Loading...
HomeMy WebLinkAboutResolution No. R21-43RESOLUTION AWARDING CO► CONSTRUCTION THE CONTRACTFOR LAUREL'STHE CITY OF YELLOWSTONE •i PROJECT AND TO AUTHORIZE THE MAYORTO SIGN ALL DOCUMENTS RELATING TO THE PROJECTON THE CITY'S WHEREAS, the City of Laurel planned and publicly advertised the project known as the Yellowstone River Water Crossing Project, and the City received responsive bids from qualified contractors; and WFIEREAS, the City's Engineers, KLJ, and City Staff considered the bids received and recommends the City Council award the project and that the contract is in the City's best interest; and WHEREAS COP Construction submitted a bid of $281,740.00 and both KLJ and the City Staff havedetermined the bid is u1 the best interest of the City. The Bid documents are attached hereto and incorporated herein. NOW, THEREFORE, BE IT RESOLVED the City Council of the City of Laurel, Montana, finds that the City has followed its procurement policies and state law requiring competitive bidding; and BE IT FUTHER RESOLVED the City Council hereby awards the contract and project to Cop Construction for its bid price of $281,740.00. The Mayor and City Clerk are authorized to sign all necessary documents, agreements, or contracts on the City's behalf consistent with this resolution for the Project. Introduced at a regular meeting of the City Council on May 25, 2021, by Council Member Klose. PASSED and APPROVED by the City Council of the City of Laurel this 25th day of May 2021. APPROVED by the Mayor this 25th day of May 2021. CITY OF LAUREL lli6mas C. Nelson, Mayor R21-43 Award Yellowstone River Water Crossing Project— COP Construction A Bethany La , Cl Treasurer Approved as fort: — ,,,d Sam Painter, Civil City Attorney R21-43 Award Yellowstone River Water Crossing Project — COP Construction 2611 Gabel Road Billings, Mt 59102-7329 406 245 5499 KUENG.COM May 3, 2021 Kurt Markegard City of Laurel 115 W. 1st Street Laurel, MT 59044 Re: Yellowstone River Water Crossing Project — Recommendation of Award Dear Kurt: Bids for the Yellowstone River Water Crossing project were received April 29, 2021. Two bids were opened and read aloud, with bid amounts being $341,120.00 and $281,740.00. The bids were checked for mathematical accuracy and no discrepancies were found. The lowest bidder is Cop Construction. We recommend the contract be awarded to Cop Construction, accordingly. Enclosed is the Notice of Award (NOA) for the City's approval and a Certified Bid Tabulation. Please sign, date and return four (4) original NOA forms; upon receipt, we will work with Cop Construction to route final Contracts for the City's approval. If you have any questions or concerns, please contact me at (406) 245-5499. Sincerely, Ryan E. Welsh, PE Project Engineer Enclosure(s): Notice of Award Certified Bid Tabulation Project #: 2004-00542 cc: file ENGINEERING, REIMAGINED Date: Project: Yellowstone River Water Crossing Project Owner: City of Laurel Owner's Contract No.: Contract: As described in the Bid Documents Engineer's Project No.: 2004-00542 Bidder: Cop Construction Inc. Bidder's Address: 242 S. 64"' St West Billings, MT 59106 You are notified that your Bid dated April 29, 2021 for the above Contract has been considered. You are the Successful Bidder and are awarded a Contract for the Yellowstone River Water Crossing Project. The Contract Price of your Contract is Two Hundred Eighty-one Thousand, Seven hundred and Forty Dollars and Zero Cents ($281,740.00). 4 copies of the proposed Contract Documents accompany this Notice of Award. You must comply with the following conditions precedent within fifteen [15) days of the date you receive this Notice of Award. 1. Deliver to the Owner four 4 fully executed counterparts of the Contract Documents. 2. Deliver with the executed Contract Documents the Contract Security [Bonds] as specified in the Instructions to Bidders (Article 20) and General Conditions (Paragraph 5.01). 