Loading...
HomeMy WebLinkAboutCKMay_BidDocs_Combined PROJECT IDENTIFICATION: Aspen Street and 5th Avenue Improvements Bozeman,Montana THIS BID SUBMITTED TO: City Clerk 121 North Rouse Avenue 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 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:18098.06 AddenduttLi_6H_updated 032620.xis Page 1 of 13 (3/26/20)&s E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations,investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means,methods, techniques,sequences,and procedures of construction expressly required by the Bidding Documents to be employed by Bidder,and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies or data are necessary 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. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents,and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions 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_Addendum 1_BF updated 032620.xis Page 2 of 13 (3/26/20)drs i p ALL ITEMS ARE COMPLETE IN PLACE SCHEDULE I-ASPEN STREETAND 5THAVENUE UTILITYIMPR 0 VEMENTS ITEM EST. UNIT DESCRIPTION UNIT TOTAL NO. QTY PRICE PRICE C' 101 1 LS Mobilization and Insurance q LS = 102 1 LS Traffic Control 7. 1-7/ LS = 7 -7 103 1 LS Temporary Water(includes service to 4,3 _ commercial and residential properties) 9t 77' / IM 7 104 1 Connect to Existing 4-inch Main w/ 8x4-inch EA _ I 1 Reducer(7th Avenue North) � y3�� 105 1 EA Abandon Existing 4-inch Main at 6x6x4-inch Tee ((5th Avenue North) "l, �y / EA _ a- 106 1 EA Remove Existing 6-inch Main to Existing 6-inch �/ EA - f[l J Valve (5th Avenue North) �(p 107 602 LF 8-Inch Ductile Iron Water Main 52 •9/ / LF = 108 3 EA 8-inch Gate Valve 511Y' f32/ EA = Z- 1 109 2 EA 8-inch 45-Degree Bend p/ / EA = 110 2 EA 8-inch 11.25 Degree Bend i I�/ EA = 1 111 1 EA 8x6-inch Reducer EA = ,97 112 1 EA 8x8x8-inch Tee(Aspen to N. 5th Ave.) / EA = 113 2 EA 8x8x6-inch Hydrant Tee , C�0 / EA = 114 2 EA Hydrant Assembly(Includes 6-inch Valve and S�/ EA _ �aO 30 Lateral DIP - , 115 4 EA 3/4-inch Water Service on 8-inch Main (Includes G / EA saddle,corp and connection to existing service) a,y �;) , 3 2 ID' i � f3 116 1 EA 1-inch Water Service on 8-inch Main(Includes saddle,corp and connection to existing service) (�i f(o, �'�/ EA16 117 1 LS New 8x8x6-inch Tee,Reconnect to Existing Fire LS = Service I (�. New 8x8x4-inch Tee,Reconnect to Existing 118 1 LS Domestic Service 16- LS = 7 4e 119 2 EA Storm Drain Combo Inlet/Manhole (Includes Stone and Fabric) 3,V'?A' / EA _ 7(46-' 120 60 LF 8-Inch Corrugated Storm Drain,PVC -13 / LF = 121 150 CY Type 2 Pipe Bedding / Cy = S'"7 0, J` 122 1 LS Miscellaneous Work 20,000.00 / LS = 20,000.00 TOTAL BID -SCHEDULE I $ 18 , " (r,Au-s) BID FORM P:18098.00 Addendum 1_BN_updated 032620.xls Page 3 of 13 (3/26/20)drs ITEM EST. UNIT DESCRIPTION UNIT 'TOTAL NO. QTY PRICE PRICE TOTAL BID: SCHEDULE I -ASPEN STREET AND STHAVENUE UTILITYIMPROVEMENTS orris) I i I BID FORM P:18098.06_Addendurr 1_ 1F updated 032620.XIs Page 4 of 13 (3/26/20)drs ALL ITEMS ARE COMPLETE IN PLACE SCHEDULE Il-ASPEN STREET SURFACE IMPROVEMENTS ITEM EST. UNIT DESCRIPTION UNIT TOTAL NO. QTY PRICE PRICE $ /S 97 $ 201 1 LS Mobilization and Insurance 6 7,V�1 / LS = / '=� 202 1 LS Traffic Control (p 87 ,2�/ LS = C(�a1 $[ 203 1 LS Storm Water Management and Erosion Control ! LS = 5�� 204 2,106 SY Sawcut and Remove Existing Asphalt a,<C-s / SY = 91 Z 205 1,064 LF Curb and Gutter Removal �",(,.q / LF = °�CIO 206 4,700 SF Concrete Flatwork Removal a� y� / SF = 16'(��. pe' 1 207 1,795 CY Unclassified Excavation and Stockpile l.' 3y / CY = -7 7 Jd' 3� 208 962 SY 3-inch Asphalt Paving a7, �o / SY = ;I , Li�"• i 209 1 EA Adjust Existing Manhole Run 1��`3 KV/ EA = 76, 210 175 CY 1.5-Inch Minus Crushed Gravel(Travel Lanes-6- 2 3 / CY = �� inch Section) LI 211 540 CY 4-Inch Minus Pit Run Gravel(Travel Lanes-18-inch Section) 3a , 2S / CY = j C 212 565 CY AASHTO#2 Clean Stone(Pervious Paver Storage- c� 18-inch Section) qg, b2 / (Y = -?0 30 1 213 10 CY AASHTO#57 Clean Stone (Planter Wall 32/ CY - Underlayment-4-inch Section) a 2 214 2,410 SY Mlrafi 380i Geotextile Separation Fabric(Paver and O Asphalt Sections) !� SY $o / = � g 215 1,127 LF Standard Curb and Gutter I�3 . �r€3 / LF 216 2 EA Curb Return Fillet 1/ EA 217 102 SF 6-foot Wide Double Gutter(includes gravel base) 7� ; / SF = -��--7q 6 2 218 9,352 SF Permeable Paver(Includes#8 and#57 stone SF �� _ pII base) CI / �-� l{ . 219 17,758 SF Mitafi BXG 110 Geogrid (Paver Sections) -7 7 / SF = - b 220 1,403 SF Permeable Paver Surplus (Additional 15-percent) _ C / SF LtC = I /� 9 7 <- 221 4,868 SF Fiber Reinforced Concrete Sidewalk(6-inch)with � I G / SF Base �- Q� 222 422 SF Accessibility Ramp (Includes Base) � / SF = 9, a� 223 80 SF Truncated Dome Panel '1(�,a y / SF = 224 1,208 SF 6-inch Thick Concrete Drive Approach with Base SF = yL/ 225 680 SF 12-inch Thick Concrete,Planter Perimeter 17 Z / SF = 1y, a a s- 226 1,635 SF 18-inch Concrete Ribbon ( ( . q / SF = 181 (o a►a,CeS BID FORM 11:18098.0G_Addendun 1_I;IN_updated 032620.xis Page 5 of 13 (3/26/20)drs ITEM EST. UNIT DESCRIPTION UNIT TOTAL NO. QTY PRICE PRICE 227 2 GL Epoxy Pavement Markings (WI-rite) Q� ��1 / GL = O 118,.�2 228 1 GL Epoxy Pavement Markings (Yellow) S� ,u I / GL = SO� y l 229 1 EA New Sign on New Post �� `� / EA 2 1 (L1-L12)Luminaire Pole w/2'Arm, 19'Mounting ) (O /) EA = `30 0 EA Height j� I U�' / 1 1 9, 231 10 EA Roadway Luminaire,LED a' ?ao 8�;/ EA 232 11 EA Type 1 Electrical Junction Box QB1 JB13) _)C7 Q // EA = ' /�3 y• 7/ 233 1 EA Type 2 Electrical Junction Box QB14) Ha�-��—a=5 / EA car _ 234 1 EA Enclosure-NEMA Type 3R V3 EA 235 1,425 FT Conduit,2.0-inch PVC,Trench l�, '�U / FT = N a 236 6,000 FT 1/C#8 AWC Copper Wire , `I 1 / FT = , y 66• 237 3,000 FT 1/C#6 AWC Copper Wire FT = J,' d3O' 238 720 FT 1/C#10 AWC Copper Wire&Bracket Cable 6? / FT = 919(, 90 239 10 CY Structural Concrete Pole Foundations p? , 0 CY j 7 2 08 240 1 LS Remove and Reset Misc.Electrical 1/5-76/ LS = 241 1,400 LF Street String Lights 5 2- / LF = q/< 11e18 242 80 LF Stone Seahvall LF = 17 , 243 107 LF Concrete Retaining Wall(12"height) 3a LF = q 8�js'•4"v 244 14 EA 2" Caliper Trees i�h�j,�)/ EA = ' 245 18 EA 1-1/2"Caliper Trees =� ' EA = y 246 22 EA 5 Gal. Shrubs 77 ' I / EA = r /y Oz 247 607 EA 1 Gal. Grasses 39 ,��/ EA = _ / 3 r 248 803 EA 1 Gal.Perennials 1 , � Jr EA = 3 � • c�.s 249 1 LS Repair Sod a 577 t)9/ LS = Og 250 1 LS Irrigation System and Controller 2 o . LS = 251 3,700 SF Drip Irrigation 7 y !