Loading...
HomeMy WebLinkAbout20- Contract Documents - Streets Improvement 88--�M10�a , !N CO. CITY OF BOZEMAN 2020 STREET IMPROVEMENTS CONTRACT DOCUMENTS PREPARED BY CITY OF BOZEMAN ENGINEERING DEPARTMENT MARCH 2O20 i I. V 2020 STREET IMPROVEMENTS PROJECT CITY OF BOZEMAN ADDENDUM No. 1 MARCH 24, 2020 TO: All Planholders of Record Please note the following modifications to the above referenced bid documents: Specifications Section—Bid Advertisement: Remove the bid advertisement(CALL FOR BID) section of the specifications and replace with the attached CALL FOR BID. All changes to this section are underlined and in bold font. Specification Section—Instructions to Bidders: Under"PROPOSAL" "change the wording from "BID DOCUMENTS - DO NOT OPEN UNTIL 2:00 PM., March 24, 2020." to "BID DOCUMENTS - DO NOT OPEN UNTIL 2:00 PM., March 31, 2020." Specification Section—Instructions to Bidders: Under"MODIFICATION AND WITHDRAWL OF BID"remove the first paragraph and replace with the following wording: "Bids may be modified or withdrawn by an appropriate document duly executed prior to the date and time for the opening of Bids as called for in the Invitation to Bid. Requests for modification or withdrawal must be written and must be signed in the same manner and by the same person(s)who signed the Bid. Any contractor wishing to modify or withdraw his or her bid shall contact the City Clerk's office at(406) 582-2321 to arrange a suitable location to submit their request." 4� ACKNOWLEDGEMENT Bidder shall acknowle g receipt and acceptance of this Addendum No. 1 on the Bid Form to validate their bid. Kellen Gamradt, P.E. Project Engineer �i _� , ► � ► � ► � ' � ► , . � I � � I � � I it i � f ti. '� f r ' I CITY OF BOZEMAN, MONTANA 2020 STREET IMPROVEMENTS March 2020 TABLE OF CONTENTS CONTRACT DOCUMENTS Bidder's Checklist Invitation to Bid Instruction to Bidders Bid Form Non-discrimination Affirmation Form Bid Bond Agreement Form Payment and Performance Bonds Standard General Conditions of the Construction Contract(by reference) Supplementary Conditions Montana Prevailing Wage Rates CONSTRUCTION SPECIFICATIONS Special Provisions Measurement and Payment APPENDIX A Estimated Quantities Standard Drawings APPENDIX B Construction Drawings i i ,. BIDDER'S CHECKLIST Please utilize the following Bidder's Checklist before submitting your bid. X 1) Original Bid Bond Enclosed? (Personal checks, business checks, and faxed copies are not acceptable.) X 2) Bid Proposal: a.,;OArithmetic Checked? b.�Unit Bid amounts agree with math calulations? c.All Addenda acknowledged on proposal sheet and cover? d�. Z' Signature portion completely filled out? e& Bid Proposal intact in Contract Documents DO NOT REMOVE!!!! f Non-Descrimination Affirmation form completed and signed? 3) Bid Envelope: af. V-_ Addressed properly? (See Article 1 —Bids, Instructions to Bidders) b. Contains the Contract Documents and Specifications booklet? c. Acknowledged Receipt of Addenda? d. -�'Sealed? X 4) Bid Submitted prior to required time at specified location? Be sure to seal your bid. Include project name, bid date/time, contractor name, contractor registration number, and acknowledgement of all addenda(by number) on the outside of the bid envelope. Leave all sheets intact in the Contract Documents and Specifications booklet. Return the complete Contract Documents and Specifications booklet. ALL BID DOCUMENTS AND BONDS MUST BE ORIGINALS. NO FAXED COPIES WILL BE ACCEPTED. if ; i . � � I i � I ,i ._ � i �: �._I � . � � ,. ' `-� � _` , _ � _ � i ' I .� f ' � � � � , , . , _ , . : l � � �� �I , ' � } � ; � � I � , . �� � � � CITY OF BOZEMAN, MONTANA CALL FOR BIDS NOTICE IS HEREBY GIVEN that the City of Bozeman, Montana, is accepting sealed bids for: 2020 Street Improvements Project Separate sealed bids for construction of City of Bozeman 2020 Street Improvements Project will be received by the City Clerk, City Hall, 121 N. Rouse Avenue, P.O. Box 1230, Bozeman, Montana 59771-1230 will be received until 2:00 p.m., local time,March 24,2020,and then publicly opened and read aloud. Please write the name of the project on the front of the sealed bid. The physical address is: City Clerk's Office, Suite 200, City Hall, 121 N. Rouse Avenue, Bozeman, Montana. The mailing address is: City Clerk's Office, Suite 200, City Hall, P.O. Box 1230, Bozeman, Montana, 59771. Bids must be received before 2:00 p.m. March 24, 2020. Original copies must be submitted—no faxed or electronic bids will be accepted. Bids will be opened and read following the close of bids. The work involves Cold Milling,Hot Mix Overlays, Seal Coating(chip sealing),Pavement Marking Replacements, sidewalk, and pedestrian ramp improvements on various streets