Loading...
HomeMy WebLinkAboutCK May Bid submission SANDE RSON t& STEWART �� September 4, 2020 PROJECT 5th Avenue Sanitary Sewer Bozeman,Montana PROJECT NO. 18098.10 ADDENDUM NO. ONE The following changes shall be noted by all interested bidders and shall be made part of the Contract Plans and Specifications. A signed original,e-mail, or facsimile photocopy of this Addendum will be acceptable to include with the bid documents. 1. BID FORM Revisions have been made to the bid form to reflect the clarifications listed under section 2 of this addendum.Additional details pertaining to specific bid items are listed below. • Item 202 —The description for "Traffic Control" was modified to "Traffic Control (excluding Tamarack intersection)". The Schedule I project may need to provide traffic control in Tamarack to install MH8. If the traffic control is already set up for this work,they may extend the piping further north to get out of the intersection. If the Schedule I Contractor extends the piping then traffic control will not be needed at the Tamarack intersection. A separate bid item has been added for traffic control in Tamarack as Item A1-3 if the pipe is not extended under Schedule I. See below. • Item 206 —The description for "Asphalt Removal and Restoration"was modified to "Asphalt Removal and Restoration (excluding Tamarack intersection)". Similar to the Item 202 above, the Schedule I Contractor may extend the sanitary sewer main through the Tamarack intersection. If so, the Asphalt Removal and Restoration will not be needed at the intersection. A separate bid item has been added for the asphalt removal and restoration in the Tamarack Intersection as Item A1-4 if the pipe is not extended under Schedule I. See below. Assume the restoration under Item 206 will extend to the north curb line in Tamarack. • Item 213 —Description was modified to change the 12-inch water main lowerin to an 8-inch water main lowering to reflect the actual pipe lowering size. PA8098.10 Addendum_0ne_090320 ADD-ONE Page 1 of 3 • Item Al-1 —Flowable Fill Oak Street—This item has been added for flowable fill in Oak Street. • Item A1-2 — Flowable Fill Tamarack Intersection — This item has been added for flowable fill in the Tamarack Street intersection. • Item A1-3 — Traffic Control Tamarack Intersection (see explanation for Item 202 above) • Item A1-4 — Asphalt Removal and Restoration — Tamarack Intersection (see explanation for Item 206 above) revised bid form is provided with this addendum and the revised bid items are highlighted A in grey with bold text. Replace the original bid form with the attached revised bid form and write in your bid on the updated form for submission. 2. ADDITIONAL CLARIFICATIONS The following additional clarifications are provided for questions asked prior to, during, and after the pre-bid meeting on September 3, 2020. • Replace Prevailing Wage Rates for Highway Construction with Prevailing Wage Rates for Heavy Construction (attached to this addendum). • The Engineer will provide the construction staking at no cost to the Contractor. • Flowable fill is required on arterial and collector streets and will therefore be added along Oak Street and at the intersection of Tamarack Street. These items have been added to the attached revised bid form as items Al-1 and A1-2. • Geotextile fabric will not be required on the gravel access road section from Hemlock Street to Oak Street. • The City of Bozeman will not charge the contractor for sewer TV inspection. • The asphalt restoration shall consist of the typical section shown on sheet C3.5 with the exception of the asphalt thickness for Oak Street and the Tamarack Street intersection,xvluch will require 4 inches of asphalt instead of 3 inches. • The City of Bozeman would prefer to have the work completed this fall of 2020, if possible. If the Contractor does not feel that the project can be completed this year, the City would prefer to wait until next year with a completion date not to exceed May 31, 2021. If the Contractor starts work in 2020 and cannot complete the work by the end of the construction season, all disturbed pavement must be restored prior to suspending work for the season. If asphalt mix is not available or if the ambient temperatures for asphalt placement is outside of the placement specifications, the Contractor can either place a sacrificial layer of hot mix or flowable