� ! SF = 252 6 EA Sandstone Boulder(18%x 24"w x 361) EA = Q I L/ 253 3,700 SF Natural Mulch(3" depth) / SF = b° 254 137 CY Planting Beds Soil Amendment(12"depth) / CY = 7(�S ' IV" 255 1 LS Miscellaneous Work 50,000.00 / LS = 50,000.00 TOTAL BID-SCHEDULE II $ 1 6 n 4�&O (l',gure4 BID FORM P:18098.06_Addendum_1_RF_updated 032620.xls Page 6 of 13 (3/26/20)drs ITEM EST. UNIT DESCRIPTION UNIT TOTAL NO. QTY PRICE PRICE $ $ TOTAL BID: SCHEDULE II -ASPENSTREET SURFACE IMPROVEMENTS dt1 f,_ AN A" LAX -ids) I I BID FORM P:18090.06_Addendum_1_Bl+_updated 032620.x1s Page 7 of 13 (3/26/20)drs f' ALL ITEMS ARE COMPLETE IN PLACE SCHEDULE III-5THAVENUE SURFACE IMPROVEMENTS ITEM EST. UNIT DESCRIPTION UNIT TOTAL NO. QTY PRICE PRICE 301 1 LS Mobilization and Insurance �y� (��(�y / LS = 3y ��g 302 1 LS Traffic Control/ LS = C( 303 1 LS Storm Water Management and Erosion Control Z.9 r1 0.qV LS 304 1 LS Clear,Grub,and Stockpile Topsoil East of 5th _ Avenue 10,ISO.L11 Q So,U1 305 1 LS Restore and Reseed Disturbed Areas '� ej 3/ LS = 7 ZO R J0100 306 400 SY Sa-vcut and Remove Existing Asphalt rj / SY = I y0y,00 307 672 LF Curb and Gutter Removal G. q7 / LF = q6 53,Sq 308 1,665 CY Unclassified Excavation and Stockpile 5" (pL� / CY = ci.390. (0 309 1,190 SY 3-inch Asphalt Paving a(�. / Sy = 3f a S. 10 310 1 LS Special Manhole Rim Adjustment "��� tI C( / LS = )Agq ,qq 311 4,050 SF Concrete Flatwork Removal/ SF = 312 1,562 SF 3-foot Wide Double Gutter(includes gravel base) 2L 67 / S1{ _ Z SyS._��1�3. // 313 355 SF Permeable Paver(Includes #8 and#57 stone SF = base) �.3(0.1 L� 314 710 SF Mirafi BXG 110 Geogrid (Paver Sections) )�/ SF = -�qo c'O 315 54 SF Permeable Paver Surplus (Additional 15-percent) �n / SF 4� 1.5-Inch Minus Crushed Gravel(Travel Lanes-6- _ 316 230 CY CY inch Section) _ �{�, 1�/ I �) to 317 750 CY 4-inch Minus Pit Run Gravel(Streets and Parking- / CY — 18-inch Section) 3y. �1e� ��j ()Q,00 AASHTO#2-Pervious Paver Storage-18-inch 318 30 Section S ! / CY 319 1,610 SY M1rafi 380i Geotextile Separation Fabric (Paver and / SY = Asphalt Sections) �j, ,��j Q,50 320 216 SF 18-inch Concrete Ribbon 11. 3G / SF = a Lj(pQ 2 EA (L1-1,12)Luminaire Pole w/2'Arm, 19'Mounting / EA 321 Height %6' ii a3I),�.�1 322 2 EA Roadway Luminaire,LED '�1X'jq / EA = CJ 14 j,r jS 323 2 EA Type 1 Electrical Junction Box GB1 JB13) 9�, 61 / EA — L97 2 324 2 CY Structural Concrete Pole Foundations )0.M / CY = 325 731 LF Standard Curb and Gutter 3Q, �1 / LF = 326 4,901 SF Fiber Reinforced Concrete Sidewalk(6-inch)with Base I"� / SF = �LI 7 57. 30 BID FORM P:18098.06_Addendum_I Bf_updated 032620.xls Page 8 of 13 (3/26/20)drs 327 370 SF Accessibility Ramp (Includes Base) SF = LI) I L1 a 3Q 328 85 SF Truncated Dome Panel (,S. / SF = 5G(33._jC) LF = 147 LF Obliterate Existing Pavement Markings(4-inch Stripe 330 Equivalent) a, 331 7 GL Epoxy Traffic Markings(White) SCE.. H GL = --IS5 332 1 EA Relocate Existing Sign on New Post rj(�� �,S / EA = 333 6 EA New Sign on New Post 6LI�, 6 / EA = _S0q), 334 1 EA New City Park Sign g 3S, L4 / EA = 335 1 LS Gravel Path Restoration 56)44, 11 / LS = q. J( 336 6 EA New Bike Rack -7 2 3, 13 EA = L 3 3SP 7 8 337 1 EA Remove Existing Boulevard Bench 3S, '6 7 / EA = )35. $7 338 2 EA Relocate Existing Trash Cans qy i,-�6 / EA = &1. ?q 339 1 LS' Miscellaneous Work 35,000.00 / LS = 35,000.00 TOTAL BID-SCHEDULE III $ qql_�2cv (Figures) TOTAL BID; SCHEDULE III -STHAVENUE SURFACE IMPROVEMENTS Fbup-. HuodR.ks� Fop-r� Two -�udvs��� -Talc) HC)uRe..c--P 20 t-�►-s AO o s t Y-TY s(x C-,E-- ►J-rs (Words) BID FORM 11:18098.06_Addendum_1_I3F_updated 032620.s1s Page 9 of 13 (3/26/20)drs ALL ITEMS ARE COMPLETE IN PLACE SCHEDULE IV-A SPEN STREETAND STHA VENUE FIBER ITEM EST. UNIT DESCRIPTION UNIT TOTAL NO. QTY PRICE PRICE 401 1 LS Mobilization and Insurance sq 5 Iy / LS = 0�6 402 909 LF W-way Dura-Line Futurepath Fiber Conduit Sty / LF = L+C (I 403 5 EA 24-inch x 36-inch Fiber Handhole ?