within the City of Bozeman as specified in the contract documents. Copies of the CONTRACT DOCUMENTS are available for viewing, or may be obtained upon payment of$50.00(non-refundable)for each set,at the City of Bozeman,Engineering Department, 20 East Olive Street, Bozeman Montana 59715. All bids and proposals for the construction of any public contract project shall contain a statement showing that the bidder or contractor is duly and regularly registered under the laws of the State of Montana, and the contractor's registration number shall appear upon such bid or proposal, and no contract shall be awarded to any contractor unless he is the holder of registration, all as defined by MCA 39-9-101 through 410.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 1-406-444-7734. All laborers and mechanics employed by contractors or sub-contractors in performance of the construction work shall be paid wages at rates as may be required by the laws of the State of Montana. Discrimination in the performance of any contract awarded under this invitation on the basis of race,creed, sex,age,marital status,national origin,or actual or perceived sexual orientation, gender identity or disability is prohibited. This prohibition shall apply to the hiring and treatment of the awarded entity's employees and to all subcontracts. 1 INVITATION TO BID Every entity submitting under this invitation must sign and return the required affirmation. Each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman,Montana,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(s) and a Certificate(s) of that insurance shall be provided. No bid may be withdrawn after the scheduled time for the public opening of bids,which is 2:00 p.m. local time, March 24, 2020. The right is reserved to reject any or all proposals received,to waive informalities,to postpone the award of the contract for a period of not to exceed Sixty(60)days,and to accept the bid which is in the best interests of the Owner. The City of Bozeman is required to be an Equal Opportunity Employer. Dated at Bozeman, Montana, this I`day of March, 2020 Mike Maas City Clerk, City of Bozeman Published Bozeman, Montana March 1, 2020 March 8, 2020 March 15, 2020 2 INVITATION TO BID INSTRUCTIONS TO BIDDERS All Bids must be made on the forms provided in this bound copy of the Contract Documents. All Bids must be legibly written in ink, with all prices given in figures and total bid amount given in words and figures. No alterations by erasures or interlineations will be permitted in Bids or in the printed forms. Each Bid shall be enclosed in a sealed envelope addressed to the City Clerk,City Hall, 121 N. Rouse Avenue, P.O. Box 1230, Bozeman, Montana 59771-1230, and endorsed on the outside of the envelope with the words: 2020 STREET IMPROVEMENTS, CITY OF BOZEMAN. Bids shall be strictly in accordance with the prescribed form. Any modifications thereof or deviations therefrom may be considered as sufficient cause for rejection. Bids carrying riders or qualifications to the Bid being submitted may be rejected as irregular. BID GUARANTEE No Bids will be considered unless accompanied by a Bid guarantee,in the amount stipulated in the Invitation To Bid,made unconditionally payable to the Owner,which may be either a Cashier's Check or a Certified Check drawn on an acceptable bank. A Bidder's Bond issued by a surety company authorized to do business in the State of Montana will also be acceptable. SIGNATURE OF BIDDERS Each Bid must be signed in ink by the Bidder with his full name and with his business address or place of residence. In case of a firm or partnership,the name and residence of each member must be inserted. In case the Bid is submitted by,or in behalf of,a corporation,it must be signed in the name of such corporation by an official who is authorized to bind the corporation,and who shall also affix the corporate seal of such corporation. The Bid of a corporation which is signed by a person other than a corporate officer must be accompanied by a Power of Attorney showing that person's authority. ONLY ONE PROPOSAL No Bidder may submit more than one Bid. Two Bids under different names will not be received from one firm or association. RESPONSIBILITIES OF AGENT Any person signing a Bid as the agent of another,or of others,may be required to submit satisfactory evidence of this authority to do so. The title of the person(s)executing the Bid or Agreement shall be clearly indicated beneath his signature. _QUALIFICATIONS OF BIDDERS Bidders may be required to submit satisfactory evidence that they have a practical knowledge of the particular work bid upon, and that they have the necessary financial resources to complete the proposed work. In determining the lowest responsible bid, the following elements will be considered: whether the Bidder involved(a)maintains a permanent place of business;(b)has adequate plant and equipment to do the work properly and expeditiously; (c)has a suitable financial status to meet obligations incident to the work; and(d)has appropriate technical experience. 