15
I:\15-0000\15-0103 New Dining Hall\Waterline\Addendum to Bid Documents\New folder\15 0103 Waterline REVISED Addendum1.doc CAMPUS PLANNING, DESIGN & CONSTRUCTION Sixth Avenue and Grant Street P.O. Box 172760 Bozeman, Montana 59717-2760 Phone: (406) 994-5413 Fax: (406) 994-5665 REVISED ADDENDUM NO. 1 - OUTLINE AND SUMMARY INFORMATION Project Name: Faculty Court Waterline Installation PPA No.: 15-0103 Date: 6/29/16 To: All Plan Holders of Record The Plans and Specification prepared by TDH Engineering, 234 E Babcock, Ste.3, Bozeman, MT 59715, 406/586-0277 dated June 13, 2016 shall be clarified and added as follow. The bidder proposes to perform all the following clarifications or changes. It is understood that the Base Bid shall include any modification of Work or Additional Work that may be required by reason of the following change or clarifications. The Bidders are to acknowledge the receipt of this Addendum by inserting its number and date into their Bid Forms. Failure to acknowledge may subject the Bidder to disqualification and rejection of the bid. This Addendum forms part of the Contract Documents as if bound therein and modifies them as follows: I. AMENDMENTS TO THE PROJECT MANUAL A. Addendum 1 Exhibit 1 from TDH Engineering Revisions to Specifications Section 01011 Measurement & Payment B. REVISED Bid Proposal C. Additional Specification Section 01000 Special Procedures II. GENERAL INFORMATION A. See attached Exhibit 2, clarifications to all questions submitted from the Pre-Bid Conference III. ATTACHMENTS A. Exhibit 1 B. Revised Bid Proposal C. Section 01000 Special Procedures D. Exhibit 2

REVISED ADDENDUM NO. 1 - OUTLINE AND SUMMARY · PDF fileI:\15-0000\15-0103 New Dining Hall\Waterline\Addendum to Bid Documents\New folder\15 0103 Waterline REVISED Addendum1.doc CAMPUS

Embed Size (px)

Citation preview

I:\15-0000\15-0103 New Dining Hall\Waterline\Addendum to Bid Documents\New folder\15 0103 Waterline REVISED Addendum1.doc

CAMPUS PLANNING, DESIGN & CONSTRUCTION Sixth Avenue and Grant Street P.O. Box 172760 Bozeman, Montana 59717-2760

Phone: (406) 994-5413 Fax: (406) 994-5665

REVISED

ADDENDUM NO. 1 - OUTLINE AND SUMMARY INFORMATION

Project Name: Faculty Court Waterline Installation PPA No.: 15-0103 Date: 6/29/16

To: All Plan Holders of Record

The Plans and Specification prepared by TDH Engineering, 234 E Babcock, Ste.3, Bozeman, MT 59715, 406/586-0277

dated June 13, 2016 shall be clarified and added as follow. The bidder proposes to perform all the following clarifications

or changes. It is understood that the Base Bid shall include any modification of Work or Additional Work that may be

required by reason of the following change or clarifications.

The Bidders are to acknowledge the receipt of this Addendum by inserting its number and date into their Bid

Forms. Failure to acknowledge may subject the Bidder to disqualification and rejection of the bid. This

Addendum forms part of the Contract Documents as if bound therein and modifies them as follows:

I. AMENDMENTS TO THE PROJECT MANUAL

A. Addendum 1 Exhibit 1 from TDH Engineering

Revisions to Specifications Section 01011 Measurement & Payment

B. REVISED Bid Proposal

C. Additional Specification Section 01000 Special Procedures

II. GENERAL INFORMATION

A. See attached Exhibit 2, clarifications to all questions submitted from the Pre-Bid Conference

III. ATTACHMENTS

A. Exhibit 1

B. Revised Bid Proposal

C. Section 01000 Special Procedures

D. Exhibit 2

ADDENDUM NO. 1 FOR

FACULTY COURT WATERLINE INSTALLATION PPA No. 15-0103

BOZEMAN, MONTANA 6.29.16

TO PROSPECTIVE BIDDERS: The provisions of this addendum shall apply to and be a part of the contract documents for construction of the above stated project. The Bid Documents are hereby amended and clarified as follows: SEE ATTACHED REVISED BID PROPOSAL Changes to Bid Proposal Replace - #9 – 8” Gate Valve – EA – 2 with - #9 – 8” Gate Valve – EA – 3 (note: location of additional valve to be located between two proposed hydrants, exact location to be determined after bid is awarded.) Replace - #18 – Remove and Replace Sign – EA – 1 with - #18 – Remove and Replace Sign – EA – 3 Add - #21 – 8” 90 Degree Bend – EA – 2 SECTION 01011 – MEASUREMENT AND PAYMENT 2. BID ITEMS. Replace - 6, 8, 9. New Pipe: General: This bid item shall include the installation of water pipe for each type and size

shown in the Project Drawings. Work Included: All labor, tools, equipment, materials, royalties and incidentals necessary to complete the work as specified; Provide all equipment, tools and materials for conducting all testing, disinfection and repairs required; Trench excavation and native backfill, including clearing and grubbing, topsoil stripping and replacement, trench support by shoring, bracing or other approved method, dewatering, backfill, compaction, final grading and cleanup, gradation and compaction tests as specified herein; Removal and replacement of barriers, such as fences and landscape features along the trench alignment; Furnish and install all Type 1 bedding; Furnish and install all Type 2 bedding if necessary; Fine grading of trenching outside the curb lines; Furnish and install all main line pipe, including couplings, corrosion protection, lubricants, gaskets and appurtenances not included in other bid items; Furnish and install on water mains all thrust blocks, mechanical joint restraints, restraint gaskets, MJ follower glands, locating orbs and bolts; Furnish and install polyethylene encasement on all water lines; Furnish insulation; Provide and install all materials for temporary water supply to residences and businesses impacted by construction. Includes all coordination with parties involved; Testing, cleaning and disinfection of the water main; Testing of sanitary sewer and storm drain mains; Remove and dispose of any excess material generated by trenching operations; Exploratory excavation to locate existing water lines, services, sewers, storm drains, or any other utility or unknown items; Furnish and install in-line wyes, plugs and all fittings for sewer services; Furnish corporation stop, curb stop, couplings, tapping equipment; Reinstall services to new main; Cleanup; Loading, hauling and placing water for compaction and dust control; Crossings, over or under existing or new utilities; Utility relocations as required to facilitate pipe installation.

EXHIBIT 1

Measurement: Measurement shall be by the linear foot of new pipe installed, including the length of all in-line valves and fittings. Measurement will be made from centerline to centerline between connections to existing or different sizes or classes of pipe or to the end cap where applicable. The measurement shall be along the centerline of the new pipe and shall be rounded to the nearest one foot.

Payment: Payment shall be made at the contract unit price bid per linear foot for each type and size of new pipe installed and approved. Payment for new pipe will be made only after all work in this section is complete including all required testing and disinfection.

With - 6, 8, 9, 21. New Pipe: General: This bid item shall include the installation of water pipe for each type and size