3. Other conditions precedent: (none) Failure to comply with these conditions within the time specified will entitle Owner to consider you in default, annul this Notice of Award, and declare your Bid security forfeited. Within ten days after you comply with the above conditions, Owner will return to you one fully executed counterpart of the Contract Documents. City of Laurel Title Copy to Engineer Yellowstone River Water Crossing Notice of Award Form 00510 KU Project 2004-00542 Page 1 of 1 I Ag - — - — - - — - — - — — - — - - as — - — — 8 — 8 - 8 - 8 - — - - - - - - - — 8 8 8 d g 6 g 8 R gF 4; 0 w 9 c oc 2 0 t 3: 2 =Xa 'EE= 252 o 1! o E 1 o I Notice to Proceed Date: 6/28/2021 Project: Yellowstone River Water Crossing Project Owner: City of Laurel Owner's Contract No.: Contract: Base Bid Engineer's Project No.: 2004-00542 Contractor: Cop Construction, LLC Contractor's Address: 242 S. 64th St. West MT 59106 You are notified that the Contract Times under the above Contract will commence to run on June 28, 2021. On or before that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 4 of the Agreement, the numbers of days to achieve Substantial Completion is 30 days, and the number of days to achieve readiness for final payment is 44 days. Before you may start any Work at the Site, Paragraph 2.01.6 of the General Conditions provides that you and Owner must each deliver to the other (with copies to Engineer and other identified additional insured and loss payees) certificates of insurance which each is required to purchase and maintain in accordance with the Contract Documents. Also, before you may start any Work at the Site, you must: 1. Obtain coverage under the General Permit for Discharges associated with Construction Activities and submit proof of coverage to Engineer. City of Laurel Owner Gives y: Lam!%� 6 Authorized Signature Title /71ZIZI Date Copy to Engineer Yellowstone River Water Crossing Notice to Proceed Form C-550 KU Project 2004-00542 - Page 1 of 1 SECTION 00500 AGREEMENT FORM This Agreement is dated as of the 81 . day of in the year 2021, by and between the CITY OF LAUREL, hereinafter called "Owner" and -GbP LLC, hereinafter called "Contractor". Ownerand Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1— WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: The removal and replacement of the insulated 4" HDPE waterline that crosses the Yellowstone River on Highway 212. The waterline will be replaced from the underground point on the north side of the river to the underground point on the south side of the river. ARTICLE 2—THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part v is generally described as follows: Yellowstone River Waterline Crossing ARTICLE 3 — ENGINEER 3.01 The Project has been designed by Kadrmas, Lee and Jackson, Inc. (KU), who is hereafter called Engineer and who is to act as Owner's Representative, assume all duties and responsibilities and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 4 — CONTRACT TIMES 4.01 Time of the Essence A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Days for Substantial Completion and Final Completion. A. The Work will be substantially completed within 30 calendar days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. Final Completion of the Work shall be within 14 calendar days after the date of Substantial Completion. Yellowstone River Waterline Crossing Agreement Form Section 00500 KU Project 2004-00542 Page 1 of 8 4.03 Liquidated Damages A. Owner and Contractor recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner one thousand, four hundred dollars ($1,400.00) for each day that expires after the time specified in Paragraph 4.02 above for Substantial Completion until the Work is substantially complete and five hundred dollars ($500.00) for each day after the time specified in paragraph 4.02 for Final Completion. ARTICLE 5 — CONTRACT PRICE 5.01 Contract Payment A. Owner shall pay Contractor for completion of the work in accordance with the Contract Documents an amount equal to the sum of the established Unit Price for each separately identified item of Unit Price Work times the quantity of that item that is constructed and accepted. Unit prices are those listed in the Unit Price Schedule of the Bid Form attached as Exhibit A to this Agreement. Estimated quantities used for bidding purposes are not guaranteed. Payment will be for actual quantities as determined by Engineer in accordance with Paragraph 9.07 of the General Conditions. Unit prices have been computed as provided in Paragraph 11.03 of the General Conditions. ARTICLE 6 — PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the Contract Documents. 