1 INSTRUCTIONS TO BIDDERS Each Bidder may be required to show that former work performed by him has been handled in such a manner that there are no just or proper claims pending against such work. No Bidder will be acceptable if he is engaged on any other work which impairs his ability to finance his contract. The Bidder shall demonstrate his ability by meeting all requirements herein stipulated, if asked for them. CONTRACT DOCUMENTS It is intended that the Montana Public Works Standard Specification, Oh Edition(MPWSS), shall be used to govern the contractual and performance aspects of this project,and is hereby incorporated as part of these CONTRACT DOCUMENTS, as modified by the City of Bozeman Modifications to Montana Public Works Standard Specifications 6"'Edition(COB MODS), dated March 31,2011,including all addenda,which is also hereby incorporated as part of these contract documents,and as further modified herein by the City of Bozeman. All standard forms of MPWSS shall be utilized in executing these CONTRACT DOCUMENTS unless otherwise noted or revised in the bound bid document. The complete CONTRACT DOCUMENTS which comprise this entire document,and are made a part hereof, consist of the following: Invitation to Bid............................ Bound Herein Instructions to Bidders.................. Bound Herein Bid Form...................................... Bound Herein Bid Bond...................................... Bound Herein Agreement Form...........................Bound Herein Payment Bond..............................MPWSS/Bound Herein Performance Bond........................MPWSS/Bound Herein Standard General Conditions........MPWSS Supplementary Conditions............MPWSS/Bound Herein Miscellaneous Forms Notice of Award..................MPWSS Notice To Proceed............. MPWSS Change Order.....................MPWSS Work Directive Change.......MPWSS Application For Payment (Guidance Only)...:........... MPWSS Certificate of Substantial. Completion........................MPWSS Wage Rates...................................Bound Herein Special Provisions..........................Bound Herein Technical Specification...................MPWSS; COB MODS; Standard Specifications for Road and Bridge Construction,Montana Department of Transportation (latest edition) Appendix A--Standard Drawings......... MPWSS/Bound Herein Appendix B --Contract Drawings................... Plan Set/Bound Herein 2 INSTRUCTIONS TO BIDDERS CITY OF BOZEMAN, MONTANA CALL FOR BIDS NOTICE IS HEREBY GIVEN that the City of Bozeman, Montana, is accepting sealed bids for: 2020 Street Improvements Project Separate sealed bids for construction of City of Bozeman 2020 Street Improvements Project will be received by the City Clerk, City Hall, 121 N. Rouse Avenue, P.O. Box 1230, Bozeman, Montana 59771-1230 will be received until 2:00 p.m., local time, March 31, 2020, and then publicly opened and read aloud. Please write the name of the project on the front of the sealed bid. All bids must be mailed. Bids may not be submitted in person. The mailing address is: City Clerk's Office, Suite 200, City Hall, P.O. Box 1230, Bozeman, Montana, 59771. Bids must be received before 2:00 p.m. March 31, 2020. Original copies must be submitted—no faxed or electronic bids will be accepted. Bids will be opened and read via web conference. All plan holders will be emailed a web link before the bid opening for remote viewing. Instructions to loin the web conference are listed below: Join by phone Tap to call in from a mobile device 1-650-479-3208 Call-in toll number(US/Canada) Join from a video system or application Dial 622391671 a_cityofbozeman.webex.com You can also dial 173.243.2.68 and enter your meeting number. Join using Microsoft Lync or Microsoft Skype for Business Dial 622391671.cityofbozemanCa�lync.webex.com Join via WebEx: Meeting number(access code): 622 391 671 Meeting password: UYgJBn4Mn33 Project Scope The work involves Cold Milling, Hot Mix Overlays, Seal Coating (chip sealing), Pavement Marking Replacements,sidewalk,and pedestrian ramp improvements on various streets within the City of Bozeman as specified in the contract documents. INVITATION TO BID 1 i � � , � , � � � , � , � , . � , � , Copies of the CONTRACT DOCUMENTS are available for download. Interested contractors should email Kellen Gamradt at kgamradt(a,bozeman.net to receive instructions to download the plans and specifications. All bids and proposals for the construction of any public contract project shall contain a statement showing that the bidder or contractor is duly and regularly registered under the laws of the State of Montana, and the contractor's registration number shall appear upon such bid or proposal, and no contract shall be awarded to any contractor unless he is the holder of registration, all as defined by MCA 39-9-101 through 410.