Loading...
HomeMy WebLinkAboutAddendum 1 City Hall Masonry Project Addendum No. 1 May 29,2013 Arch ledure,dno. Project: Bozeman City Hall Masonry Repair 6 DN'FCxos A1venw.aO 9ozowm'i9P'MT 5971.5 City of Bozeman Location: Bozeman City Hall 121 N. Rouse Avenue, Bozeman, Montana 59715 Bid Date: June 4,2013 at 2:00 pm Acknowledgment of receipt of this addendum is required on bid form. NOTICE TO BIDDERS: You are hereby notified of the following clarification of,or revisions to,the Bid Documents for the above referenced project. The following information is being issued to all plan holders of record as of the date of this Addendum. It is the responsibility of each Bidder to notify his/her sub-contractors,suppliers,etc.,and to verify all items covered by the Contract Documents, including Addenda,as related to their bids, prior to bid submittal. This Addendum is hereby made part of the project requirements and contract documents for`Bozeman City Hall Masonry Repair Project' prepared by Comma-Q Architecture, Inc.and dated May 20,2013. Be sure to acknowledge this Addendum on your Bid Form(s). This addendum consists of the items listed below and the following attachments: 1.0 GENERAL 1.1 Schedule Information: Contractor shall be aware that additional repair work may be requested by Owner for work not currently included in Bid Documents for this project. Execution of this work may require a mutually agreed upon time extension,beyond Date of Substantial completion as specified in Bid Documents. 1.2 ADD,Pre-Bid Conference Meeting Notes and Attendance Sign-in Sheets,as part of the construction documents Pre- Bid Conference(May 29,2013). See Exhibit`C'(3 pages). 2.0 PROJECT MANUAL 2.1 Section 00 0300—Bid Proposal Form: REPLACE,this section in its entirety.See"Exhibit A'(2 pages). 2.2 Section 00 6115—Supplementary Conditions of the Contract: ADD,this section in its entirety.See"Exhibit B'(6 pages). 2.3 Section 015000—Temporary Facilities and Controls: at Paragraph 1.07,Vehicular Access and Parking, Line`A': ADD,line: 1.Owner shall remove any existing obstructions to allow Contractor vehicular access to alley at South of Building. 2.4 Section 04 8100 —Unit Masonry: at Paragraph 2.2, Precast Concrete Sill Units, Line B': ADD,lines: 1.Minimum length:60 inches 2.Provide members from manufacturer's maximum possible length. Install with end joints at equal spacing. 3.0 DRAWINGS 3.1 SHEET A.2,BLDG.ELEVATIONS&DETAILS,West Elevation Drawing 4: REVISE at the following notes(2 instances): Addendum No. 1 -5/29/2013-Page 1 FROM: (E)FACE BRICK, REMOVE&REPLACE FIVE(5)COURSES DIRECTLY BELOW SILL TO: (E)FACE BRICK, REMOVE&REPLACE FIVE(5)COURSES DIRECTLY BELOW SILL, USE BRICK COLOR#2. REVISE at the following notes(1 instance): FROM: (E)MASONRY PLANTER WALL TO-BE-REMOVED TO: (E) MASONRY PLANTER WALL TO-BE-REMOVED, (E) CONCRETE FNDN WALL (BELOW)TO-REMAIN. CLEAN SURFACE OF CONCRETE, REMOVE REINFORCING BARS, FILL HOLES AND SMOOTH IN PREPARATOIN FOR OWNER PROVIDED AND INSTALLED STEEL GUARD RAIL. 3.2 SHEET A.2,BLDG. ELEVATIONS&DETAILS, REVISE Typ.Sill Detail Drawing 5 per SKA-01 (1 of 1). END OF ADDENDUM NO.1 Addendum No. 1 -5/29/2013-Page 2 Addendum No. 1 —EXHIBIT C Pre-Bid Conference - SIGN IN Date: May 29,2013 = Comma-Q Subject: City of Bozeman -City Hall Masonry Repair Project Architecture, Inc. 109 N Rouse Avenue,#1 Bozeman, MT Bozeman,MT 59715 406.SB5.1112 Contact Information: Company: We Email: V's 6 L) Name: &C/ tid- Address: &,K, 30Y Phone�: . ........ Name: 6( &1_^A1- Company: V)k Email: Address: 111j?: _ Phone: ......................................... Name: company: Address: Phone: Name: Company: Email: /YC ... .............. Address: 411 Phone: ........... Name-:Z'w* fi`li'w5al Company: Address:73 TS lqet v ' 5— Phone: Name; M Go c v 7 l Company. . Email ......j: .... ........ I l...... Address: Phone: ................ Addendum No j h°°IIIIII IIIIIIIiIII°°1°' Pre-bid Conference � Date: 29 May 2013 Job: #13.10 Architecturre, Inc' 109 N Rouw Avenue, 1 Bozeman,.MT 59715 Subject: City of Bozeman-City Hall Masonry Repair Project 406.585.1112 121 N. Rouse Ave., Bozeman, MT 59715 AGENDA: Please sign in on the circulating Sign in Sheet. Note: Items noted in Blue text are questions/comments from the Conference: Introductions: • Owner: City of Bozeman-Superintendent of Facility Services, James Goehrung, • Owner: City of Bozeman-Building Maintenance, Sid Bush • Owner: City of Bozeman—Building Maintenance, Lonnie Wirtz • Architect: Comma Q Architecture, Ben Lloyd, Tripp Lewton and Cole Robertson Review of Work Summary: • Removal of existing failing exterior brick masonry with new exterior brick masonry and precast concrete window sills. Review of Bid Schedule: • Bid Due Dates are 2 p.m. (local time) on Thursday june G, 2013 at 2:0 0 ;�. (local time), INCORRECT INFORMATION I AT : REVISE to: Tuesday June 4, 2013 at 2:00 p.m.. at which time the proposals will be publicly opened and read aloud in the City Commission Room at 121 N. Rouse Ave., Bozeman, MT 59715. • Read and follow bidding information stated in the Invitation to Bid and the Instructions to Bidders. • The Work will be executed in one contract directly with the City of Bozeman. • An Addendum will be issued . INCORRECT INFORMATION IV AT CONFERENCE: REVISE to: Today (5/29/2013) Please forward any bidding question to Comma-Q prier to Thur-sday at neon fnr innliioinn in the Ad_dAAd1,m. Addendum has been issued on Wednesday, see note above. Review of Construction Schedule: • The Project is scheduled to Start upon issuance of the Notice to Proceed or June 171h, 2013. The Project is required to be complete by September 201h, 2013. • The Owner intends to occupy the building during the construction period during normal business hours. Work needs to be coordinated around Owner occupancy and Public access to the building. • Construction Operations: Coordinate use of site, staging areas, access to site and to areas of Work with Owner's Director of Facilities and Facilities Staff. Follow proper demolition and installation procedures to eliminate disruption of occupants, neighbors and neighbor's properties, including wind blown debris. Contractor shall provide daily housekeeping and site clean up to minimize disruption of Owner's access and operation Additional Owner Comments: Addendum III 1 1 C Questions and/or Clarifications: See Addendum no. 1 items addressing bidder's questions. Tour of the Site: Owner,Architect and Bidders walked site to investigate existing conditions. Owner indicated that the use of the east row of parking areas in West City all Parking Lot may be fenced off and used soley by Contractor while work is being conducted on masonry at West Elevation windows. The graveled area to the South of the Community Garden may be used for staging by Contractor(The Community Garden is located at the West of the West Parking Lot at City Hall). Bidders should anticipate the need for careful scheduling (with Owner)of demolition and construction activities. Owner intends for building to remain open during the duration of construction. Addeinduirn 1 BID PROPOSAL FORM BOZEMAN CITY HALL MASONRY REPAIR 121 N. ROUSE AVE CITY OF BOZEMAN BOZEMAN, MONTANA Submitted By: Date: To: City of Bozeman Phone No. (406) 582-2320 121 N. Rouse Ave / P.O. Box 1230 Fax No. (406) 582-2323 Bozeman, MT 59771 We, the undersigned Bidder, having carefully read the Documents for the proposed contract, including the general conditions, Supplemental Conditions, Specifications in the Project Manual, and Bidding Drawings and having carefully ascertained the conditions under which the Work is to be performed, hereby bid and offer to enter into a Contract to perform the Work as described in accordance with the Documents, Complete and ready for use by the time specified, Sept. 20, 2013, for the price of: Base Bid: (Including 1% Gross Receipts Tax) Dollars. $ Added Cost to Provide 100% Performance and Payment Bond for the Bids % Alternates: 1. DEDUCTIVE ALTERNATE BID NO. 1: Price for all existing sill flashing to remain. $ Subject to such additions and deductions as may be properly made under the terms of the Contract. Prices are firm and are not subject to escalation for the entire duration of the project. PERIOD OF ACCEPTANCE: The Bidder agrees that this bid shall remain open for acceptance and the price shall remain firm and unchanged and notwithstanding any error in the Bid at the