Thursday, April 18, 2024
34.0°F

Legals for February, 7 2021

| February 7, 2021 12:00 AM

No. 27506 INVITATION TO BID CITY OF COLUMBIA FALLS 6TH AVENUE WEST OVERLAY PROJECT Notice is hereby given that sealed bids will be received by the City of Columbia Falls at the Office of the City Clerk, City Hall, 130 6th Street West, until 2:00 p.m. local time, Tuesday, February 16, 2021 for the "6th Avenue West Overlay Project", and will then be opened and publicly read in the City Council Chambers. The work generally consists of overlay paving of 6th Avenue West between 9th Street West (Hwy 2) and 13th Street West, including various quantities of paving, patching, crack seal, tack coat, adjustment of structures, and concrete curb ramps. The Engineer's estimate for the work is between $250,000 and $300,000. All work must be accepted and complete no later than August 31, 2021. Additional schedule provisions apply as described in the contract documents. The detailed scope of work and contract documents may be examined or obtained at the City of Columbia Falls Public Works Department, 130 6th Street West, Columbia Falls, MT 59912. The Contract Documents are also available online at https://www.cityofcolumbiafalls.org/rfps. To be added to the Plan Holder's List email bradshawt@cityofcolumbiafalls.com with your request. All questions prior to the opening of bids shall be directed to Tyler Bradshaw, P.E., City of Columbia Falls Public Works Director at bradshawt@cityofcolumbiafalls.com, (406) 892-4430. Each Bid must be accompanied by a cashier's check, certified check, or bid bond payable to the City of Columbia Falls, in an amount not less than ten percent (10%) of the total amount of the bid. Successful Bidders shall furnish an approved Performance Bond and a Labor and Materials Payment Bond, each in the amount of one hundred percent (100%) of the contract amount. Insurance as required shall be provided by the successful Bidder and a certificate of that insurance shall be provided. Contractor and any of the contractor's subcontractors bidding or doing work on this project will be required to be registered with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the Department of Labor and Industry, P.O. Box 8011, 1805 Prospect, Helena, Montana 59604-8011. Information on registration can be obtained by calling (406) 444-7734. All laborers and mechanics employed by contractor or subcontractors in performance of the construction work shall be paid wages at rates according to the current Montana Prevailing Wage Rates. The contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national origin. Bids must be sealed and marked "6th Avenue West Overlay Project Sealed Bid" with the contractor's name, address, and Montana Contractor's Registration Number, and addressed to: City of Columbia Falls Clerks Office, 130 6th Street West, Columbia Falls, MT 59912. The City of Columbia Falls reserves the right to reject any or all bids, to waive any informality in a bid, or to accept the lowest responsive and responsible bid and bidder, and to make awards in the interest of the owner. The City of Columbia Falls is an equal opportunity employer. January 24, February 7, 2021 MNAXLP __________________________

No. 27484 INVITATION FOR BIDS The City of Kalispell, Montana will receive sealed bids for the 2021 Asphalt Material project. The bid includes furnishing plant mix asphalt materials to supply the City of Kalispell for scheduled street maintenance and improvement projects. Projects range from small utility patches, requiring less than two tons of asphalt hot mix, to mill and overlay projects requiring several hundred tons. Bid also includes item for disposal of asphalt. City costs for travel time and fuel will be considered in the evaluation of the bids received. Project Documents may be examined beginning January 19, 2021, through QuestCDN. The City of Kalispell portal to QuestCDN and further information about bid requirements is located on the City of Kalispell website at https://www.kalispell.com/bids.aspx. The City will be only accepting online electronic bids through QuestCDN. Contractors for the 2021 Asphalt Material project shall be registered with the Montana Department of Labor and Industry. The Contractor shall be properly registered at the time of submitting the Bid. Bids will be received by QuestCDN until 1:15 PM on Thursday, February 18, 2021. All bids will be publicly opened and read aloud immediately thereafter in the First Floor Conference Room, 201 First Avenue East, Kalispell, Montana 59901. Authorized by order of the City Council of the City of Kalispell, Montana, in a regular meeting held on August 17, 2020. City of Kalispell, Aimee Brunckhorst, CMC, City Clerk & Communications Manager January 17, February 7, 2021 MNAXLP __________________________