shown in the Project Drawings. Work Included: All labor, tools, equipment, materials, royalties and incidentals necessary to complete the work as specified; Provide all equipment, tools and materials for conducting all testing, disinfection and repairs required; Trench excavation and native backfill, including clearing and grubbing, topsoil stripping and replacement, trench support by shoring, bracing or other approved method, dewatering, backfill, compaction, final grading and cleanup, gradation and compaction tests as specified herein; Removal and replacement of barriers, such as fences and landscape features along the trench alignment; Furnish and install all Type 1 bedding; Furnish and install all Type 2 bedding if necessary; Furnish and install all Flowable fill if necessary; Fine grading of trenching outside the curb lines; Furnish and install all main line pipe, including couplings, corrosion protection, lubricants, gaskets and appurtenances not included in other bid items; Furnish and install on water mains all thrust blocks, mechanical joint restraints, restraint gaskets, MJ follower glands, locating orbs and bolts; Furnish and install polyethylene encasement on all water lines; Furnish insulation; Provide and install all materials for temporary water supply to residences and businesses impacted by construction. Includes all coordination with parties involved; Testing, cleaning and disinfection of the water main; Testing of sanitary sewer and storm drain mains; Remove and dispose of any excess material generated by trenching operations; Exploratory excavation to locate existing water lines, services, sewers, storm drains, or any other utility or unknown items; Furnish and install in-line wyes, plugs and all fittings for sewer services; Furnish corporation stop, curb stop, couplings, tapping equipment; Reinstall services to new main; Cleanup; Loading, hauling and placing water for compaction and dust control; Crossings, over or under existing or new utilities; Utility relocations as required to facilitate pipe installation.

Measurement: Measurement shall be by the linear foot of new pipe installed, including the length of all in-line valves and fittings. Measurement will be made from centerline to centerline between connections to existing or different sizes or classes of pipe or to the end cap where applicable. The measurement shall be along the centerline of the new pipe and shall be rounded to the nearest one foot.

Payment: Payment shall be made at the contract unit price bid per linear foot for each type and size of new pipe installed and approved. Payment for new pipe will be made only after all work in this section is complete including all required testing and disinfection.

MSU Bid Proposal Long Form 098

CAMPUS PLANNING, DESIGN & CONSTRUCTION Sixth Avenue and Grant Street PO Box 172760 Bozeman, Montana 59717-2760

Phone: (406) 994-5413 Fax: (406) 994-5665

ADDENDUM 1

REVISED BID PROPOSAL

New Dining Hall – Faculty Court Waterline Installation

PPA No. 15-0103 TO: State of Montana Montana State University Campus Planning, Design & Construction Attn: Rebecca Barney, Contract Administrator Plew Building, 6th & Grant, PO Box 172760 Bozeman, Montana 59717-2760 Prospective Bidders: The undersigned, having familiarized themselves with the Contract Documents, site, location, and conditions of the Work as prepared by TDH Engineering, 234 East Babcock Suite 3, Bozeman,

Montana 59715, 406/586-0277, and Faure Halvorson Architects, 1425 W. Main Street, Suite A,

Bozeman, Montana 59715, 406/587-1204, by submission of this Bid Proposal, hereby agrees to provide all materials, systems, equipment and labor necessary to complete the Work for the total sum as follows:

Item # Description Units Quantity Unit Price Total Amount

1 Mobilization LS 1

2 Landscaping LS 1

3 Protect existing utilities overhead and underground

LS 1

4 Demolition (Concrete, curb, asphalt)

LS 1

5 Traffic Control LS 1

6 8” Ductile Iron Pipe LF 791

7 8”x6” Tee EA 2

8 8” 22.5 Degree Bend EA 1

9 8” Gate Valve EA 3

10 Fire Hydrant Assembly EA 2

11 Connection to existing water main

EA 2

12 Asphalt Pavement (3” Thick) SY 504

13 1.5” Minus Crushed Base (15” Thick)

SY 504

14 Geotextile SY 504

15 Curb & Gutter LF 12

MSU Bid Proposal Long Form 098

16 Sidewalk SF 705

17 Driveway Approach SF 211

18 Remove & Replace Sign EA 3

19 Yellow Paint LF 18

20 Yellow Paint Symbol EA 1

21 8” 90 Degree Bend EA 2

BASE BID: and ______ /100 DOLLARS (ALPHA notation) $

(NUMERIC notation) This bidder acknowledges receipt of the following addenda: ADDENDUM No.: Dated: ADDENDUM No.: Dated: ADDENDUM No.: Dated:

By signing below, the bidder agrees to all terms specified and AGREES TO fulfill the requirements of the CONTRACT in strict accordance with the bidding documents. Company Name: Signature: Print Name: Title: Business Address: Construction Contractor Registration No.: Phone No.: Fax No.: Email: Date.:

MSU Modular Waterline Relocation Special Procedures PPA #15-0103 Section 01000-1

CONSTRUCTION SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS SECTION 01000 SPECIAL PROCEDURES 1. GENERAL 1.1 Description of Work Work to be performed under this contract includes construction of a new water main extension from an existing water main located near the new parking garage and an existing main in the Faculty Court area. The project generally includes the excavation, grading, paving, and construction of the new water main. In addition to pipe installation, asphalt, aggregate base course, and concrete sidewalk and curb, the project also includes landscaping. All work shall be done in strict accordance with the requirements of the contract documents. 2. GOVERNING SPECIFICIATIONS The governing specifications for the work are:

The Montana Public Works Standard Specifications (MPWSS), Sixth Edition, 2010 (Excluding Part 4 of each section, Measurement and Payment)

The City of Bozeman Modifications to MPWSS and addenda. While the Campus of Montana State University (MSU) is not required to follow City of Bozeman standards, this project and contract are adopting their standard specifications, by reference, for consistency with surrounding infrastructure and street improvements except were the plans, measurement and payment, or these special provisions specifically mention otherwise.

Copies of the above documents will not be furnished to bidders and/or Contractors by the Owner or Engineer. 3. COORDINATION AND PROGRAMMING OF WORK 3.1 Coordination with Montana State University. The Contractor shall take into consideration the operating requirements of MSU and carefully coordinate all work activities with the needs and requirements of MSU. Connection to the existing sewer, water, storm drain, and irrigation mains cannot be made without notification and express approval of MSU as to when and how the connections will be made. The Contractor shall schedule the work at least two weeks in advance and complete the work in such a manner as to avoid interruption of service to MSU. The Contractor shall pay all fees required by MSU for connection to existing utilities, operation of valves, etc. 3.2 Field Engineering.

MSU Modular Waterline Relocation Special Procedures PPA #15-0103 Section 01000-2

A. Promptly notify Engineer of discrepancies discovered. B. Verify set-backs and easements; confirm drawing dimensions and elevations. C. Protect survey control points prior to starting site work; preserve permanent reference

points during construction. D. Promptly report to Engineer loss or destruction of reference point or relocation

required because of changes in grades or other reasons. E. Replace dislocated survey control points based on original survey control. Make no

changes without prior written notice to Engineer. 4. WARRANTY A warranty is required for this project and can be found in the General Conditions of the Contract for Construction. 5. PRECONSTRUCTION CONFERENCE After the contract has been awarded, but before the start of construction, a preconstruction conference will be held for the purpose of discussing requirements on such matters as project supervision, on-site inspection, progress schedules and reports, payrolls, payment to contractors, contract change orders, insurance, safety, and any other items pertinent to the project. The Contractor shall arrange to have all supervisory personnel, a representative from each of the affected utility companies connected with the project on hand to meet with a representative of the Owner to discuss the project and any problems anticipated. 6. EXISTING UTILITY MEETING Note that not all utilities are shown on the plans or that utilities shown may extend beyond what is shown. Prior to beginning work, the Contractor shall be responsible to call in a utility locate and coordinate existing utility locations. 7. TRAFFIC CONTROL 7.1 General. The Contractor shall at all times conduct his operations so that there is a minimum interruption in the use of any road affected by the work. Exact procedures in this respect shall be established in advance of construction with the Engineer. Barricade function, design and construction shall conform to the latest edition of the Manual on Uniform Traffic Control Devices and the Standard Specifications for Road and Bridge Construction of the State Highway Commission of Montana, latest edition. The Contractor shall be required to prepare a detailed TRAFFIC CONTROL PLAN to address the methods and means of controlling and detouring. The plan shall include specific details on traffic detours and estimated duration of the closures. Details of signing, barricades, flagging and other traffic control devices shall be included, and the TRAFFIC CONTROL PLAN shall be approved by