fill with a minimum thickness of 6-inches at no additional cost to the Owner. P:18098.10_Addendum_One_090320 ADD-ONE Page 2 of 3 • Based on the Bid date of September 10', the anticipated Notice to Proceed will likely not be issued until the first or second week of October. • A Geotechnical Report has not been provided for this project, so the groundwater information is limited. The Contractor may dig test pits within the 5`'Avenue right- of-way between Hemlock and Oak. In addition, boreholes from a development at the northwest corner of 5" Avenue and Aspen have been attached. Pictures of an excavation in the intersection of 5`' and Aspen are also attached which shows the groundwater at the bottom of the excavation. Note: Bidder shall acknowledge receipt and acceptance of Addendum No. One by signing below and including Addendum in Bid Package at time of bid opening. END OF ADDENDUM NO. ONE This Addendum No. One is hereby acknowledged this 4 day of Se L-, 20 ?� Set No. i✓XCAyA,-ri 1i(-) In(- _ (Company) L By P:18098.10_Addendum_One_090320 ADD-ONE Page 3 of 3 REVISED 9/4/2020 (Addendum#1) PROJECT IDENTIFICATION: 5th Avenue Sanitary Sewer - Bozeman,Montana THIS BID SUBMITTED TO: City Clerk 121 North Rouse Avcnue P.O.Box 1230 Bozeman,Montana 59771-1230 1.01 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 other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid, and Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 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. Addendum Date M6endum l 9I4I aaa0 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. 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. BID FORM P:18098.00_6_5th_Sewer BF_Add_lals Page 1 of 7 (7/8/20)trp 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. E Bidder does not consider that any further examinations, investigations, explorations, tests, studies or data are necessary for the determination of the Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms 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. 1. 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 for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on 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 not 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. 5.01 The Bidder will compete the Work in accordance with the Contract Documents for the following price(s): A. Unit Prices have been computed in accordance with paragraph 11.03.B of 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 a discrepancy exist in the Total Estimated Price and Total Amount of Unit Prices Bid as listed below after extensions are checked and corrections made,if any,the Total Amount of unit Prices Bid as corrected shall be used in awarding this Contract. D. The owner reserves the right to reject any or all bids. BID FORM P:18098.06_6_5th_Svwct BF Add_1.xls Page 2 of 7 (7/8/20)trp ALL ITEMS ARE COMPLETE IN PLACE SCHEDULEI- 5THA VENUE SANITARYSEWER(ASPENTO TAMARACKST) ITEM EST. UNIT DESCRIPTION UNIT TOTAL NO. QTY PRICE PRICE 101 1 LS Mobilizatipn and Insurance / LS = 102 1 LS Traffic Control / LS = 103 1 LS Stormwater Management and Erosion n 1 / LS = 104 1 LS Groundwater Dewatering / LS = 105 1 LS Asphalt Removal and e orate / IS = 106 400 LF 8-inch Sanitary Se -n / LF = 107 2 EA 48-inch ole 'Depth) / EA = 108 5 VF 4 nch ole Additional Depth / VF = 109 46 LF 4-in tary Sewer Service / LF = 110 10,000 UNIT Miscellaneous Work 1.00 / UNIT= 10,000.00 TOTAL BID -SCHEDULE I $ (Figures) TOTAL BID: SCHEDULEI -STHA VENUE SANITARYSEWER(ASPEN TO TAMARACKST) (words) BID FORM P:18098.06_6_5th_Sewer BF_Add_1.sls Page 3 of 7 (7/8/20)up ALL ITEMS ARE COMPLETE IN PLACE SCHEDULE II- 5THAVENUE SANITARYSEWER(TAMARACKST TO OAKST) ITEM EST. UNIT DESCRIPTION UNIT TOTAL NO. QTY PRICE PRICE 201 1 LS Mobilization and Insurance �9� 8CA.(� / LS = 2q g0q,(0q Traffic Control (excluding Tamarack LS 202 1 LS intersection) 2/ 3,7(09.99L 203 1 LS Stormwater Management and Erosion Control (0,9C4.(p2/ LS = (PA 04 •(oa• 204 1 LS Clear and Grub 7,g0(CG•(ol / LS = 7 g& ,(o 205 1 LS Groundwater Dewatering (� / LS = _ 206 1 LS Asphalt Removal and Restoration (excluding / LS = Tamarack Intersection) a(py,pc� (631 a03,OAP 207 1 LS Connect to Existing Sanitary Sewer Manhole 6,4 3•23/ LS = b,tg3,o 208 1,893 LF 8-inch Sanitary Sewer Main 52.58 / LF = 9% 533,R4 209 7 EA 48-inch SS Manhole (5' Depth) 3 794.9 / EA = ,58 210 24 VF 48-inch SS Manhole Additional Depth 2716A / VF = 7,)(Cj,Sa 211 30 LF 4-inch Sanitary Sewer Set-vice 3�,�$ / LF = 1,13%,tkj 212 1 LS 12-inch`dater Main Lowering in Oak St $i 81�,83 / I,S = go 8((a, !