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 1-406-444-7734. All laborers and mechanics employed by contractors or sub-contractors in performance of the construction work shall be paid wages at rates as may be required by the laws of the State of Montana. Discrimination in the performance of any contract awarded under this invitation on the basis of race, creed, sex, age,marital status, national origin, or actual or perceived sexual orientation, gender identity or disability is prohibited. This prohibition shall apply to the hiring and treatment of the awarded entity's employees and to all subcontracts. Every entity submitting under this invitation must sign and return the required affirmation. Each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana, 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(s) and a Certificate(s) of that insurance shall be provided. No bid may be withdrawn after the scheduled time for the public opening of bids, which is 2:00 p.m. local time,March 31,2020. The right is reserved to reject any or all proposals received,to waive informalities,to postpone the award of the contract for a period of not to exceed Sixty (60) days, and to accept the bid which is in the best interests of the Owner. The City of Bozeman is required to be an Equal Opportunity Employer. Dated at Bozeman, Montana, this 241h day of March, 2020 Mike Maas City Clerk, City of Bozeman Mar-eh 1,Z2� Mar-eh 15, 2020 INVITATION TO BID 2 : . i1 r � , � ► � � � ► , , �- � �� � � � � � , , � � � � � � � �� , � � � � � � � � �, EXAMINATION OF CONTRACT DOCUMENTS AND SITE Before submitting a bid,each Bidder must (a) examine the Contract Documents thoroughly (b) visit the site to familiarize himself with location conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances,rules and regulations that may in any manner affect cost,progress or performance of the Work;and(d)study and carefully correlate Bidder's observations with the Contract Documents. Any Bidder may,upon request,examine those reports of investigations and tests of subsurface and latent physical conditions at the site (if any) which have been relied upon in preparing the drawings and specifications. These reports are not guaranteed as to accuracy or completeness,nor are they part of the Contract Documents. Before submitting his Bid each Bidder will, at his own expense, make such additional investigations and tests as the Bidder may deem necessary to determine his Bid for performance of the Work in accordance with the time, price and other terms and conditions of the Contract Documents. On request,Owner will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his Bid. Any administrative requirements and associated costs of such investigations are the responsibility of the Bidder. The lands upon which the Work is to be performed, rights-of-way for access thereto and other lands designated for use by Contractor in performing the Work are identified in the specifications or on the drawings. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this section and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the work. Where logs of test borings are included in the contract plans,it is agreed that such logs do not constitute a part of the contract and are included only for the convenience of the bidder or Contractor and do not relieve him of his duties under this section or of any other responsibility under the contract. No information derived from any inspection of records of investigation or compilation thereof made by I the Owner will in any way relieve the bidder or Contractor from properly performing his obligations t under the contract. UNDERGROUND UTILITIES The location of underground utilities as shown on the drawings is approximate and the Owner assumes no responsibility for determining the exact location. The Contractor shall note the reference to utility lines and service lines for various utilities as noted on the drawings and that the approximate location may or may not be given. The Contractor shall make written inquiry of the related utility agency to determine the location of underground utilities in the project area. j INTERPRETATION OF CONTRACT DOCUMENTS If any person contemplating