Rail Park Dr. Bid #2 - LHCSECTION 00410
BID FORM
The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to
Bidders, the General Conditions, and the Supplementary Conditions.
ARTICLE 1—OWNER AND BIDDER
1.01 This Bid is submitted to: The Flathead County Economic Development Authority, 44 2nd Ave W,
Kalispell, MT 59901,
1.02 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 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.
ARTICLE 2—ATTACHMENTS TO THIS BID
2.01 The following documents are submitted with and made a condition of this Bid:
A. Required Bid security;
B. Evidence of authority to do business in the state of the Project; or a written covenant to obtain
such authority within the time for acceptance of Bids;
C. Contractor's license number as evidence of Bidder's State Contractor's License or a covenant
by Bidder to obtain said license within the time for acceptance of Bids;
ARTICLE 3—BASIS OF BID —LUMP SUM BID AND UNIT PRICES
3.01 Unit Price Bids
A. Bidder will perform the following Work at the indicated unit prices:
Item Description Unit Estimated Bid Unit Price Bid Amount
No. Quantity
101 Mobilization LS 1 $ r
102 Taxes, Bonds, & Insurance LS
103 General Requirements LS 1
201 Erosion Control $ELF ,
202 Mist Demo LS
501 4"Concrete Sidewalk 1 $� �3i'�'°� $�7vZa1,
SY 2254 $ 7 g; a Y $!& ,f 502 6" Concrete Sidewalk SY 340
503 Reinforced Concrete Sidewalk SY 72
504 Asphalt Concrete 5Y
505 Reinforced Portland Cement SY 95 $ L Y4 $ sI�'
506 ADA Ramp EA 153 $ c�� $ a�7
507 Detectable Warning Device EA $
601 Striping —White Epoxy GAL 3 $ c� 7�f 9,
5 $ 75$ 7Fs n
602 Posts —Tubular Steel —Square LF 72 $ Y $
2"x2" — Perforated (14 ga)
35-
Rail Park Drive Improvements Bid Form
KU Project 42325-01621 Section 00410
Page 1 of 5
603
1 Signs — Aluminum Reflective
Sheet IV
701
Soil Amendjand Fine
Grading
702
Grading Bacaik
703
Non -Irrigated Mix
704
Trees
5F 50
$
CY 441
SF 37053
$
o.
$ ! i Stiff , rz'L-
LS 1
$
j3sSLZ7Gz'
$f3L�c-c�,C��
Total of All Unit Price Bid Items
7, 4
B. Bidder acknowledges that:
1. each Bid Unit Price includes an amount considered by Bidder to be adequate to cover
Contractor's overhead and profit for each separately identified item, and
2. estimated quantities are not guaranteed, and are solely for the purpose of comparison of
Bids, and final payment for all Unit Price Work will be based on actual quantities,
determined as provided in the Contract Documents,
ARTICLE 4—TIME OF COMPLETION
4.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for
final payment in accordance with Paragraph 15.06 of the General Conditions on or before the
dates or within the number of calendar days indicated in the Agreement.
4.02 Bidder accepts the provisions of the Agreement as to liquidated damages.
ARTICLE S—BIDDER'S ACKNOWLEDGEMENTS; ACCEPTANCE PERIOD, INSTRUCTIONS, AND RECEIPT OF
ADDENDA
5.01 Bid Acceptance Period
A. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer
period of time that Bidder may agree to in writing upon request of Owner.
5.02 Instructions to Bidders
A. Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without
limitation those dealing with the disposition of Bid security.
5.03 Receipt of Addenda
A. Bidder hereby acknowledges receipt of the following Addenda:
ARTICLE 6-13IDDER'S REPRESENTATIONS AND CERTIFICATIONS
6.01 Bidder's Representations
A. In submitting this Bid, Bidder represents the following:
1. Bidder has examined and carefully studied the Bidding Documents, including Addenda.
Rail Park Drive Improvements Bid Form
KU Project 42325-01621 section 00410
Page 2 of 5
2. Bidder has visited the Site, conducted a thorough visual examination of the Site and
adjacent areas, and become familiar with the general, local, and Site conditions that may
affect cost, progress, and performance of the Work.
3. Bidder is familiar with all Laws and Regulations that may affect cost, progress, and
performance of the Work.