No. 27485 INVITATION FOR BIDS The City of Kalispell, Montana will receive sealed bids for the 2021 Milling and Paving project. The project primarily consists of furnishing materials, labor, and equipment required to mill city streets, taper mill city streets, reconstruct city streets, or mill and overlay city streets. Project Documents may be examined beginning January 19, 2021, through QuestCDN. The City of Kalispell portal to QuestCDN, and further bidding requirements are located on the City of Kalispell website at https://www.kalispell.com/bids.aspx. The City will be only accepting online electronic bids through QuestCDN. Construction of the 2021 Milling and Paving project shall be performed by a Contractor who is registered with the Montana Department of Labor and Industry. Any bidder wishing further information may obtain the same from the City of Kalispell Public Works Department, 201 First Avenue East, Kalispell, Montana 59901. Phone 406-758-7720. A Pre-Bid Meeting will be held in the City Hall Lower Level Conference Room, 201 First Avenue East, Kalispell, Montana 59901 at 9:00 AM on Wednesday, February 10, 2021. Interested Bidders are encouraged to attend the Pre-Bid Meeting. Bids will be received by QuestCDN until 1:15 PM on February 17, 2021. All bids will be publicly opened and read aloud immediately thereafter in the First Floor Conference Room, 201 First Avenue East, Kalispell, Montana 59901. Authorized by order of the City Council of the City of Kalispell, Montana, in a regular meeting held on August 17, 2020. City of Kalispell, Aimee Brunckhorst, CMC, City Clerk & Communications Manager January 17, February 7, 2021 MNAXLP __________________________

No. 27519 AUDIT PUBLICATION STATEMENT An audit of the City of Kalispell has been conducted by Wipfli LLP. The audit covered the fiscal year ended June 30, 2020. Section 2-7-521, MCA, requires the publication of the following summary of significant findings. Summary of Significant findings The auditor's prepared three reports and a schedule of findings and questioned costs for the City of Kalispell. Following is a list of the reports and a summary of the findings included in each. This is only a summary and is not intended to be used as an audit report. Independent Auditor's Report. An audit of the City of Kalispell's fiscal year 2020 financial statements and related notes. There were no material weaknesses identified, no significant deficiencies reported, and noncompliance material to the financial statements wasn't noted. The financial statements and related notes received an unmodified opinion. Report on Internal Control Over Financial Reporting and on Compliance and Other Matters Based on an Audit of Financial Statements Performed in Accordance with Government Auditing Standards. There were no material weaknesses identified. Report on Compliance for Each Major Program and Report on Internal Control Over Compliance Required by the Uniform Guidance. This report found the City complied, in all material respects, with the types of compliance requirements that could have a direct and material effect on each of its major federal programs for the year ended June 30, 2020. The report on compliance for major programs received an unmodified opinion. Schedule of Findings and Questioned Costs consist of four sections. Section I is a summary of auditor's results. Section II summarizes the financial statement findings. Section III summarizes the federal awards findings. Section IV is the current status of prior year findings. There were no fiscal year 2020 or prior year's findings. Public Inspection of Audit Report The complete audit report is on file in its entirety and open to public inspection at Kalispell City Hall, 201 1st Avenue East, or on the City's website, www.kalispell.com. Sincerely, Rick Wills, CPA Finance Director February 7, 2021 MNAXLP __________________________

No. 27523 INVITATION FOR BIDS The City of Kalispell, Montana will receive sealed bids for the 2nd Ave W Water Main Replacement Project. The project primarily consists of furnishing materials, labor, and equipment required to install approximately 807 linear feet of 8-inch PVC water main. Also included in the project are; water valves, fire hydrants, water service connections, paved surface, sidewalk and landscape restoration. One bid Alternate will be reviewed. Additive Alternative 1 includes approximately 115 linear feet of 8-inch PVC water main as well as additional valves, fire hydrant and connections to the existing main. The bid will be awarded based on the sum of the Base Bid and Additive Alternate 1 even if Additive Alternate 1 is not awarded. Plans and specifications may be examined beginning, February 8th, 2021, through QuestCDN. Full bidding requirements and the link to QuestCDN is located using the City of Kalispell website at: www.kalispell.com/bids.aspx. The City will only be accepting online electronic bids through QuestCDN. A Pre-Bid Meeting will be held in the City Hall First Floor Conference Room, 201 First Avenue East, Kalispell, Montana 59901 at 3:30 PM on Wednesday, February 24, 2021. Interested Bidders are encouraged to attend the Pre-Bid Meeting. Bids will be received by QuestCDN until 3:30 PM on Wednesday, March 3, 2021. All bids will be publicly opened and read aloud at 3:30 PM on Wednesday, March 3, 2021 in the First Floor City Hall Conference Room, 201 First Avenue East, Kalispell, Montana 59901. Authorized by order of the City Council of the City of Kalispell, Montana, in a regular meeting held on August 17, 2020. Aimee Brunckhorst, CMC, APR, City Clerk & Communications Manager February 7, 21, 2021 MNAXLP __________________________