(a 1�5/ EA = 13 [� X 404 1 LS Miscellaneous Work 10,000.00 / LS = 10,000.00 TOTAL BID-SCHEDULE IV $IOI go ,60 (Fig—s) TOTAL BID: SCHEDULE IV -ASPEN STREETAND STHAVENUE FIBER �►.�� N(»172�D GIVE lyc l JD SF-VOu 14CA)D2Cl] 'TN I tZT� (Words) 'I BID FORM P:18098.06_Addendum 1_BI-_updated 032620.xis Page 10 of 13 (3/26/20)drs 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 �p I. ,2020 Montana Contractor's Registration No. (if any) 55�—1 Employer's Tax ID No. 0 I ~ ��1��Z-Y-b 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:18098.06_Addendum_1_13N_upditcd 032620.xls Page 11 of 13 (3/26/20)drs A Partnership: (Partnership Name) By: (Signature) (Name,'Typed or Printed) Business Address: Phone No.: Fax No.: A Corporation: l/'��,( ['�/I PY r` 1 (Corporation Name) State of Incorporation: Mc)k--;rmk)A- Type(General Business,Profe ,Service,Limited Liability): J�p�I�STtc� �F� GO�PC'�r�'RTI.0 t� By: (Signature of Person Authorized to Sign) Title: Attest: ' Phone No.: ` G Vj� Fax No.: Business Address: Phone No.: "� ��� Fax No.: � '" .� •� Date of Qualification to do Business 15 (Corporate Seal) BID FORM PA8098.06_Addendum_l_Bf_updated032620.xls Page 12of 13 (3/26/20)drs A,joint Venture: Each Joint Venture Must Sign Joint TVenturer Name: (Name,typed or printed) By: (Signature of Joint Venture Partner) Name: i (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 Venture for Receipt of OJI-cial Contmtutication: 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:18098.06_Addendum 1_BF_updated 032620.xis Page 13 of 13 (3/26/20)drs SANDERSON ; STEWART iY March 27, 2020 PROJECT Aspen Street and 5th Avenue Improvements Bozeman,Montana PROJECT NO. 18098.06 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. INVITATION TO BID The City of Bozeman recently passed an emergency declaration in response to the COVID-19 pandemic that outlines several modifications to the City's bid process. Contractors shall note the following: • Bids must be submitted by mail or by overnight delivery only; bidders shall not deliver bids by hand to the City Clerk. Mail to the Bozeman City Clerk's office at the mailing address listed on the Invitation to Bid. • In order to accommodate this change, the deadline for bids and the bid opening have been extended to April 7,2020 at 3:00 pm local time. • The bid opening will take place online via Webex. Contractors can join the meeting at 3:00 pm local time on April 7, 2020 using the following access information: Join on-vebex.com: Meeting number(access code): 629 307 506 Meeting password: ZTpy8Zxps37 Join by phone: 1-650-479-3208 A meeting invitation with this information will also be sent to the plan holders list. The contract days listed on the Invitation to Bid will be extended from 60 calendar days to 120 calendar days. P:18098.06_Addendum_One_032720 ADD-ONE Page 1 of 4 2. PLAN SHEETS The following revisions have been made to the plan sheets and updated sheets are attached to this addendum. • Sheet C5.2—5th Avenue Street& Storm Drain Plan and Profile An existing storm drain manhole near the new sidewalk was added to the profile with a note indicating the new finished rim elevation. • Sheet C5.3 -Water Main Plan and Profile The water main profile was adjusted and the label in profile view for the vertical bend at Station 2+39.21 was corrected from a 22.50-degree bend to a 11.25-degree bend. • Sheet C7.4—Storm Drain&Paver Details The Longitudinal Paver Profile and