� 213 1 LS 8-inch Water Main Lowering in 5th &$d5 30 / LS 214 1 LS Access Road Unclassified Excavation and / LS = Grading 91 DC16.35 9,OR6.35 215 1,040 SY 1-1/2-inch Minus Crushed Base 12-inch Depth / SY _ (Access Road) 14.1 14,04-,40 216 1 IS Remove and Reset Existing Road Closed Sign �jj5L4. R / LS = 1. 164-CH 217 1 LS Restore and Re-Seed Disturbed Areas 3,014.94 / LS = 31Q14.94 r 218 32 SF Insulation Over Sanitary Sewer Pipe L,?-/•aa/ SF = 219 30,000 UNIT Miscellaneous Work 1.00 / UNIT = 30,000.00 Al-1 1 LS Flowable Fill - Oak Street 34, a4¢.07/ LS = 34,Qg4.07 A1-2 1 LS Flowable Fill -Tamarack Intersection 5,a105.3a / LS = 55, Q A1-3 1 LS Traffic Control-Tamarack Intersection / LS = 1,Q5(0.p Asphalt Removal and Restoration- LS = Al-4 1 LS Tamarack Intersection (v!o`l•4 / Cdo7.44 TOTAL BID - SCHEDULE II $ 509,422,$X (Figures) TOTAL BID. SCHEDULE II -5THAVENUE SANITARYSEWER(TAAL4RACK ST TO OAK ST) A Lt7di ,k t MoaJard,74ar 14aaied�taw4i -� do&rs _&a/�c/�iyy alnr - (Words) BID FORiNI PA8098AG_6_5t1j_Sewer_BF_Add_1.c1s Page 4 of 7 (7/8/20)trP 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with 14.07 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 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 including alternates,if any, and in the form of a Bid Bond identified in the Instructions to Bidders. 8.01 The terms used in this Bid with initial capital letters have the same meanings as indicated in the Instructions to Bidders,General Conditions,and the Supplementary Conditions. Submitted on 3e*rYl6--X' ID 12020 Montana Contractor's Registration No. (if any) 369g9 Employer's Tax ID No. gl-05f 88 aS If Bidder Is: An Individual.• (Name,typed or printed) By: (Individual's Signature) Doing Business as: Business Address: Phone No.: Fax No.: BID FORM P:18098.0G_6_5th_Sexver_BF_Ad4:_1.x1s Page 5 of 7 (7/8/20)tip A Partnership: (Partnership Name) By: (Signature) (Name,Typed or Printed) Business Address: Phone No.: Fax No.: A Corporation: CK MAY LxeAV+j-1 AJ G TN (Corporation Name) State of Incorporation: MoNTA NA Type (General Business,Professio I,Service, cited Liability): Perleral listr-ic-191- By: (Signature of Person Authorized to Sign) Title: �lt� Attest: U Phone No.: 42o•3.56 Zb/S Fax No.: 11d&,388.049,/ Business Address: PO &X L,{a 1_7 (Nau,/ (�Jr?�Q'I 0 i"l/ 6?71-V Phone No.: 00/5 Fax No.: � ,&/9 Date of Qualification to do Business /qR0 (Corporate Seal) BID FORM P:18098.06_6_5th Sewer_BF_Add_1.xls Page 6 of 7 (7/8/20)trp AJoint Venture: Each Joint Venture Must Sign Joint Venturer Name: (Name, typed or printed) By: (Signature of Joint Venture Partner) Name: (Name,typed or printed) Title: Business Address: Phone No.: Fax No.: Joint Venturer Name: (Name, typed or printed) By: (Signature of Joint Venture Partner) Name: (Name,typed or printed) Title: Business Address: Address of Joint i/enhire for Rece pt of Ofcial Communication: Phone No.: Fax No.: Address: Phone No.: Fax No.: (Each Joint Venture must sign. The manner of signing for each individual,partnership and corporation that is party to the joint venture should be in the manner indicated above.) END OF SECTION BID FORM P:]8098.0G_6_5di_Sewer_BF Add_lAs Page 7 of 7 (7/8/20)trp PENAL SUM FORM BID BOND Any singular reference to Bidder,Surety,Owner or other party sball be considered plural where applicable. BIDDER(Name and Address): CK May Excavating, Inc. PO Box 1426, Belgrade, MT 59714 SURETY(Name and Address of Principal Place of Business): Merchants Bonding Company (Mutual) P.O. Box 14498 , Des Moines, IA 50306 - 3498 OWNER Wame and Address): City of Bozeman PO Box 1230, Bozeman, MT 59771-1230 BID Bid Due Date: September 10, 2020 Description(Project Name and Include Location): 5th Avenue Sanitary Sewer, Bozeman, Montana BOND Bond Number: Bid Bond Date (Not earlier than Bid due date): September 10, 2020 Penal sum Ten Percent of Amount Bid $ 10% (Words) (Figures) Surety and Bidder, intending to be legally bound hereby,subject to the terms set forth below, do each cause this Bid Bond to be duly executed by an authorized officer,agent,or representative. BIDDER SURETY CK May Excavating, Inc. (Seal) Merchants Bonding Company (Mutual) Bidder's Name d Corporate S Surety's Name and Corpora a Seal BY BY S' ature Si ture(Attach Power of Attorney) co*.