4. Bidder has carefully studied the reports of explorations and tests of subsurface conditions
at or adjacent to the Site and the drawings of physical conditions relating to existing
surface or subsurface structures at the Site that have been identified in the
Supplementary Conditions, with respect to the Technical Data in such reports and
drawings.
S. Bidder has carefully studied the reports and drawings relating to Hazardous
Environmental Conditions, if any, at or adjacent to the Site that have been identified in
the Supplementary Conditions, with respect to Technical Data in such reports and
drawings.
6. Bidder has considered the information known to Bidder itself; information commonly
known to contractors doing business in the locality of the Site; information and
observations obtained from visits to the Site; the Bidding Documents; and the Technical
Data identified in the Supplementary Conditions or by definition, with respect to the
effect of such information, observations, and Technical Data on (a) the cost, progress, and
performance of the Work; (b) the means, methods, techniques, sequences, and
procedures of construction to be employed by Bidder, if selected as Contractor; and
(c) Bidder's (Contractor's) safety precautions and programs.
7. Based on the information and observations referred to in the preceding paragraph, Bidder
agrees that no further examinations, investigations, explorations, tests, studies, or data
are necessary for the performance of the Work at the Contract Price, within the Contract
Times, and in accordance with the other terms and conditions of the Contract.
S. Bidder is aware of the general nature of work to be performed by Owner and others at
the Site that relates to the Work as indicated in the Bidding Documents.
9. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or
discrepancies that Bidder has discovered in the Bidding Documents, and of discrepancies
between Site conditions and the Contract Documents, and the written resolution thereof
by Engineer is acceptable to Contractor.
10. The Bidding Documents are generally sufficient to indicate and convey understanding of
all terms and conditions for performance and furnishing of the Work.
11. The submission of this Bid constitutes an incontrovertible representation by Bidder that
without exception the Bid and all prices in the Bid are premised upon performing and
furnishing the Work required by the Bidding Documents.
6.02 Bidder's Certifications
A. The Bidder certifies the following:
I. 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 collusive agreement or
rules of any group, association, organization, or corporation.
Rail Park Drive Improvements Bid Form Section 00410
KU Project 42325-01621 Page 3 of 5
2. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false
or sham Bid.
3. Bidder has not solicited or induced any individual or entity to refrain from bidding.
4. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in
competing for the Contract. For the purposes of this Paragraph 8.02.A:
a. Corrupt practice means the offering, giving, receiving, or soliciting of anything of value
likely to influence the action of a public official in the bidding process.
b. Fraudulent practice means an intentional misrepresentation of facts made (a) to
influence the bidding process to the detriment of Owner, (b) to establish bid prices at
artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and
open competition.
c. Collusive practice means a scheme or arrangement between two or more Bidders,
with or without the knowledge of Owner, a purpose of which is to establish bid prices
at artificial, non-competitive levels.
d. Coercive practice means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in the bidding process or
affect the execution of the Contract.
Rail Park Drive Improvements Bid Form
Ku Project N2325-01621 Section 00410
Page 4 of 5
Title:
Phone:
Email:
Address:
BIDDER hereby submits this Bid as set forth above:
Bidder:
(ty rinted
B�
Name:
(typed or printed)
Title:
(typed or printed)
Date:
(typ d or printed)
If Bidder is a corporation, a partnership, or a joint venture, attach evidence of authority to sign,
Attes
I malpauars signature)
Name: Rar4-)
(typed or printed)
Title: e:� e c r-�Z�C, r
(typed or printed)
Date:
(typed or printed)
Address for giving notices:
0 9ox 73 a
4A� S5- - as38
Bidder's Contact:
Name:�-
(typed or printed)
-, ,,(( r
(typed or printed)
ctQ
T e-1-7�-Yh
apt 0--5 Q..V,3ovle-
Bidder's Contractor License No.: (if applicable)
Rail Park Drive Improvements Bid Form
KU Project 42325-01621 Section 00410
Page 5 of 5
CORPORATE RESOLUTION TO EXECUTE DOCUMENTS
WE THE UNDERSIGNED, DO HEREBY CERTIFY THAT:
THE CORPORATION'S EXISTENCE. The complete and correct name of the Corporation is
LHC, Inc. ("Corporation"). The corporation is a corporation for profit which is, and at all times
shall be, duly organized, validly existing, and in good standing under and by virtue of the laws of the
State of Montana. The Corporation has the full power and authority to own its properties and to
transact the business in which it is presently engaged or presently proposes to engage. The
Corporation maintains its corporate office at 208 1 st Avenue East., Kalispell, MT 59901.