6.02 Progress Payments; Retainage A. Owner shall make progress payments in accordance with Article 14 of the General Conditions on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work completed measured by the number of units of each bid item completed times the bid unit price in the Unit Price Schedule of the Bid Form for that item; 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the work completed but, in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine or Owner may withhold, in accordance with Paragraph 14.02 of the General Conditions, and less the following retainages. Yellowstone River Waterline Crossing Agreement Form Section.00500 KU Project 2004-00542 Page 2 of 8 a. Owner shall retain five percent (5%) of the amount of the work completed until Final Completion and acceptance of all Work covered by the Contract Documents. b. Owner shall retain five percent (5%) of materials and equipment not incorporated in the Work (but delivered, suitably stored, and accompanied by documentation satisfactoryto Owner as provided in Paragraph 14.02 of the General Conditions). 2. Upon Substantial Completion and at Owner's discretion, the amount of retainage may be further reduced if requested by Contractor. 6.03 Final Payment A. Upon Final Completion and acceptance of the Work in accordance with Paragraph 14.07 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Paragraph 14.07. ARTICLE 7 — INTEREST 7.01 All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest at the maximum rate allowed by law at the place of the Project. ARTICLE 8 — CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce Owner to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents (including all Addenda) listed in Article 9 and the other related data identified in the Bidding Documents. B. Contractor 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 furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance and furnishing of the Work. D. Contractor 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 and as provided in Paragraph 4.02 of the General Conditions, and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site which has been identified in the Special Provisions as provided in Paragraph 4.06 of the General Conditions. Contractor acknowledges that such reports and drawings are not Contract Documents and may not be complete for Contractor's purposes. Contractor acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. Yellowstone River Waterline Crossing Agreement Form Section 00500 KU Project 2004-00542 Page 3 of 8 E. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site or otherwise, which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor including applying the specific means, methods, techniques, sequences and procedures of construction, if any, expressly required by the Contract Documents to be employed by Contractor, and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. G. Contractor 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 Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (Pages 1 to 8, inclusive); 2. Performance bond (Pages 1 to 3, inclusive); 3. Payment bond (Pages 1 to 3, inclusive); 4. Standard General Conditions (MPWSS); 5. Supplementary Conditions (MPWSS); 6. Special Provisions (Pages 1 to 2, inclusive); Yellowstone River Waterline Crossing Agreement Form section 00500 KU Project 2004-00542 Page 4 of 8 7. Specifications as listed in the table of contents of the Project Manual; 8. Drawings consisting of a cover sheet numbered G1 and G2 with each sheet bearing the following general title: Yellowstone River Waterline Crossing; 9. Addenda (Numbers 1 to 1, inclusive); 10. Wage Rates; 11. Exhibits to this Agreement (enumerated as follows): a. Contractor's Bid (Pages 1 to 8, inclusive); b. Documentation submitted by Contractor prior to Notice of Award (As attached); c. Notice of Award 12. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Notice to Proceed; b. Written Amendments; c. Work Change Directives; d. Change Orders; e. Any Notice of Partial Utilization; f. Notice of Substantial Completion; g. Notice of Final Completion and Acceptance 13. Supplementary Specifications; 14. Certificates of Insurance; 15. Montana Public Works Standard Specifications, Sixth Edition, dated April 2010. B. There are no Contract Documents other than those listed above in this Article 9. C. The Contract Documents may only be amended, modified, or supplemented as provided in Paragraph 3.04 of the General Conditions. ARTICLE 10 — MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, Yellowstone River Waterline Crossing Agreement Form Section 00500 KLl Project 2004-00542 Page 5 of 8 specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. Owner and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. Yellowstone River Waterline Crossing Agreement Form Section 00500 KU Project 2004-00542 Page 6 of 8 { Yellowstone River Waterline Crossing Agreement Form Section 00500 KU Project 2004-00542 Page 6 of 8 IN WITNESS WHEREOF, Owner and Contractor have signed five (5) copies of the Agreement. Three (3) counterparts have been delivered to Owner, one (1) to Contractor, and one to Engineer. All portions of the Contract Documents have been signed or have been identified by Owner and Contractor or by Engineer on their,6ehalf. ; This Agreement will be effective on 1■ ow Z5 , so?'I This agreement'shall not be effective unless and until concurred by Funding Agency's (if any) designated representative. OWNER: City of La)del (Signature) Name:'- ar)Y O -S (2. KICUSOn or Attes . gn re) ddress forgiving notices: . h 2DW L0 L uXU Kk-T 6Q D44 Phone: CLQ, Q Zg ��13 CONTRACTOR: COP CONSTRUCTION LLC By: (Signature) Name: / v v 119V(e Attest: q�{ (Signature) Address forgiving notices: PQ, IJOX Phone: 4Mr — &5& (CORP` AAvP F (SEAL)--'070RPOPAr' ......... � � •% 6 m t. SE (If Ow �1,� IS44gittach ryL } evic{�trceauthOrityignand 9''•,, `P authorTz*, T(GgVki[,dfOwner- Contractorent.) Contractor Registration No. Agent for service of process (If CONTRACTOR is a corporation, a partnership, or a joint venture, attach evidence of authority to sign.) ' Yellowstone River Waterline Crossing Agreement Form Section 00500 KU Project 2004-00542 Page 7 of 8 Owner's Designated Representative: Contractor's � D/esignated Representative: /V Name: Name: Title: Title: Address: Address: b, Q,j' Q7 M/ 5qlLw Phone: Phone: - y/ /ps&-Z—/t1P-V FAX: FAX: /0b 4 * &5& - /Z0,3 , AGENCYCONCURANCE: As lender or insurer of funds to defray costs of this Contract, and without liability Ifor any payments thereunder, the Agency hereby concurs in the form, content and execution of this Agreement. By: _ Title: Date:. (Agency Official's Signature) END OF SECTION Yellowstone River Waterline Crossing Agreement Form Section 00500 KU Project 2004-00542 Page 8 of 8 Exhibit A SECTION00300 BID FORM PROJECT IDENTIFICATION: Yellowstone River Waterline Crossing Laurel, Montana KU PROJECT: 2004-00542 ARTICLE 1— BID RECIPIENT 1.01 This Bid is submitted to: City of Laurel 115 West V Street Laurel, MT 59044 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 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. ARTICLE 2 — BIDDER'S ACKNOWLEDGEMENTS 2.01 Bidder accepts all the terms and conditions of the Advertisement or Invitation to Bid, and Instructions to Bidders, including without limitations 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. ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 in submitting this Bid, Bidder represents, asset forth in the Agreement, that: A. Bidder has examinedand 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 1 4/27/2021 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. Yellowstone River Waterline Crossing Bid Form Rev. Section 00300 KU Project 2004-00542 Pagel of 8 Exhibit A 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 Hazard Environmental Condition, if any, which has been identified in the Special Provisions as provided in Paragraph 4.06 of the General Conditions. 