Section A-A details were modified to specify two layers of Mirafi BXG 110 Geogrid and to specify that N irafi 380i Geofabric shall be wrapped around the bottom and sides of the base layer, but not the top. The detail now includes and 1 1/2 inch setting bed layer with #8 stone to be consistent with the Eco-line paver recommended section. • Sheet L1.3—Landscape Site Details Details 1 and 2, Stone Seatwall and Concrete Retaining Wall were modified to include reinforcement locations and sizing. Detail 4 Permeable Pavers was updated to include specified paver finish. •. Sheet L1.6—Planting Plan Irrigation point of connection has been identified. 3. BID FORM Several miscellaneous revisions were made to the bid form,primarily to reflect the notes and revisions added to the sheets listed under section 2 of this addendum. Additional details pertaining to specific bid items are listed below. • Item 110—8-inch 11.25 Degree Bend-The item description has been changed from 22.5-degree bends to 11.25-degree bends. • Item 206 & 311 — Concrete Flatwork Removal — Item description was revised to include all concrete flatwork and quantities were updated. • Item 208 & 309 — 3-inch Asphalt Paving—The specified 3-inch asphalt paving can be placed in one lift and the item description has been revised. • Item 213—AASHTO#57 Clean Stone—This item includes the 4-inch section under the planter walls only, not the interior of the planter beds. This has been clarified with a revision to the item description. • Item 217 — 6-foot Wide Double Gutter —This item includes installation of a 6-foot wide valley gutter. The item description has been revised and the quantity has been updated. • Item 218 & 313 —Permeable Paver—The original bid form quantity for permeable pavers included a 15-percent surplus as requested by the City of Bozeman for future P:18098.06_Addendum_One_032720 ADD-ONE Page 2 of 4 I a maintenance needs. The surplus permeable paver quantity has now been broken-out to bid items 220 and 315,and the quantities have been adjusted accordingly. • Item 219 &314—Mirafi BXG 110 Geogrid—This item has been separated from the permeable paver item and quantified per the revised details on sheet C7.4. • Item 228—Yellow Epoxy Pavement Markings—This item has been added for yellow curb paint. • Item 244—Trash Cans—This item was deleted from the Bid Form. • Item 310—Special Manhole Rim Adjustment—This item was added for adjustment of existing storm drain manhole per revised sheet C5.2. Cost of work shall include removal of existing barrel sections,new barrel sections and other work as needed to get to the new rim elevation. A revised bid form is provided with this addendum and the revised bid items are highlighted 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. 4. SPECIAL PROVISIONS Special Provision SP-26 TRAFFIC CONTROL: This special provision shall be revised to state that a full closure of Aspen Street will be allowed. The duration of the closure shall be limited to the shortest duration possible and the Contractor shall coordinate with the adjacent properties to ensure adequate access for business and construction projects currently underway. 