RESOLUTION ADOPTED. At a meeting of the Directors of the Corporation duly called and held
on January 31, 2024, at which a quorum was present and voting, the resolutions set forth in this
Resolution were adopted.
Construction Manager/President and Secretary of LHC, Inc.: CONSTRUCTION MANAGER AND SECRETARY. The following named persons are the
NAMES TITLE AUTHORIZED SI E
Jeffrey D. Claridge President Y
Barbara Wolstein Secretary y
ACTIONS AUTHORIZED. The authorized persons listed above may enter into construction
agreements and those agreements will bind the Corporation. Specifically, but without limitation, the
authorized persons are authorized, empowered, and directed to do the following for and on behalf of the corporation:
Execute Bid and Contract Documents for the Rail Park. Improvements
CERTIFICATION CONCERNING MANAGERS AND RESOLUTIONS. The Construction
Manager/President and Secretary named above are duly employed by the Corporation and occupy
the position set opposite his/her respective name. This Resolution now stands of record on the books
of the Corporation, is in full force and effect, and has not been modified or revoked in any manner
whatsoever.
IN TESTIMONY WHEREOF. We have hereunto set our ]land and attest that the signature set
opposite the name listed above is his/her genuine signature.
We each have read ail the provisions of this Resolution, and we each personally and on behalf of the
Corporation certify that all statements and representations made in this Resolution are true and
correct. This Resolution to Execute Documents is dated ,fanuary 31, 2024.
LHC, Inc.
Barbara Wolstein, Secretary
BID BOND (PENAL SUM FORM)
Bidder
Name: L.H.C., Incorporated
Address (principal place of business):
P.O. Box 7338
Kalispell, MT 59904-0338
Owner
Name: Flathead County Economic Development Authority
Address (principal place of business):
44 2nd Ave W.
Kalispell, MT 59901
Surety
Name: Liberty Mutual Insurance Company
Address (principal place of business):
175 Berkeley Street
Boston, MA 02116
Bid
Project (name and location):
Rail Park Improvements, Kalispell, MT
Bid Due Date: 2/16/2024
Bond 001
Penal Sum: Ten Percent of the Total Amount Bid 10%
Date of Bond: 01/30/2024
Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth in this Bid Bond,
do each cause this Bid Bond to be duly executed by an authorized officer, agent, or representative.
Bidder Surety
L.H.C., Inco o 11 Liberty Mutual Insurance Company
11 f r a! ame of Bid e (Full form me re
§4f X _ 1 o aratesealJ
(Signature)((
N a me: C( Cl Y_X .�.
or
By;
Name: John D_ l,Paf
'Title: e Si o��w Title: A
Attest: Attest:
(Atta9 owe( of At torney)
(Printed or typed)
In -Fact
��/ 1� C/ Sf"e-`� [-wyno�ure�
Name: �/ _ Name; Kimberly Hodson ij//
(Printed or typed)
s (Printed ar typed)
Title; E5 c� Title; Bond Clerical
Notes; (1) Note; Addresses ore to be usedfor giving any required notice. (2) Provide execution by any additional parties, such as
joint venturers, if necessary.
EJCDC® C-430, Bid Bond (Penal Sum Form).
Copyright"' 2018 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved.
Page 1 of 2
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 will be Owner's sole and exclusive remedy upon default of Bidder,
2. Default of Bidder occurs 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.
3. This obligation will be null and void if:
3.1. 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 bythe 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 within 30 calendar days after
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.
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 does not in the aggregate exceed 120 days from the Bid due date without Surety's
written consent.
6. No suit or action will be commenced underthis 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
the Bid due date.
7. Any suit or action under this Bond will be commenced only in a court of competent jurisdiction located in
the state in which the Project is located.
8. Notices required hereunder must 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 Postal Service registered or certified mail, return receipt requested, postage pre -paid, and
will 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 will 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 governs and the remainder of this Bond that is not in conflict therewith continues in full force and
effect,
11. The term "Bid" as used herein includes a Bid, offer, or proposal as applicable.
EJCQC° C-430, Bid Bond (Penal Sum Form).
Copyright° 2018 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved.
Page 2 of 2
This Power of Attorney limits the acts of those named herein, and they have no authority to
10� bind the Company except in the manner and to the extent herein stated.