submitting a Bid for the proposed contract is in doubt as to the true meaning of any part of the specifications, or other proposed Contract Documents, he may submit to the Owner a written request for an interpretation i 3 INSTRUCTIONS TO BIDDERS 9 i i thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents will be made only by an addendum duly issued and a copy of any such addendum will be mailed or delivered to each person receiving a set of such documents. TIME OF COMPLETION The time of completion of the work is a basic consideration of the Contract. It will be necessary that the Bidder satisfy the Owner of his ability to complete the work within the stipulated time. ADDENDA Any addenda issued during the time of bidding, or forming a part of the Contract Documents loaned to the Bidder for the preparation of his proposal,shall be covered in the Bid and shall be made a part of the Agreement. Receipt of each addendum shall be acknowledged in the Bid. Any Bid in which all issued addenda are not acknowledged will be considered incomplete and will not be read. PROPOSAL The bidder shall submit his proposal on the forms bound in these Contract Documents. Neither the proposal nor any other pages bound herein or attached hereto shall be detached. Proposals shall be in a sealed envelope and addressed to: City Clerk City Hall 121 N. Rouse Avenue P.O. Box 1230 Bozeman, MT 59771-1230 The envelope shall also contain the following information: Name of Project: City of Bozeman 2020 Street Improvements Name of Contractor: Montana Certificate of Contractor Registration No. Acknowledge Receipt of Addendum No.: , In the lower left hand corner of the envelope print or type: BID DOCUMENTS - DO NOT OPEN UNTIL 2:00 PM., March 24, 2020. Proposals shall be made in accordance with the following instructions: A. Submit one copy of the complete bound document in an opaque sealed envelope. DO NOT REMOVE THE PROPOSAL NOR ANY OTHER PAGES FROM THE BOUND CONTRACT DOCUMENT. 4 INSTRUCTIONS TO BIDDERS B. Bids shall be made in ink upon the unaltered Bid Proposal Form supplied with these documents. C. All blank spaces must be properly filled. D. The total bid price must be stated in both writing and in figures. In case of a discrepancy between unit price and total bid price,the unit prices or lump sum prices shall be used in computing the total bid price. E. The proposal form shall contain no additions,conditions,stipulations,erasures,or other irregularities. F. The proposal must acknowledge receipt of all addenda issued. G. The proposal must be signed in ink and display the bidder's name, address,and current Montana Contractor's License Number. SIGNING OF BIDS Bids which are not signed by individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. Bids which are signed for a co-partnership shall be signed by all of the co-partners or by an attorney-in- fact. If signed by an attorney-in-fact,there shall be attached to the bid a power of attorney evidencing authority to sign the bid. Bids which are signed for a corporation shall have the correct corporate name thereof signed in handwriting or in typewriting and the signature of the president or other authorized officer of the corporation shall be manually written below the written or typewritten corporate name following the work: By: Corporate Seal Title: If bids are signed for any other legal entity, the authority of the person signing for such legal entity should be attached to the bid. BID REQUIREMENTS The bidder is expected to base his bid on materials and equipment complying fully with the plans and specifications and, in the event he names in his bid materials or equipment 5 INSTRUCTIONS TO BIDDERS which do not conform, he will be responsible for furnishing materials and equipment which fully conform at no charge in his bid price. Before submitting a proposal,each Contractor should read the complete Contract Documents(including all addenda), specifications and plans, including all related documents containing herein, all of which contain provisions applicable not only to the successful bidder, but also to his subcontractors. BID QUANTITIES Bidders must satisfy themselves by personal examination of the locations of the proposed work and by such other means as they may prefer as to the correctness of any quantities. The estimated unit quantities of the various classes of work to be done under this contract are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. The Contractor agrees that,during progress of the work, the Owner may find it advisable to omit portions of the work, to increase or decrease the quantities as may be deemed necessary or desirable, that the actual amount of work to be done and materials to be furnished