5. ADDITIONAL CLARIFICATIONS The following additional clarifications are provided for questions asked prior to, during,and after the pre-bid meeting on March 24,2020. • Vertical water main bends at approximate stations 4+10 and 5+50 are to be made with joint deflections. • Wall footings and concrete bands surrounding planters are intended to be separate pours. Concrete planter edges do not have a footing. • Excess excavated material will be stored at the north end of the BMX park with access via Tamarack. The Parks Department will mark the exact location where they would like it stockpiled. The clay material from the mountain bike track area shall be stockpiled separately from all other excavated material. • NorthWestern Energy is tentatively scheduled to bury power lines along 5th Avenue during the third week of April. • Irrigation is provided as a performance specification only,not a detailed design. Contractor shall work with an irrigation sub-contractor that can layout the system based on these performance specifications. • It will be acceptable to use the No.57 stone underneath the sidewalks instead of the 1.5-inch minus gravel shown on the typical sections. 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. P:18098.0"ddendum_One_032720 ADD-ONE Page 3 of 4 i f END OF ADDENDUM NO. ONE This Addendum No. One is hereby acknowledged this L7 day of AK-" ,2020 Set No. Cr (Company) 11:18098.06_Addendum_0ne_032720 ADD-ONE Page 4 of 4 SANDERSON ; STEWART iR April 1,2020 PROJECT Aspen Street and Sth Avenue Improvements Bozeman, Montana PROJECT NO. 18098.06 ADDENDUM NO. TWO 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. PLAN SHEETS The following revisions have been made to the plan sheets and updated sheets are attached to this addendum. • Sheet C7.4—Storm Drain& Paver Details Permeable Paver callouts were updated to specify Basalite Permeable Plank Pavers per Sheet L1.3. The gravel section specified in Addendum 1 on Sheet C7.4 has not changed. • Sheet L1.3—Landscape Site Details Detail 4 — Permeable Pavers was modified to specify Basalite Permeable Plank Pavers and corresponding colors. 2. ADDITIONAL CLARIFICATIONS The following additional clarifications are provided: • Structural Concrete Pole Foundations — Foundations shall have an 8-ft depth, 2-ft diameter, six (6) #6 longitudinal rebar, and #3 horizontal rebar at 12-inches O.C. The bid form quantity for this item is consistent with these dimensions. Note: Bidder shall acknowledge receipt and acceptance of Addendum No. Two by signing below and including Addendum in Bid Package at time of bid opening. P:18098.06_Addendum Two_040120 ADD-TWO Page 1 of 2 END OF ADDENDUM NO. TWO This Addendum No.Two is hereby acknowledged this day ofAPRL- ,202Q �fr•-, Set No. MIW ����1��, ._.I._►J�. (Company) P:18098.06_Addendum Two_040120 ADD-TWO Page 2 of 2 PIENAL.SUM FORM 131D 13OND Any singular reference to Bidder,Surety,Owner or other party shall be considered plural where applicable. BIDDER (Name a;d Address): CK May Excavating, Inc. PO Box 1426, Belgrade, MT 59714 SURETY(Name and Address g1'11)-inc1pa1 Place g1'13usiness): Merchants Bonding Company (Mutual) P.O. Box 14498 , Des Moines, IA 50306-3498 OWNER(Afame and Add;•ess): City of Bozeman, Montana PO Box 1230, Bozeman, MT 59771-1230 BID Bid Due Date: March 31, 2020 Description (Prnjecl Name and Include Location): Aspen Street and 5th Avenue Improvements, Bozeman, Montana Project# 18098.06 BOND 13ond Number: Bid Bond Date(Not earller flint;Rid dun.date:): March 31, 2020 Pella[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(Seai) Bidder's Name a 7rporate Seal Surety's Name and Corporate Seal By: — By: Signature Signatul (Attach PowerofAtto,;icyj fit& MAY Carly Schneidenbach Print Name Print Name Rr-sl