amount stated for a period of thirty (30) days from the date of closing of this Bid. CONTRACT: The Bidder agrees that this Bid is subject to a Contract being prepared and executed with the Owner. The Bidder agrees to execute the Contract within 14 days of notification of the acceptance of his bid and to provide Certificates of Insurance including Worker's Compensation Insurance. The Bidder shall furnish 100% Performance and Payment Bonds. Cost of said bonds is listed as a percentage to the bids above. City of Bozeman-City Hall Masonry Repair BID PROPOSAL FORM Comma-Q Architecture, Inc. 000300 / 1 Addeinduirn 1 ADDENDAS: The Contractor acknowledges receipt of the following: Addendum No.: Date: Addendum No.: Date: Addendum No.: Date: Addendum No.: Date: NON-DISCRIMINATION AFFIRMATION FORM: Bidder is required to sign. [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 the [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: Person authorized to sign on behalf of the bidder SUBMITTED BY: Company: Address: Phone No. Fax No. Email Bidder: Signature Dated: And, certifies that he/she is duly and regularly licensed contractor holding Montana Public Contractor's License END OF BID FORM BID PROPOSAL FORM City of Bozeman—City Hall Masonry Repair 000300 / 2 Comma-Q Architecture, Inc. ADDENDUM 1 -EXHIBIT B-1 CITY HALL- MASONRY REPAIR PROJECT SUPPLEMENTARY CONDITIONS OF THE CONTRACT May 29, 2013 The Supplementary Conditions contain changes and additions to the AIA A107 Owner-Contractor Agreement. Where any part of the AIA A107 is modified or voided by the Supplementary Conditions, the unaltered provisions shall remain in effect. I. CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 1.1 CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, locality, and with all local conditions and federal, state and local laws, ordinances, rules and regulations that in any manner may affect cost, progress or performance of the Work. 1.2 CONTRACTOR has studied carefully all reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost, progress or performance of the Work. 1.3 CONTRACTOR has made or caused to be made examinations, and investigations as he deems necessary for the performance of the Work at the contract price, within the contract time and in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations, tests, reports or similar data are or will be required by CONTRACTOR for such purposes. 1.4 CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. II. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR as attached to or referenced in this Agreement, are made a part hereof and consist of the following in order of precedence: 2.1 AIA A107 Owner-Contractor Agreement and referenced documents. 2.2 Certificates of Insurance and Performance and Payment Bonds. 2.3 Notice to Proceed. There are no Contract Documents other than those listed above in this Article 6. III. GENERAL REQUIREMENTS 3.1 Contractor Use of Premises. The CONTRACTOR shall confine his operations at site of the proposed work to within the right-of-way or construction easements provided. It shall be understood that the responsibility for protection and safekeeping of equipment and materials on or near the site will be entirely that of the CONTRACTOR and that no claim shall be made against the OWNER by reason of any act of an employee or trespasser. It shall be further understood that should City of Bozeman—City Hall Masonry Repair SUPPLEMENTARY CONDITIONS Comma-Q Architecture Inc. May 29,2013-Page 1 of 6 ADDENDUM 1 -EXHIBIT B-2 any occasion arise necessitating access by the OWNER to the sites occupied by these stored materials and equipment, the CONTRACTOR owning or responsible for the stored materials or equipment shall immediately remove same. No materials or equipment may be placed upon any private property until the property OWNER has agreed in writing to the location contemplated by the CONTRACTOR to be used for storage. 