement vault and an overflow pipe. Schedule 2: Lyman Creek Treatment and Storage Improvements: Construction of upgraded treatment and storage components including, installation of upsize piping, sodium hypochlorite disinfection, hydrofloursilic acid (flouride), and propane heat in the Inlet Control Building, and level monitoring in the storage reservoir. Upsized piping in the Inlet Control Building includes new 12” piping with fittings, a pressure reduction valve, a flow control valve with metering, combination air valves, and appurtenances. Chemical system improvements include new storage tanks, chemical feed pumps, piping, fittings, valves, and injection assemblies. Level monitoring improvements to the reservoir include a level tranducer, a festoon system, cable, junction boxes, and conduit. Electrical and controls will be provided for the new and upgraded components. Schedule 3: Sourdough Reservoir – Valve Replacement: Replace two, 24-inch gate valves, an 18- inch gate valve , a 24-inch butterfly valve, remove a 24x18-inch tee and replace with a 24x18-inch reducing bend and cap the existing 24-inch main line. The contract documents consisting of half size Drawings and Project Manual may be examined or obtained at the office of Morrison-Maierle, Inc. 2880 Technology Blvd. West, 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: • Bozeman City Engineers Office, Al Stiff Professional Building, 20 East Olive, 00100 - Page 2 of 3 \\laserfiche\DataVol2\Originals\Document Creation\Bids\2009 Bids\2009 Lyman Creek Water Infrastructure\Lyman Bid Ad.doc May 29, 2009 Bozeman, Montana, • Builder’s Exchanges located in Bozeman, Billings, Butte, Great Falls, Helena, Kalispell and Missoula. There will be a Pre-Bid Conference at the Lyman Creek Water Treatment Plant at 2 p.m. local time on June 9, 2009. 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 /or 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 must be accompanied by Bid security made payable to the City of Bozeman in an amount of ten percent (10%) of Bidder’s maximum Bid price and in the form of cash, a cashier's check, certified check, bank money order, or bank draft, in any case drawn and issued by a national banking association located in Montana or by any banking corporation incorporated under the laws of Montana; or a Bid Bond on the form included in the contract documents issued by a surety authorized to do business in Montana meeting the requirements of paragraphs 5.01 and 5.02 of the General Conditions. Bid Bonds shall be countersigned by a Resident Montana Agent. 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 (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. 00100 - Page 3 of 3 \\laserfiche\DataVol2\Originals\Document Creation\Bids\2009 Bids\2009 Lyman Creek Water Infrastructure\Lyman Bid Ad.doc May 29, 2009 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. By: Stacy Ulmen City of Bozeman City Clerk 121 North Rouse Bozeman, Montana 59715 Publication Dates: May 31, 2009, June 14, 2009