Liberty Liberty Mutual Insurance Company
mutual The Ohio Casualty Insurance Company Certificate No; 8209966-969551
SURETY West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized tinder the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Amy
Steinmetz; Blaine D. Martin; Brooke A. Gayness; Casey Caywood; Chris Jermunson; Gary Paladichuk; Jamie M. Roe; Janece L. Wilhelm; Jarren Komac; John D. Leaf;
Jon Tierney; Kaye U. Muzzana, Kimberly Hodson; Kristin A, Piccioni; Marsha Hattel; Nathan Dakley; Robert C. Pfennias ShnrrPca nr�r
ail of the city of Great Falls state of MT each individually if there be more than one named, its true and lawful attorney -in -fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons,
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this I Sth day of_ A ram, 2023 ,
tNSUp Liberty Mutual Insurance Company
JP oRP°� yy JpV�Y rNS�/ a tNSUR The Ohio Casualty insurance Company
j r° rfio `rt, R Cl P=°RQOjr�fi West American 1 surance Company
1912
r 9 m o a 21919� o a 1991 0
Wo
d�6i?y��y aamv� �.aa�da UT O
N * 1 * h �Y U
ms State of PENNSYLVANIA David M. Carey, Assistant Secretary a
� County of MONTGOMERY
c=
V O
o = On this 18th day of April 2023 before me personally appeared David M. Carey, who acknowledged himself lobe the Assistant Secretary of Liberty Mutual Insurance
r5 Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
> therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
as m
_ IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. Q
0 Qi 5 PAS;, d tD
O 0 Q�' oNwg F< ETeenwealth of Pennsylvania - Notary Seal v�
rsa Paslella, Notary Public4 OF MonlgomeryCounty�� ommiss#bn expires March 28, 2825 �Y. O Commission number 1126044 Q.Y
�T'VSwtNPG Member• Pennsylvania Association of Aeresa Pastella, Notary Public Q ,
t4 q Q�� p o
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 oNo
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
0 04
ARTICLE !V — OFFICERS: Section 12. Power of Attorney, 04
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the 0CD
cTi President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety L°
any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall -a M
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such 0 ds
o instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the f m
provisions of this articie may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. 0
ARTICLE All — Execution of Contracts: Section 5. Surety Bonds and Undertakings. L- Q
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation —The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization -- By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and'affixed the seals of said Companies this 30th day of January , 2024
P4INSU� y1-? INS& INSU
J o�PO� L JP vase 29 P� po R9
�3a Teo fi u 3G �r�O n +Y 2�°� �rayrt�
1912 _ "'
o a z1919 o a 1991 o B ���
M45�( �N y:AIASt' a a Renee C. Llweyn, Assistant Secretary
LMS-12873 LMIC OCIC WAIC Multi Cc 02121
K L]
ADDENDUM NO. 1
RAIL (PARK DRIVE IMPROVEMENTS
KALISPELL, MT
BID DATE: February 161h, 2024
BID TIME: 11:00 am
LOCATION: Flathead Economic Development Authority, 44 2nd Ave W, Kalispell, MT 59901
This addendum is written for the purpose of clarification and/or modifications to the Contract Documents.
Acknowledgement of Addenda shall be noted on page 2 of Section 00410 Bid Form.
CONTRACTOR QUESTIONS
Question #1: How are contaminated soils to be handfed?
Engineer's response: The Third -Party Work Plan and associated SOPS included in the Appendix of the Specifications
details the handling of contaminated soils, If soils are encountered that are suspicious in nature by look or smell,
stop all work and notify the Engineer or Owner.
Question #2: Will the City of Kalispell accept the responsibility for watering the newly planted trees?
Engineer's response: Per the City of Kalispell, all trees planted as part of the project fail under the city's two-year
warranty. The contractor should include in the bid any efforts needed to water them or otherwise keep them alive
for the duration of the warranty,
Question #3: Will the City of Kalispell accept the use of "Gator Bags" for watering the newly planted trees?
Engineer's response: Gator Bags are an acceptable method of watering. The city is not responsible for maintaining
the water method during the duration of the warranty.
Question #4: Can contaminated soils be left on a tarp within the contamination zone?
Engineer's response: The Third -Party Work Plan and associated SOPS included in the Appendix of the Specifications
details the handling of contaminated soils. If soils are encountered that are suspicious in nature by look or smell,
stop all work and notify the Engineer or Owner.