MSU Modular Waterline Relocation Special Procedures PPA #15-0103 Section 01000-3

the Engineer or a designated representative prior to construction. 7.2 Traffic Access. Construction work shall be programmed by the Contractor so that local traffic will have continuous access within one block of any given property. It shall be the responsibility of the Contractor to notify all residents in the area of programmed work of street closures, parking requirements and restriction, and any other conditions, a minimum of twenty-four (24) hours prior to beginning work within the affected area. All signing, barricades and other traffic control measures shall be provided by the Contractor. Phasing shall be done such that at no time will access to the loading doors of the fieldhouse be blocked. One of these entrances shall be accessible at all times. 7.3 Warning Signals. All streets, roads, highways and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed, mounted or affixed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations within the construction area shall be provided with suitable barriers, signs and lights to the extent that adequate public protection is provided. All abrupt grade changes greater than one inch which traffic is required to pass over, and obstructions, including but not limited to material stockpiles and equipment, shall be similarly protected. All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be illuminated from sundown to sunrise. 8. PERMITS, LICENSES, AND FEES The Contractor shall procure and pay for all fees, permits, licenses and bonds necessary for the prosecution of the work and/or required by Municipal, State and Federal regulations, laws, and ordinances including those that pertain to permits for transportation of materials and equipment, blasting, or other operations which are not a specific requirement of these specifications. All costs related to fees, permits, licenses and bonds shall be merged and included in the Contractor's bid price for the related work. 9. INSPECTION BY PUBLIC OFFICIALS Authorized representatives of the Owner, County, City, State, and the Montana Department of Environmental Quality shall have access to the work wherever it is in preparation or progress. The Contractor shall provide proper facilities, equipment, and safety measures required for safe access and inspection by authorized representatives of these agencies. 10. PROTECTION OF ADJACENT IMPROVEMENTS The Contractor shall retain and protect all adjacent improvements not called for removal on the drawings or specifications. The Contractor shall restore all damaged items to preexisting

MSU Modular Waterline Relocation Special Procedures PPA #15-0103 Section 01000-4

conditions at no cost to the Owner. 11. MATERIAL STORAGE SITES. The Contractor shall select and procure material storage sites. Permission to store materials on private property shall be secured in writing, with a copy provided to the Project Engineer. Pipe may be strung for each phase of work in advance of construction, and shall not block driveways, sidewalks or pedestrian or vehicular access. Secure all pipe sections against entrance of foreign material to pipe interior. 12. USE OF EASEMENTS AND ADJOINING PROPERTY The Contractor shall contain all of his construction operations within the Garfield Street Corridor and easements unless written approval is secured from the Owner of the adjoining property. Such written permission shall be submitted to the Engineer. The Contractor shall place lath or other suitable markers at the edge of easements to show workmen the limits they must stay within. 13. LOCATE EXISTING UTILITIES The vertical and horizontal location of existing utilities are approximate. Locations shown on the plans are based on existing drawings and approximate locations provided by the Owner. The actual vertical and horizontal locations may be substantially different than shown on the drawings. The Contractor shall carefully and accurately locate all existing utilities, both horizontally and vertically, prior to beginning excavation for installation of new water mains and service connections. Existing mains shall be accurately located at intervals not to exceed 100 feet throughout the work area. The Contractor shall utilize exploratory excavations, electronic and magnetic pipe locating equipment and any other equipment he deems necessary for accurate location of existing utilities. New utilities shall be adjusted to tie to the existing utilities or miss existing lines as necessary. All grade adjustment shall be approved by the Owner and Engineer prior to construction. 14. SURVEYS 14.1 Survey Markers and Monuments. The Contractor shall carefully protect from disturbance all monuments, property pins, block corners and other survey monuments or markers. If the markers are specifically called out for removal and replacement on the drawings, the Contractor shall notify the Owner in writing at least 10 days in advance of the marker or monument being removed. The Owner shall arrange and pay for the proper referencing of the monument prior to removal and for its proper installation after trenching and backfill are completed by the Contractor. The Contractor shall use extreme care to protect all reference points during construction. Any survey marker or monument that is disturbed or destroyed by the Contractor without specific written approval of the Owner, shall be replaced at the Contractor's expense by a licensed land surveyor.