3.2 Protection of Existing Structures. The CONTRACTOR shall be solely responsible for locating all existing underground installations, including service connections, in advance of excavating or trenching, by contacting the OWNERS thereof and prospecting. The CONTRACTOR shall use his own information and shall not rely solely upon information shown on the drawings concerning existing underground installations. The CONTRACTOR shall repair all damage to existing utilities or property at his own expense. The CONTRACTOR shall, at a minimum, call the "One-Call' utility locate system (Phone: 1- 800-424-5555) at least 72 hours in advance of starting construction. Where excavation will be required adjacent to existing structures, the CONTRACTOR shall be solely responsible to maintain the structural integrity of the existing structures. The CONTRACTOR shall take whatever means necessary to insure that the existing structure is not damaged and if necessary shall install sheet piling. The CONTRACTOR shall repair all damage to the existing structures at his own expense. Any fences destroyed during construction shall be repaired to the satisfaction of the property owner. Any delay, additional work, or extra cost to the CONTRACTOR caused by existing underground installations shall not constitute a claim for extra work, additional payment or damages. 3.3 Protection of Existing Mailboxes, Curbs and Gutters and Driveways. The CONTRACTOR shall take whatever means necessary to insure that the existing mailboxes, curbs and gutters, and driveways are not damaged during construction. If it is necessary to remove or disturb mailboxes during construction, the CONTRACTOR shall repair and restore the mailboxes at his own expense to the satisfaction of the property owner. Any curb, gutter, or driveways damaged during construction, not noted to be replaced on the drawings, shall be replaced by the CONTRACTOR at his own expense. 3.4 Surface Drainage. Water from such sources as surface runoff, dewatering and flushing of water lines during project construction shall not be allowed to enter into drainage ways or open areas that will cause flooding of existing structures, street intersections, or lawn areas. 3.5 Work Sequence. The CONTRACTOR shall schedule the work to minimize inconvenience to the OWNER and to adjacent property owners and to minimize interruptions to utility service. This shall include minimizing obstruction to local traffic especially on dead end streets. Work shall be scheduled so as to minimize disruptions to local mail delivery. Close coordination will be required between the CONTRACTOR, OWNER, and COUNTY. The utility service companies such as power, gas, telephone, and cable shall be contacted at least 72 hours in advance of when locating of services will be required. IV. Warranty and Guarantee 4.1 CONTRACTOR warrants and guarantees to OWNER that all Work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to CONTRACTOR. All defective Work, whether or not in place, may be rejected, corrected or accepted as provided in Article 13 of the Montana Public Works Standard Specification, Third Edition (MPWSS), published October, 1988, as amended August 1, 1991 and as further amended by the City of Bozeman Modifications to MPWSS. V. Site Safety and Traffic Control 5.1 The CONTRACTOR shall conduct his work so as to interfere as little as possible with public travel, whether vehicular or pedestrian. Whenever it is necessary to cross, obstruct, or close roads and walks, City of Bozeman—City Hall Masonry Repair SUPPLEMENTARY CONDITIONS Comma-Q Architecture Inc. May 29,2013-Page 2 of 6 ADDENDUM 1 -EXHIBIT B-3 the CONTRACTOR shall obtain approval of such actions from the County or Montana Department of Transportation and shall provide and maintain suitable and safe lighted detours or other temporary expedients for the accommodation of public and private travel in accordance with the current edition of the Manual on Uniform Control Devices for Streets and Highways (MUTCD). The CONTRACTOR shall not occupy the work site or initiate construction until all traffic control provisions are in place and the OWNER has been so notified. 5.2 Safety Provisions. Safety provisions must be entirely adequate and meet with City, County, State and Federal regulations to protect the public on these streets and roads. 