Question #5: Can top soils from cut on KRY site be used as fill outside of the KRY site but in the project area?
Engineer's response: Yes, but the soil must be tested and meet regulatory requirements before moving the soil.
Question #6: What is the timeframe for completion?
Engineer's response: The completion timeframe is detailed in specification Section 00520 Article 4. Special
consideration will be given to the planting of all trees based upon the availability of the specified species and the
timeframe for planting which provide the highest success rate for the keeping the trees alive during the warranty
period.
Question #7: Will KU provide survey staking services?
Engineer's response: Yes.
Question #S: Who is responsible for Quality Control?
Engineer's response: The contractor is responsible for Quality Control, including concrete testing. Contractor shall
include material testing for concrete in unit bid price. Concrete testing shall include cylinder breaks at 7-, 14- and
Rail Park Drive Improvements
KU Project 2325-01621 Addendum No, 01
Page 1 of 2
28-days. Tests shall be taken every 1000 LF of sidewalk, including the locations of the CHS approaches.
Question #9: Will the City be doing the Final Inspection?
Engineer's response: KU will conduct the final inspection. The owner and city representatives may attend.
Question #10: What is the estimate cost of construction?
Engineer's response: The estimated cost of construction is $675,000.
Question #11: What are the soil Cut/Fill estimates?
Engineer's response: There is a net fill estimate of 441 CY for gravel and topsoil combined. Based upon this estimate
it is assumed all soils can be reused or wasted on site. Specification Division 1, Section 01200 Measurement and
Payment should be modified to strike out the following paragraph...
Question #12: The Bid Form Item 701 Soil Amendment and Fine Grading has the unit CY (cubic yard), however
Section 01200 Measurement and Paymentsection 1.03 item Soil Amendment and Fine Grading include units in both
cubic yards and as lump sum.
Engineer's response: Modify Section 01200 Measurement and Payment section 1.03 item Soil Amendment and
Fine Grading to read as follows...
"Payment for Soil Amendment and Fine Grading shall be at the unit price shown in the Bid Form."
Question #13: The published invitation to Bid and the FCEDA website indicate a bid date of February 16t" but the
Project Manua! version shows February 2"d. What is the bid date?
Engineer's response: Revise Division 0, Section 00100, first paragraph to read as follows...
"Separate sealed bids for the construction of Rail Park Improvements will be received by the Flathead
County Economic Development Authority (FCEDA), 44 2nd Ave W, Kalispell, MT 59901 until 11:00 AM, local
time on Friday, February 16, 2024, and then publicly opened and read aloud."
Mark Rohweder, PE
2/2/24
ONTA y�
ARIL
6D R
AU
END OF ADDENDUM NO. 1
Rail Park Drive Improvements
KU Project 2325-01621 Addendum No. 01
Page 2 of 2
ADDENDUM NO. 2
RAIL, PARK DRIVE IMPROVEMENTS
KALISPELL, MT
BID DATE: February 16", 2024
BID TIME: 11:00 am
LOCATION: Flathead Economic Development Authority, 44 2nd Ave W, Kalispell, MT 59901
This addendum is written for the purpose of clarification and/or modifications to the Contract Documents.
Acknowledgement of Addenda shall be noted on page 2 of Section 00410 Bid Form,
CONTRACTOR Q STIONs
Question #1: How is seeding to be kept alive and does seeding fall into the City's two-year warranty?
Engineer's response: Per the City of Kalispell, the scope of this effort shall be included in the contractors work and
that the two-year warranty applies to ail plantings.
Question #2: What are soil amendments on the bid form?
Engineer's response: For the purposes of this specification bid form soil amendments refer to topsoil,
Question #3: What amendments or soils are required for tree plantings?
Engineer's response: The specification does not have a specific requirement for tree planting soils; however, trees
should be planted in a manner that provides the best possible chance for survival and meeting the city's two-year
warranty for all plantings.
Question #4: The Notes on sheet 15 (L5) call for 6" minimum topsoil and the Typical on sheet 5 (G5) calls for 4"
topsoil?
Engineer's response: The Typical on Plan Sheet 5 (G5) shall read 6" of topsoil.
Mark Rohweder, PE
2/12/24
oNTIq y�
ARK
145PE R
` �CAIAl-
END OF ADDENDUM NO. 2
Rail Park Drive Improvements
KU Project 2225.01245 Addendum No. 02
Page 1 of 1