MSU Modular Waterline Relocation Special Procedures PPA #15-0103 Section 01000-5

14.2 Construction Surveys. The Owner shall provide an offset stake line with stakes at each sewer manhole and sewer service, each fire hydrant, water service and no closer than 100 feet apart for each water line. The location of valves and fittings shall also be staked. The Owner shall provide an offset stake to the centerline of roadway no closer than 50 feet apart and curb stakes at PC’s, PT’s, grade breaks, and every 25’ longitudinally. Stakes will be set to centerline of road elevation. The Contractor is also responsible for preserving and protecting the installed stakes at all times during the construction period. Any stakes obliterated, removed, or otherwise lost during construction shall be replaced by the Contractor at the Contractor's expense. The Contractor shall notify the Owner at least 4 calendar days in advance of the date any staking is required. 14.3 Survey Errors. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. 15. WATER POLLUTION CONTROL Water originating from trench de-watering, flushing, or disinfection shall not be discharged to surface waters without meeting the requirements of the Water Quality Bureau of the Montana Department of Environmental Quality and the Montana Department of Fish, Wildlife, and Parks. The Contractor shall obtain all necessary permits and shall follow permits and perform all treatment required by the conditions of the permits and agencies. All costs related to furnishing and installing BMPs and any required treatment of the water shall be merged and included in the applicable related contract prices for related work. 16. SAFETY In accordance with generally accepted construction practices and the requirements of the Occupational Safety and Health Administration Standards, the Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property affected directly or indirectly by his operations during the performance of the work. This requirement will apply continuously 24 hours per day until acceptance of the work by the Owner and shall not be limited to normal working hours. The duty of the Engineer or Owner to conduct construction review of the Contractor's performance is not intended to include review of the adequacy of the Contractor's safety measures in, on or near the construction site. 16.1 Warning Signs, Barricades, and Fencing. The Contractor shall provide adequate signs, barricades, red lights and watchmen and take all necessary precautions for the protection of the work and the safety of the public. All barricades and obstructions shall be protected at night by suitable signal lights which shall be kept burning from sunset to sunrise. Barricades shall be of

MSU Modular Waterline Relocation Special Procedures PPA #15-0103 Section 01000-6

substantial construction and shall be painted such as to increase their visibility at night. Suitable warning signs shall be so placed and illuminated at night as to show in advance where construction, barricades, or detours exist. Temporary, six-foot high, chain link fencing shall be placed around the entire project site, with up to five gaps to allow pedestrian travel from the north side of Garfield Street to the south side of Garfield Street. Gap locations shall be determined by MSU personnel and must be adjustable though out the construction project at the Owners direction. 16.2 Sanitary Sewers. The Contractor shall inform all personnel working for him that entry to any sanitary sewer manhole always poses a safety and health hazard, particularly with regard to poisonous and/or explosive gases. Such personnel shall be trained and instructed in the proper techniques and procedures to be used when entering and working in sanitary sewer manholes. The Contractor shall furnish the necessary safety equipment to implement these techniques and shall insist on his personnel wearing their safety gear when entering or working in manholes. A safety program and procedures shall be developed and used in accordance with the Occupational Safety and Health Act (O.S.H.A.). At no time will any person be allowed to enter a manhole without another person assisting from outside at the top. 17. SANITARY PROVISIONS The Contractor shall provide and maintain such sanitary accommodations for the use of his employees and those of this subcontractors as may be necessary to comply with the requirements and regulations of the local Department of Health and the Montana Department of Environmental Quality. 18. DISPOSAL, EROSION, WATER POLLUTION, AND SILTATION CONTROL. The Contractor is responsible for proper disposal of all waste soils and materials unless otherwise directed herein. Where waste materials are disposed on private property not owned by the Contractor, evidence of property owner’s written permission shall be obtained and provided to the Owner. Contractor shall comply with all local, state, and federal laws and regulations pertaining to erosion control, fill in wetlands, and floodplains. The Contractor shall dispose of all refuse and discarded material in an approved location. The Contractor shall exercise every reasonable precaution throughout the life of the project to prevent pollution or siltation of rivers, streams or impoundments. Pollutants such as chemicals, fuels, lubricants, bitumens, raw sewage, and other harmful wastes shall not be discharged into or alongside of rivers, streams, impoundments or into natural or manmade channels leading thereto. In addition, the Contractor shall conduct and schedule his operations to avoid muddying or silting of rivers, streams or impoundments. The Contractor shall meet the requirements of the applicable regulations of the Department of Fish, Wildlife and Parks, Department of Environmental Quality and other State or Federal regulations relating to the prevention or abatement of water pollution and siltation. The Contractor’s specific attention is directed to the Montana Water Pollution Control Act and the