•. 1iels1`7 A1,4Y �•oo�opPOA•i;'�aomi Gerber Print Name .~ -�- `;print Name y 1133 c� N 'Jd3;y• io..Attorney-in-Fact Title •�� Title Attest: ;i Attest: Signature Signature Cassie Carney �(Zn W(S - Witness Title Title Surety Phone No. Note:Above addresses are to be used for giving any required notice. Provide execution by any additional parties, such asjoint venturers, if necessary. FJCDC C-430 Bid Borui(Penh Sam Porno) Prepared by the Ea&tm Joint Contract Documents Committee. PAga t of 2 pr-NAL SUM FORM 1. Bidder and Surety,jointly and severally, bind themselves, their heirs, executors,administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond shall be Owner's sole and exclusive remedy upon default of Bidder. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Didding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1 Owns accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents(or any c tension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents,or 3.2 All Bids are rejected by Owner,or 3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the bidding Documents (or any extension thereof agreed to in writing by Bidder and,if applicable,consented to by Surety when required by Paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and wit do 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner,which notice will be given with rcasonable promptness,identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Did due date without Surety's written consent. 6. No suit or action shall be commenced under this Dond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after Did due date. 7. .Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery,commercial courier,or by United States Registered or Certified Mail,return receipt requested,postage pre-paid,and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer,agent, or representative who executed this Bond on behalf of Surety to execute, seal,and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements.Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length, If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term"Bid"as used herein includes a Bid,offer,or proposal as applicable. &TCDC C430 Did TSnnd(Nnat Sum Form) Prrpared by the Eogtneers Joint Cou"d DnenmQhts Caramtttea Page Z orz MERCHANTS %� BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Naomi Gerber their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seat and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. Surety Bond#: Bid Bond Principal: CK May Excavating, Inc. Obligee: City of Bozeman This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary,Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of Its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 10th day of September,2020. ••••••ON •. •'•NG CpOf •o•-%*-%% •N 44 off ••:�A9.• MERCHANTS BONDING COMPANY(MUTUAL) �RpO/pq�.p2 <bco:,�0 Aq;;*. . MERCHANTS NATIONAL BONDING.INC. 2003 ;�� �y;- 1933 e: By p « President of STATE OF IOWA COUNTY OF DALLAS ss. On this 10th day of September 2020 before me appeared Larry Taylor, to me personally known, who being by me duty sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �011k s POLLY MASON o Commission Number 750576 �� r ••°• My Commission Expires ,o P • January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC„do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 10th day r, epiember,2020. R� .010 me94 ' 'y:2 • I%V�li%6�iG�jCtiFfvl� � I!/�• 2003 ic) y 1933 :e: Secretary�. •. •''••... IN ii.••••• of of POA 0018 (1/20) NON-DISCRIMINATION AFFIRMATION FORM Gk l`�1A.`f P—XC \b41CINY---' [name of entity submitting] hereby affirms it will not discriminate on the basis of race, color,religion, creed, sex,age,marital status,national origin,or because of actual f or perceived sexual orientation, gender identity or disability in the performance of work performed I for the City of Bozeman, if a contract is awarded to it, and also recognizes the eventual contract, if awarded, will contain a provision prohibiting discrimination as described above and that this prohibition shall apply to the hiring and treatment of the CkMk-e EXC.4VA�TI\Q G [name of entity submitting] employees and to all subcontracts it enters into in performance of the agreement with the City of Bozeman. Signature of Bidder: Per4 authorized to �gn behalf of the bidder I I f F E