No. 27529 INVITATION FOR BIDS The City of Kalispell, Montana will receive sealed bids for the Northwest Regional Stormwater Management Project. The project primarily consists of furnishing materials, labor, and equipment required to install a new storm sewer main with approximately 630 linear feet of twelve (12) inch PVC and RCP storm sewer main and 8640 linear feet of twenty-four (24) inch PVC and RCP storm sewer main. Also included in the project are 26 storm sewer manholes, two (2) detention facilities, one (1) drainage facility, three storm sewer outlet structures, culverts, gravel access road, existing gravel road grading, gravel surface restoration, site grading, and landscape restoration. Bidding documents may be examined at the City of Kalispell Public Works Department, 201 First Avenue East, Kalispell, Montana 59901. Plans and specifications may also be examined beginning February 7th, 2021, through QuestCDN. Full bidding requirements and a link to QuestCDN can be found on the City of Kalispell website at https://www.kalispell.com/bids.aspx. The City will be only accepting online electronic bids through QuestCDN. Any bidder wishing further information may obtain it from AE2S, 1288 N 14th Ave, Unit 103, Bozeman, Montana 59715. Email: zach.magdol@ae2s.com. Phone: 406-595-1979. A Pre-Bid Meeting will be held electronically at 2:30 p.m. on Thursday, February 25th, 2021. A meeting invitation will be sent out to all plan holders two days prior to the meeting. Interested Bidders are encouraged to attend the Pre-Bid Meeting. Bids will be received by QuestCDN until 2:30 p.m. on Thursday, March 4th, 2021. All bids will be publicly opened and read aloud via electronic meeting. A meeting invite will be sent out to all plan holders two days prior to the meeting and listed in the Q&A page for the project on QuestCDN. Authorized by order of the City Council of the City of Kalispell, Montana, in a regular meeting held on August 17, 2020. City of Kalispell, Aimee Brunckhorst, CMC, City Clerk & Communications Manager February 7, 21, 2021 MNAXLP __________________________