5.3 Barricades and Lights. Prior to the start of construction across roads or walks, all construction permits shall be obtained, utility companies notified, and traffic patterns, signing, location of flagmen, barricades and other safety measures arranged. Providing and maintaining safety barricades, and other work site safety measures shall be the responsibility of the CONTRACTOR and shall be included in the contract price. The CONTRACTOR shall cooperate and coordinate his methods with the OWNER'S traffic control plans prior to the disruption of the normal flow of any traffic. All open trenches and other excavations shall be provided with suitable barriers, signs, and lights to the extent that adequate protection is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. All barricades and obstructions shall be illuminated by means of warning lights from sunset to sunrise. Materials stored upon or alongside public streets and highways shall be provided with similar warning signs and lights. All barricades, signs, lights and other protective devices shall be installed and maintained in conformity with applicable statutory requirements and, where within railroad and highway right-of-way, as required by the authority having jurisdiction thereover. Work performed within property under the OWNER'S jurisdiction shall have all barricades, signs, lights and protective devices installed and maintained. VI. STATE LAWS AND REGULATIONS 6.1 All applicable laws, ordinances and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout. 6.1.1 The CONTRACTOR'S attention is directed to Title 39, Chapter 3, Part 7, MCA, 1981, which requires the CONTRACTOR to post a surety bond or other form of security insuring worker's wages and fringe benefits with the Commission of Labor and Industry, State of Montana. The bond or other security shall be filed with the Commissioner and evidence of the bond shall be provided to the OWNER prior to commencement of work. 6.1.2 The CONTRACTOR'S attention is also directed to Title 15, Chapter 50, Part 2, MCA, 1981. Under the provisions of this law, public contractors shall pay to the State, in addition to license application fees, a sum equal to one percent(1%)of the gross receipts from all public contracts in excess of five thousand dollars ($5,000). Prime CONTRACTORS shall be responsible for withholding one percent(1%)of all monies due to subcontractors for work performed under contracts for public work, and shall transmit such monies to the State Department of Revenue. Additional information pertaining to license requirements and license fees may be obtained from the Montana State Department of Revenue, State Capital Building, Helena, Montana. 6.1.3 The CONTRACTOR'S attention is called to the Industrial Accident Insurance laws in force in Montana and to the responsibility of the OWNER for the collection of premiums thereunder. The City of Bozeman—City Hall Masonry Repair SUPPLEMENTARY CONDITIONS Comma-Q Architecture Inc. May 29,2013-Page 3 of 6 ADDENDUM 1 -EXHIBIT B-4 CONTRACTOR'S compliance with said laws is required and shall relieve the OWNER of any responsibility for payment of premiums thereunder and shall furnish the OWNER with satisfactory evidence showing that all premiums arising from this contract have been paid before payment is made on the final estimate. 6.1.4 In accordance with Montana Law (Title 18, Chapter 2, Part 4, MCA, 1981)on contracts for State, County, school construction, heavy highway or municipal construction, repair or maintenance work under any of the laws of the State, the CONTRACTOR shall give preference to the employment of bona fide Montana residents in the performance of said contract, and shall further pay the standard prevailing rate of wages including fringe benefits and travel allowance in effect as paid in the county or locality in which the Work is being performed. The minimum wages, if included as part of the contract documents, are not controlling except as to the minimum for the purpose of the Davis-Bacon Act. Therefore, it is incumbent upon each employer to pay the standard prevailing rate of wages including fringe benefits for health and welfare and pension contributions, and travel allowance provisions in effect and applicable to the county or locality in which the Work is being performed. VII. PERFORMANCE