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 this Bid for performance of the Work atthe 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. ARTICLE 4 — BIDDER'S CERTIFICATION 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 no 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. Yellowstone River Waterline Crossing Bid Form Rev. Section 00300 KU Project 2004-00542 Page 2 of 8 rnMW-1 ARTICLE 5 — BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following . price(s): Yellowstone River Waterline Crossing City of Laurel, MT Yellowstone River Waterline Crossing Bid Form Rev. Section 00300 KU Project 2004-00542 Page 3 of 8 SCHEDULE 1—BASE BID Item # Description Estimated Quantity Unit Unit Price Total Estimated Cost 101 Mobilization 1 LS $a,(D00.GC$ IC1000.00 102 Taxes, Bonds & Insurance 1 LS 60 $b-.600.00 103 Construction Traffic Control 1 LS 93000. 104 Connect to Ex. Water 2 EA $ 700 , 0 $ tLA 105 " PVC Water Main 20 LF 1;00D.00 $ 106 " PVC to HDPE Coupler 2 EA Is $ 1 0 107 " HDPE Water Main 20 LF D $ p, 108 " HDPE Insulated Water Main 665 LF $jVj, DD$ .O(D 109 Expansion Joints 5 EA $ $ 110 Air Release Structure 1 EA 00. $ to(), 0 111 Remove & Replace Mounting. Bracket 10 EA $ 5 $ 5 0000 112 " HDPE Pipe Bends 5 EA $5, 000. 113 Tree Removal 1 EA 0 114 Connect to Junction Box 1 EA s W.0p5 5pD. 115 Thermocable 900 LF 2Z. c) $ I 11, %00.0 116 Exploratory Excavation 4 Hrs $ ,1x0.00 $ I gy0.00 Total Bid—Schedule 1 $ 40, 00 Yellowstone River Waterline Crossing Bid Form Rev. Section 00300 KU Project 2004-00542 Page 3 of 8 Exhibit A A. Unit Prices have been computed in accordance with paragraph 11.038 if 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 be discrepancy exist in the Total Estimated Price and Total Amount of Unit Price Bid as listed above after extensions are checked and corrections made, if any, the Total Amount of Unit Prices Bid are corrected shall be used in awarding this Contract. D. Owner reserves the right to reject any or all bids. ARTICLE 6 —TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. ARTICLE 7—ATTACHMENTS TO THIS BID 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. ARTICLE 8— DEFINED TERMS 8.01 The terms used in this Bid with the initial capital letters have the meanings indicated in the Instructions to Bidders, GeneralConditions, and the Supplementary Conditions. Yellowstone River Waterline Crossing Bid Form Rev. Section 00300 KU Project 2004-00542 Page 4 of 8 Exhibit A ARTICLE 9— BID SUBMITTAL SUBMITTED on April 29th, 2021 (Date) Montana Contractor's Registration # 55440 Employer's Tax ID No. 47-0897586 If Bidder Is: An individual: Name (typed or printed): a (individual's signature) Doing business as: Business Address: Phone No.: A Partnership: Partnership (Signature) Name (typed or printed): Business Address: FAX No: Phone No.: FAX No: Yellowstone River Waterline Crossing Bid Form Rev. ' Section 00300 KU Project 2004-00542 Page 5 of 8 ACorporation: Name: COP Construction LLC (Corporation Name) State of Incorporation: Type (Generali iness, Prg0§61onal, Service, Limited Liability): Limited Liability person authorized to sign) Title: Estimating Manager Exhibit A BusinessAddress: 242 S. 64th Street West, Billings MT 59106 Phone No.: 0. 0. Date of Qualification to Do Business Is: A Joint Venture: Each Joint Venture Must Sign Joint Venturer Name: By: Name: Title: Business Address: (Name) (Signature of Joint Venture Partner) (Name, Printed or typed) Phone No.: FAX No: Yellowstone River Waterline Crossing Bid Form Rev. Section 00300 KU Project 2004.00542 Page 6 of 8 Joint Venturer Name: By: Name: Title: Business Address: Phone No.: (Name) (Signature of Joint Venture Partner) (Name, Printed ortyped) FAX No: Address of Joint Venture for Receipt of Official Communication: Business Address: Phone FAX No: -Mj;fl$I W-1 (The manner of signing for each individual, partnership and corporation that is a partytothejointventure should be in the manner indicated above.) 140IBill *i:wl167f1 Yellowstone River Waterline Crossing Bid Form Rev. Section 00300 KU Project 2004.00542 Page 7 of 8