MSU Modular Waterline Relocation Special Procedures PPA #15-0103 Section 01000-7

Montana Stream Preservation Act. The Owner shall be responsible for obtaining any required discharge permits associated with erosion control and groundwater dewatering operations. Contractor’s responsibility shall include all adhering to the permit requirements, implementing and maintain BMP’s, cleanup, restoration, etc., of any detention or discharge areas, and any required incidentals. 19. TESTING RESPONSIBILITY. The following summarizes responsibilities for testing and payment of testing costs. Any items not specifically listed herein but specified elsewhere in the contract documents are considered the responsibility of the Contractor and shall be conducted and paid for by the Contractor at no additional cost to the Owner. 19.1 Density Testing. Periodic density quality assurance tests of bedding, backfill, base course and finish course will be performed by the Owner’s Representative at no cost to the Contractor. 19.2 Concrete Slump and Air Testing. Concrete quality assurance tests for slump and air content will be performed by the Owner’s Representative at no cost to the Contractor. 19.3 Concrete Compression Testing. Quality Assurance concrete compression test cylinders will be taken by the Owner’s Representative and shipped to and tested by a testing laboratory at no cost to the Contractor. 19.4 Gradations and Quality Control. Bedding material and gravel road aggregates, gradations and quality control tests are to be provided by the Contractor at the contractor’s expense. 19.5 Mix Designs. Concrete mix designs and aggregate quality tests are to be provided by the Contractor at the Contractor’s expense. 19.6 General Quality Control. Any Quality Assurance testing completed by the Owner’s Representative does not relieve the Contractor from the requirements of performing the Quality Control testing necessary to ensure compliance with the plans and specifications. 20. UNDERGROUND UTILITIES. The location of underground utilities as shown on the drawings is approximate and the Owner and Engineer assume no responsibility for determining the exact location. The Contractor shall be responsible for contacting the related utility agency and determining the location prior to beginning construction in a given area. The Contractor shall notify the utility agency in writing of his construction schedule, request their assistance in making accurate locations and shall furnish a copy of the notice to the Owner. Copies of all written information provided by the utility shall be promptly delivered to the Owner and Engineer by the Contractor. The Montana One Call system may be utilized for utilities that participate in that system.

MSU Modular Waterline Relocation Special Procedures PPA #15-0103 Section 01000-8

Utilities of record are shown on the construction plans insofar as it is possible to do so. Failure of the Owner or Engineer to show the existence of subsurface objects or installations on the plans shall not relieve the Contractor from his responsibility to make independent check on the ground, nor relieve him from all liability for damages resulting from his operations. The Contractor is solely responsible for any damage done. See Item 6. for additional information on existing utilities. The Contractor shall protect from damage private and public utilities, including telephone and telegraph lines, power lines, sewer and water lines, railroad tracks, controls, appurtenances, cable television, natural gas, traffic signals and similar facilities. 21. SHOP DRAWINGS AND OPERATION AND MAINTENANCE MANUALS. Shop drawings shall be submitted for Engineer approval prior to ordering any materials. Shop drawings shall be submitted for all materials to be installed. END OF SECTION