AND PAYMENT BONDS. The CONTRACTOR shall furnish a Performance Bond and a Payment Bonds in favor of the OWNER each in an amount equal to one-hundred percent (100%) of the Agreement amount. VIII. INSURANCE Without limiting any of the other obligations or liabilities of the CONTRACTOR, CONTRACTOR shall secure and maintain such insurance from an insurance company(or companies) authorized to write insurance in the State of Montana, with minimum"A.M. Best Rating"of B+, VI, as will protect himself, his subcontractors, the Owner and their respective agents and employees from claims for bodily injury, death or property damage which may arise from operations and completed operations under this Agreement. Such coverage shall be written for claims arising out of all premises/operations, sub- contracted operations, products/completed operations, and all liability assumed by the CONTRACTOR under any contract or agreement. CONTRACTOR shall not commence work under this Agreement until such certified copies of the insurance policy shall have been filed with the OWNER. All insurance coverages shall remain in effect throughout the life of the Agreement. Each insurance policy shall contain a clause providing that it will not be cancelled by the insurance company without 30 days written notice to the OWNER and Engineer of intention to cancel. The minimum amounts of such insurance coverages being as follows: Commercial General Liability A. Bodily Injury& Property Damage Each Occurrence Aggregate: $1,000,000 $2,000,000 Coverage to include: 1. Premises Operations 2. Products and Completed Operations $2,000,000 Products and Completed Operations 3. Contractual 4. Operations of Independent Contractors 5. Personal Injury 6. Property Damage applicable to Blasting, Collapse and Underground Hazards shall be included in coverage. May be satisfied by primary insurance or a combination of primary and excess of umbrella insurance. However, primary occurrence limit cannot be less than $1,000,000. Deductible not to exceed $5,000 per occurrence on property damage. City of Bozeman—City Hall Masonry Repair SUPPLEMENTARY CONDITIONS Comma-Q Architecture Inc. May 29,2013-Page 4 of 6 ADDENDUM 1 -EXHIBIT B-5 B. Automobile Liabilitv Bodily Injury and Property Damage: Coverage to include: 1. All Owned 2. Hired 3. Non-Owned Combined Single Limit $1,000,000 Each Accident C. Worker's Compensation Occupational Disease Statutory Employer's Liability $500,00 Each Accident Sections B and C above may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. D. Owners and Contractors Protective Liabilitv Bodily Injury and Property Damage Each Occurrence Aggregate $1,000,000 $1,000,000 Satisfactory protection for Owner may be accomplished by either an endorsement of Contractor's Comprehensive General Liability policy or by Contractor's carrier issuing a separate protective liability policy. E. Additional Insureds The Contractor's insurance coverage shall name the Owner as an Additional Insured under Commercial General Liability, Automobile Liability, Excess or Umbrella policies. F. Builder's Risk Contractor shall purchase Builder's Risk on the "Broadform" form of coverage inclusive of Fire, Extended Coverages, and Vandalism. Insurance shall include the interests of the Contractor, Engineer, and subcontractors, as their insurable interest may appear. IX. MISCELLANEOUS 9.1 This Agreement and all of the covenants hereof shall inure to the benefit of and be binding upon the OWNER and the CONTRACTOR respectively and his partners, successors, assigns, and legal representatives. Neither the OWNER nor the CONTRACTOR shall have the right to assign, transfer or sublet his interest or obligations hereunder without written consent of the other party. The Owner reserves the right to withdraw at any time from any subcontractor whose work has proven unsatisfactory the right to be engaged in or employed upon any part of the Work. 9.2 In the event it becomes necessary for either party to this Agreement to retain an attorney to enforce any of the terms or conditions of this Agreement or to give any notice required herein, then the prevailing party or the party given notice shall be entitled to reasonable attorney's fees and costs, including fees, City of Bozeman—City Hall Masonry Repair SUPPLEMENTARY CONDITIONS Comma-Q Architecture Inc. May 29,2013-Page 5 of 6 ADDENDUM 1 -EXHIBIT B-6 salary, and costs of in-house counsel. 