may differ from the estimated quantities, and that the basis for payment under this contract shall be the actual amount of work done and the materials furnished. The Contractor agrees that he will make no claim for damages, anticipated profits or otherwise on account of any difference which may be found between quantities of work actually done and the estimated quantities. MODIFICATION AND WITHDRAWAL OF BID Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids as called for in the Invitation to Bid.Requests for modification or withdrawal must be written and must be signed in the same manner and by the same person(s)who signed the Bid. If, within twenty-four hours after Bids are opened any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid,that Bidder may withdraw its Bid and the Bid security will be returned. Thereafter, if the Work is rebid or negotiated, that Bidder will be disqualified from further bidding on the Work. ACCEPTANCE AND REJECTION OF THE BIDS The Owner reserves the right to accept or reject the Bids,or portions of Bids if denoted in the Bid as separate schedules,and to award more than one Bid or schedule for the same Bid if any of the aforementioned combination of Bids or schedules will be in the best interest of the Owner. The Owner reserves the right to waive irregularities in any Bid submitted,or reject nonconforming, non-responsive or conditional Bids and to correct arithmetical errors in the Bid prior to comparison. SUBCONTRACTORS Within seven days after Bids are opened,the apparent low Bidder,and any other Bidder so requested, shall submit a list of all Subcontractors he expects to use in the work. 6 INSTRUCTIONS TO BIDDERS An experience statement with pertinent information as to similar projects and other evidence of qualification shall be furnished for each named subcontractor,if requested by the Owner. If the Owner or Engineer after due investigation has reasonable objection to any proposed Subcontractor,they may, before giving the Notice of Award,request the apparent low Bidder to submit an acceptable substitute. If the substitution results in an increase in the Bid, a corresponding adjustment will be made in the contract price. If the apparent low Bidder declines to make any such substitution,the contract may not be awarded to such Bidder,but Bidder's refusal to substitution will not constitute grounds for forfeiture of Bid Security. Any subcontractor so listed and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to the Owner and Engineer. Contractor shall not be required to employ any subcontractor against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by Owner prior to the Notice of Award will be required in the performance of the work. The Contractor shall be required to perform at least 40 percent of the original contract cost (excluding cost of Traffic Control)with the Contractor's organization. Where an entire item is subcontracted, the percentage of the work subcontracted is based on the original contract item unit price. When a portion of an item is subcontracted, the percentage of the work subcontracted will be based on either the subcontract item unit price or on an estimated percentage of the contract item unit price, determined by the City Engineer. An item will not be considered partially subcontracted unless the prime contractor performs a portion of the work(equipment, materials or labor). If the same item is subcontracted at multiple levels, the cost is only accounted for at the first level. When an item added by change order is subcontracted, the cost of the item does not count towards the required contract performance. AWARD OF CONTRACT OWNER reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive,unbalanced, or conditional Bids. OWNER further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non-responsible.OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder,whether because bid is not responsive, or the Bidder is unqualified or of doubtful financial ability,or fails to meet any other pertinent standard or criteria established by the OWNER.The OWNER also reserves the right to waive all informalities not involving price,time,or changes in the Work and to negotiate contract terms with the Successful Bidder. In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements,and such alternatives,unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers,and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, or other individuals or entities must be submitted as provided in the Supplementary Conditions. 