Attorney-in-Fact Title Title Attest: Attest: 1 Witness Title Title Note:Above acldi•esses are to be used for giving any required notice. Pi-ovide executio;;by a);y addltio;ial parties,such as•joint venlure;s, i1'necessmy. EJCDC C-430 IN liond(Penal Sum Corm) Prepared by lice C,ngincers Joint ConlractDocumenls Commilice. Page I or2 PENAL SUM FORM 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 file face of this Bond. Payment of the penal suns is the extent of Bidder's and Surety's liability. Recovery of such penal suns under the terms of this Bond shall be Owner's sole and exclusive remedy upon default of Bidder. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding 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. This obligation shall be null and void if- Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding 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,or All Bids are reiected by Owner,or 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). Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days alter receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness,identifying this Bond and the Project and including a statement of the amount due. 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 Bid due date without Surety's written consent. No suit or action shall be commenced under this Bond 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 Bid due date. 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. 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. Surety shall cause to be attached to this-Bond a current and effective Power of Attorney evidencing the authority of(lie officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby. 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. The term"Bid"as used herein includes a Bid,offer,or proposal as applicable, L•'JCDC C-43D ntd nund(Penal Sum Dorm) Prepared by the I:ngin¢ers.Tornt Contraef Documents Commlltee. Page 2 02 MERCHANT 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, Carly Schneidenbach;Kelly L Tenold;Ryan Elliott;Spencer Fred Thomas;Tyler McIntyre their true and lawful Attorneys)-in-Fact, to sign its name as surety(ies) and to execute, seal 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. 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 Stale 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 6th day of April 2017 �.• pQR �0 �'p���pp9 �O,9• MERCHANTS BONDING COMPANY(MUTUAL) MERCHANTS NATIONAL BONDING,INC. co 2003 /c�' :y+ 1933 c: By "�d� �``�' �•6� 1� President '•.40/ '�.•' •.W �r •� STATE OF IOWA ••�''"""''���' •••'••••• COUNTY OF DALLAS ss. On this this 6th day of April 2017 before me appeared Larry Taylor, to me personally known, who being by me duly 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. ALICIAK.GRAM o Commission Number 767430 It ZE My Commission Expires April 1,2020 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 thh- 31st day of March 2020 .• G •. rj -O- G:d7 • — b' • u 2003 ;44)• ;y' 1933 'c• secretary �- • POA 0018 (3/17) ��''•";'1 ••••••• [ ( NON-DISCRIMINATION AFFIRMATION FORM [ GK MAY ��'4Tj��� ��- [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 [ or perceived sexual orientation, gender identity or disability in the performance of work performed 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 the6k My Ek(AVA-ralav, '-UJL, [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: Persona rued gn on behalf of the bidder ( I I I I I I I I I