FACULTY COURT WATERLINE INSTALLATION

PPA No. 15-0103

BOZEMAN, MONTANA

PRE-BID MEETING CLARIFICATION RESPONSES

Question: Bid Item #9-8” Gate Valve 2 EA - Should it be 1 EA 8” Valve and 1 EA 6” Valve? o Response: Bid form is correct, (2) 8" valves, plans show a 6" valve with reducer,

should be an 8" valve with the reducer east of the valve on the existing 6” line. Question: Size of water lines to reconnect (2 EA)?

o Response: 2” copper connection to greenhouse and 3” copper connection to Forestry Science Lab.

Question: Do we need to provide temporary water to building during shutdown? o Response: Shutdown is anticipated to last one day, so no temporary water required.

Question: It is anticipated that all of the curb along 7th will need to come out, along with the entire sidewalk due to the size of the trench.

o Response: The intent was to leave all curb in place and remove and replace SW as necessary to do this, bid quantities reflect this. If the alignment of the water line needs to be adjusted slightly to accomplish this coordinate with the engineer.

Question: There are more signs to replace than shown on the plans. o Response: Sign quantities have been adjusted. Additional signs that require

replacement will be paid at the bid line item price. Question: All contractors are asking to pay for Protect existing utilities overhead and

underground as EA, instead of LS. o Response: This line item will be paid as Lump Sum. There may be additional utilities

that are not marked that will need to be included within this price. Question: Need to verify with you that contractor will do their own survey for construction

staking. TD&H will do the testing/construction oversight. Does the contractor need to do any testing on their end?

o Response: Specifications state that the owner is responsible to do construction staking and testing, contractor will be responsible for any re-staking they damage or retesting if required. Contractor is required to construct the project per plans and specs. Testing and inspection by TD&H is on the owners behalf only. Additional testing and inspection may be provided by the contractor as well.

Question: Are there control wires with the irrigation lines that run down the East side of S.7th Ave?

o Response: Yes, there are wires with the line. Coordinate with MSU. They will handle the temporary shutdown of the line.

Question: Are there irrigation lines in field to the West of 7th? o Response: Yes, they will be crossing multiple 2” laterals. Coordinate to have MSU

locate them. Question: Do we want to limit the width of trench through the field?

o Answer: The appropriate soccer field has been closed down for the excavation of the waterline. This will allow adequate space for the waterline to be installed.

Question: Who do you want to fix the irrigation lines that will be broken/damaged during the project? MSU or the contractor?

EXHIBIT 2

o Answer: MSU would like to have the contractor do the digging 1’ of undamaged pipe exposed on either side of the trench, MSU will do the pipe repair and the contractor will backfill.

Question: The hedge that is between Faculty Court and they Forest Service Building will have a portion of it removed to install the waterline.

o Answer: Take out the section in one solid piece, keeping the roots as intact as possible, set it aside and put it back in place when done. MSU would like to have the hedge row intact when the project is completed.

Question: West end connection to existing (Sta 1+10)-What are we connecting to here? o Answer: An existing T with a cap on the east leg is in place to connect the new 8”

valve to. Question: How will the new line be tested?

o Answer: It is the contractor’s responsibility to adequately be able to test and flush the line. Temporary blow offs may be necessary.

Question: How will grass restoration be handled, seed or sod? o Answer: It is the contractor’s responsibility to reclaim the sod to existing conditions,

via seeding or sod. If seeding is selected it is the contractor’s responsibility to adequately establish the seed back to existing conditions.

Question: Asphalt pay limits? o Answer: Pay limits are shown on N 7th and it is intended to replace all of the asphalt

on the E/W entrance, bid quantities reflect this. Question: Restoration from station 4+57 to 5+70?

o Answer: Area to be restored to existing conditions. Coordinate irrigation with MSU. Question: Pipe deflection?

o Answer: The intent is to have no single joint deflection greater than 3°. Question: Mechanical restraints or thrust blocks?

o Answer: Either is acceptable.