No. 27527 CALL FOR BIDS Notice is hereby given that sealed bids for the crushing and stockpiling of gravel at Flathead County's Bush gravel pit will be received by the County Board of Commissioners of Flathead County, Montana. The work contemplated consists of crushing and stockpiling the following: 1" MINUS CRUSHED GRAVEL WITH BENTONITE Approximately 35,000 tons of 1" inch minus crushed gravel at the Gladys Glen Pit in Flathead County. Flathead County has budgeted $350,000 for this material and reserves the right to increase or decrease quantities to meet the budget. Crushed material to meet specifications below. Crushed material shall include 1/2" minus crushed bentonite with less than 16% moisture content and free swell greater than 16 cc to achieve Plasticity Index as required. Contractor shall determine the amount of bentonite to achieve gravel that meets the specifications. PERCENTAGE BY WEIGHT PASSING SQUARE MESH SIEVES Sieve Size Job Mix Target Bands 1" 100 % 3/4" 97-100% 3/8" 70-80 % No. 4 51-63 % No. 16 28-39 % No. 40 19-27 % No. 200 12-20 % LL 35 max PI 6-12% The above gradation bands represent the job mix target limits, which determine the suitability of aggregate for use. The final job mix target gradation must be within the specified bands and uniformly graded from course to fine and not vary from the low limits on one screen to the high limit on the adjacent screen, or vice versa. Not less than 60% of coarse aggregate particles by weight shall have at least two mechanically fractured faces (ASTM D5821). Contractor performs sieve analysis (AASHTO T27 and T11) and liquid limit (AASHTO T89 Method A & T87), and plasticity index (AASHTO T90) every 2,000 tons. Actual amounts to be crushed shall be determined based upon quantity and unit prices. Crushed material quantity will be paid for by determining a rodded unit weight (ASTM C29) for product(s) and accompanying owner survey(s) to determine pile volume. All material up to 4 feet shall be crushed; any material over 4 feet will be considered oversize. Material and pit area may be viewed by making an appointment with the Road Department. The exact location of material to crush and of the stockpile will be designated by the Flathead County Road Department at the time of crushing. Contact the Flathead County Road Department if there are any questions or to set up a time to view the crushing site. Bid proposals must be submitted on a form to be provided for the purpose, addressed to the Board of County Commissioners, Room 302, 800 South Main, Kalispell, MT 59901, and enclosed in an envelope marked, "Proposal for Crushing and Stockpiling Gravel." No proposal will be considered unless accompanied by a proposal security in the amount of ten percent (10%) of his bid to secure the bidder's express covenant that if the bidder is awarded the contract, the bidder will, within ten (10) days, enter into a formal contract for the purchase and sale of said materials. Bid security shall be payable to Flathead County and shall be in the form of lawful money of the United States; a cashier's check, certified check, bank money order or bank draft issued by a Montana bank, or a bid bond executed by a surety corporation authorized to do business in Montana. A performance bond will be required for the faithful performance of the successful contractor in the full amount of the bid. Specifications, forms of contract, proposal blanks, and full instructions are on file and may be obtained at the Commissioner's Office, at 800 South Main, Room 302, Kalispell, MT 59901. Time is of the essence. Liquidated damages in the amount of $200 per day shall be due in the event that the contractor fails to complete the contract within sixty (60) days. This allows thirty (30) days for the contractor to file a public notice of moving and the State change of location notice. Extenuating circumstances will be considered by the County Commissioners for extension of the contract date. The successful bidder must contract to pay prevailing wage rates (Highway Construction Services) set by the Montana Department of Labor. The Contractor and all subcontractors will be required to have a certificate of registration from the Employment Relations Division of the Montana Department of Labor and Industry in the proper classification. The successful bidder must contract to give preference to the employment of bona fide residents of Montana in the performance of the work. A resident bidder will be allowed a preference against the bid of any nonresident bidder from any state or county that enforces a preference for resident bidders equal to the preference given in the other state or county. The successful bidder will also be required to provide proof of Workers' Compensation insurance and/or an independent contractor certification from the State dated after May 1, 2005, as well as satisfy the County's minimum insurance requirements. All sealed bids, plainly marked as such, must be delivered to the Clerk to Flathead County Board of Commissioners, 800 South Main, Room 302, Kalispell, MT 59901, on or before 4:30 PM on February 24, 2021. Bids will be opened and read at 8:45 AM on February 25, 2021 in the Commissioner's Chambers, 3rd floor of the County Courthouse. The Board of County Commissioners reserves the right to reject any and all bids and to accept the bid deemed to be in the best interest of Flathead County. The award of a bid will be made solely by the issuance of a letter of award to the successful bidder by the Office of the Flathead County Board of Commissioners. Dated this 2nd day of February, 2021 BOARD OF COUNTY COMMISSIONERS Flathead County, Montana By: /s/ Randy L. Brodehl Randy L. Brodehl, Chairman February 7, 14, 2021 MNAXLP ___________________________