9.3 Any amendment of modifications of this Agreement or any provisions herein shall be made in writing and executed in the same manner as this original document and shall after execution become a part of the Agreement. 9.4 The CONTRACTOR hereby agrees to indemnify and hold the OWNER harmless from all claims and liability for bodily injury (including death)and damage to property due to the negligence of CONTRACTOR, their agents, employees, or both, in performing the work required under this Agreement. 9.5 The CONTRACTOR agrees to follow the City's antidiscrimination policy as defined in Commission Resolution No. 4250. A full copy of the Resolution 4250 is available upon request. Failure to comply with the discrimination provision is a breach of the material term in the contract—the same as not performing the other requirements of the contract. City Commission Resolution 4250 establishes numerous new policies prohibiting discrimination 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 development, execution, and implementation of city contracts and other agreements. In order to comply with the requirements of this Resolution, the contractor, with their signature on the Agreement, agrees to the adoption of the Addendum to the contract for services should they be awarded the contract. With their signature, the contractor also agrees to follow the conditions specified in this anti- discrimination policy. The Contractor agrees this requirement shall apply to the hiring and treatment of the Contractor's employees and to all subcontractors. CONTRACTOR will not take title to, nor sign any manifest or shipment documents for, nor act as one who arranges for the shipments and disposal of, nor make the actual selection of disposal site(s)for any Hazardous, Regulated or Special Waste. CONTRACTOR will not be liable for any preexisting environmental contamination of the project site. CONTRACTOR's liability for environmental contamination of the project site shall be limited to the extent CONTRACTOR's negligence has caused, contributed to or exacerbated the contamination of the project site. The CONTRACTOR is and shall perform this agreement as an independent contractor, and as such, is responsible to the OWNER only as to the results to be obtained in the work herein specified, and to the extent that the work shall be done in accordance with the terms, plans and specifications. The CONTRACTOR shall have and maintain complete control over all of its employees, subcontractors, agents and operations, being responsible for any required payroll deductions and providing required benefits, such as, but not limited to, workman's compensation and unemployment insurance. City of Bozeman—City Hall Masonry Repair SUPPLEMENTARY CONDITIONS Comma-Q Architecture Inc. May 29,2013-Page 6 of 6 (E) METAL SILL FLASHING, PROVIDE (N) SEALANT BTWN PRECAST SILL & FLASHING (N) PRECAST CONCRETE SILL (E) MASONRY SILL, TO BE A REMOVED VERTICAL #4 REBAR REINFORCING HORIZ.#4 REBAR REINFORCING AT EACH AT 24" O.C. HORIZONTALLY. CORNER, TYP OF 5 MASONRY ANCHOR, 24" O.C. MAX. %" DEEP KERF AT 2" FROM FACE OF �, BENT#4 REBAR 1 PRECAST SILL. REINFORCING 24" O.C. oh (E)WALL FRAMING, TO REMAIN (N) PRECAST CONCRETE SILL REPLACE ALL EXISTING SILL FLASHING. ASSUMED (E)WALL SHEATHING, N TIFY ARCHITECT OF CONDITION TO-REMAIN, NOTIFY ARCHITECT OF jA CONDITION (E) MASONRY UNIT TO-BE-REPLACED ASSUMED (E)2 RIGID INSULATION, W/(N) MASONRY UNIT, COLOR VARIES, SEE ELEVATIONS TO-REMAIN, NOTIFY ARCHITECT OF CONDITION C( ) Revised T p. Sill Detail 1 1/2" = V-0° 1 A DEDUCT.ALT#1: ALL EXISTING SILL FLASHING TO REMAIN. g 1 ADDENDA NO.1 REV. 1 05.29.2013 DRAWING NUMBER: Comma-Q Architecture, Inc. City of Bozeman W SILL DETAIL CLARIFICATION 109 North Rouse Avenue,#1 City Hall Masonry Repair w S KA-0 Bozeman,MT 59715 121 North Rouse,Bozeman,MT 59715 DRAWING TITLE: 585-1112 REVISE 5/A2 TYP SILL DETAIL 585-5518 DATE: SCALE: PROJECT#: . . � OF www.commaq.com 5129113 AS INDICATED 13.10