No. 27532 INVITATION TO BID FLATHEAD COUNTY SOLID WASTE DISTRICT PHASE V GROUNDWATER PROTECTION SYSTEM CONSTRUCTION PROJECT Notice is hereby given that the Flathead County Solid Waste District will receive bids for the construction of the Phase V Groundwater Protection System Construction Project. The project generally consists of construction of a groundwater protection composite liner system, leachate collection and recovery system, stormwater improvements and gravel pad improvements. Work primarily consists of clearing/demolition, earthwork including mass excavation and stockpiling, subgrade preparation, geosynthetics deployment, gravel site surface, leachate gravel and protective soil cover placement, minor stormwater improvements, and other miscellaneous items. The proposed project is located in Flathead County, MT, approximately 4.8 miles north of the City of Kalispell, MT. All sealed bids plainly marked "Flathead County Solid Waste District: Phase V Groundwater Protection System Construction Project" must be delivered to the Flathead County Solid Waste District, 4098 Highway 93 North, Kalispell, Montana 59901, at or before 1:00 p.m., local time Friday, March 5, 2021. All Bids that have been duly received will be opened and read aloud immediately thereafter at the Flathead County Solid Waste District Office. All Bids must be in accordance with the Contract Documents on file at the following locations: Flathead County Solid Waste District Office, 4098 Highway 93 North, Kalispell, MT (406) 758-5773; and designated Plans Exchanges. Digital project bidding documents are available at the SWT Engineering website (www.swteng.com). Click on the link titled "Current Projects Bidding". You may download and print the Contract Documents, Specifications, and Construction Drawings at no charge, however, all Prime Contractors that intend to offer a bid for this project must contact Flathead County Solid Waste District at the address stipulated above to obtain an "official" Bid Proposal form and to get their name added to the Bidders List. Prime contractor's can also contact SWT Engineering (909.390.1328) to obtain an "official" Bid Proposal form and get their name added to the Bidders List. A non-refundable deposit of $20.00, made payable to SWT Engineering, will be required to obtain the "Official" Bid Proposal. The entire set of bidding documents may also be obtained in the form of printed Contract Documents, Specifications, Construction Drawings, and the "Official" Bid Proposal for a non-refundable deposit of $250.00, made payable to SWT Engineering, if the Contractor chooses not to download and print their own documents. No bids will be considered unless they are submitted on the "Official" Bid Proposal form and the Contractor's name has been included on the Bidders List. No bids shall be withdrawn for a period of 60 days after the scheduled closing time for receipt of bids. A mandatory in-person pre-bid conference will be held at the Flathead County Landfill, CFC Building (northwest corner of landfill green box container site), located at 4098 Highway 93 North, Kalispell, MT 59901 commencing at 9:00 a.m, local time on Thursday, February 18, 2021. This conference will adhere to all current Montana DPHHS protocols regarding COVID 19 i.e. social distance guidelines. To ensure that specific requirements identified within the contract documents and specifications are met, attendance of the pre-bid conference is MANDATORY. Bid security in the amount of ten percent (10%) of the bid to secure the bidder's express covenant that if the bidder is awarded the contract, the bidder will, within fourteen (14) days following the notice of award, enter into a formal contract for completion of the project. Bid security shall be payable to Flathead County Solid Waste District and shall be in the form of lawful money of the United States, as cashier's check, certified check, bank money order, or bank draft issued by a Montana bank, or bid bond executed by a surety corporation authorized to do business in Montana. A performance Bond and Labor and Materials Payment Bond each in the amount of One Hundred percent (100%) of the contract sum will be required of the successful bidder, to secure the contractor's covenant to faithfully perform all of the conditions of the contract in accordance with the law and that contract. The successful bidder must contract to pay prevailing wage rates, set by the Montana Department of Labor, and will be subject to withholding of 1% of all payments for transmittal to the Department of Revenue to pay the public contract tax. No bid shall be considered that does not carry the bidder's Montana Contractor's Registration Number on the bid form. Completion of the work is required within 290 calendar days after commencement on approximately April 12, 2021 and according to the construction schedule, including the winter shutdown to be determined after the Notice to Proceed is issued. The project includes liquidated damages that will be assessed as set forth in the Special Provisions at $500.00 per calendar day, in addition to any damages required under the Contractor Reimbursed Engineering Costs Section of the Supplementary Conditions if the work is not complete within the allotted contract time. Flathead County reserves the right to accept or reject any bid, to waive any irregularities, and to accept the lowest responsive and responsible bid which is deemed to be in the best interest of the County. The award of bid will be made solely by the issuance of a letter of award to the successful bidder by the Office of the Flathead County Solid Waste District. Dated this 3rd day of February 2021. Flathead County Solid Waste District Flathead County, Montana By: /S/ David Prunty, Public Works Director February 7, 14, 2021 MNAXLP __________________________

No. 27518 Swank|QD Constructors (a joint venture) on behalf of Flathead County Airport Authority, Flathead County, Kalispell, Montana is requesting Bids for early Air Side Paving at the Glacier Park International Airport project. The Contract Documents consisting of Drawings and Technical Specifications may be viewed or obtained by either electronic documents on-line or at the office of Swank Enterprises, 750 West Reserve Drive, Kalispell, MT. Complete electronic Project Plans, Project Specifications, and Bid Proposal Packet are available at the Montana Plans Exchanges. Hard copies can be obtained from these locations if desired (please note that charges will apply). It is the bidder's responsibility to obtain and acknowledge all addenda issued during the bid process. Bids will be received and read aloud by Shawn Baker, Project Manager, Swank|QD Constructors. Bids accepted by: 1. Email to shawn@swankenterprises.com or 2. Hand delivered to Shawn at 750 West Reserve Drive (Swank Office) Bids are due by 10:00AM (local time), Friday, February 12th, 2021. Facsimile Bids will not be considered. All Bids will be taken under advisement. All Bids must be plainly marked, "Glacier Park International Airport - Early Air Side Paving" All Bids must be submitted on the Bid Form found in the Specifications, complete per the Bid Package Descriptions and signed by an officer or a person duly authorized to sign Bids. All Bids shall be valid for a period of 60 days after the bid date. Late Bids will not be opened. A pre-bid open house will be held on site on Friday, February 5th at 3pm at the north departure/ticketing entrance to review the work area. January 31, February 7, 2021 MNAXLP _________________________