7 INSTRUCTIONS TO BIDDERS OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. If the Contract is to be awarded,OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. Consideration factors will include conformance with all material terms and conditions of the Contract Documents, Bid price, and other appropriate factors. If the Contract is to be awarded,OWNER will give the Successful Bidder a Notice of Award within sixty (60)days after the day of the bid opening. The OWNER reserves the right to cancel the award of any contract at any time before the complete execution of said Agreement by all parties without any liability against the OWNER. If,at any time this Contract is to be awarded,the total of the lowest acceptable Bid Proposal exceeds the funds then estimated by the Owner as available, the Owner may reject all Bid Proposals or take such other action as best serves the Owner's interests. CANCELLATION OF AWARD The Owner reserves the right to cancel the award of any contract at any time before the complete execution of the Agreement by all parties without any liability against the Owner. RETURN OF BID GUARANTEE All Bid guarantees,except those of the three lowest Bidders,will be returned immediately following the opening and checking of the Bids. The Bid guarantees of the unsuccessful of the three lowest Bidders will be returned within ten(10)days following the award of the contract. The Bid guarantee of the Bidder to whom the contract is awarded will be returned when said Bidder has executed an Agreement and filed satisfactory Performance and Payment Bonds as hereinafter stipulated. PERFORMANCE AND PAYMENT BONDS The Contractor to whom the contract is awarded will be required to furnish a Performance Bond and a Payment Bond in favor of the Owner each in an amount equal to one-hundred percent(100%) of the Agreement amount. The Bonds shall be executed on the forms bound herein, signed by a surety company authorized to do business in the State of Montana, and acceptable as a surety to the Owner and countersigned by a Montana Resident Agent. With the Bonds,there shall be filed with the Owner one copy of Power of Attorney certified to include the date of the Bond. EXECUTION AND APPROVAL OF AGREEMENT The Agreement shall be signed by the successful Bidder and returned, together with the contract Bonds, within the time shown on the Bid. If the Agreement is not executed by the Owner within fifteen(15)days following receipt from the Bidder of 8 INSTRUCTIONS TO BIDDERS the signed Agreements and Bonds,the Bidder shall have the right to withdraw his Bid without penalty. No Agreement shall be considered as effective until it has been fully executed by all of the parties thereto. FAILURE TO EXECUTE AGREEMENT Failure to execute the Agreement and furnish a Performance Bond and Payment Bond shall be just cause for annulment of the award. In the event of such annulment of the award, the Bid guarantee shall be forfeited to the Owner, not as a penalty but as liquidation of damages sustained. Award may then be made to the next lowest responsible and qualified Bidder,or the work may be re-advertised as the Owner may decide. BOUND COPY OF CONTRACT DOCUMENTS None of the Instructions to Bidders,Bid Form,Bond forms,Agreement,contract stipulations,or other specifications shall be removed from the bound copy of Contract Documents prior to submission of Bid. PAYMENTS Payment for all work performed under this Agreement will be made by the Owner within the time period specified in and in accordance with the procedures outlined in the General Conditions. Payments made after the time limit will be subject to interest at the rate specified in the Agreement. When the work extends beyond thirty(30)days,progress payments will be made monthly for any work accomplished during the preceding month, but subject to retainage as specified elsewhere. PREVAILING WAGE RATES On all projects and contracts with the Owner, Contractor and all subcontractors shall pay for all labor employed the standard prevailing rate of wages. The standard prevailing rate of wages as used herein means that standard prevailing rate of wages in the locality where the work is to be performed as determined by the Montana Commissioner of Labor pursuant to MCA 18- 2-402 and as bound herein. The Contractor and subcontractors are directed to the Montana Commissioner of Labor for information on the standard prevailing rate of wages applicable to this contract within this area. Each contractor and employer shall maintain payroll records in a manner readily capable of being certified for submission under 18-2-423,Montana Code Annotated(MCA),for not less than 3 years after the contractor's or employer's completion of work on the project. POSTING Contractor shall post in a prominent and accessible place on the site of the work a legible statement of all wages to be paid to the employees. LOCAL LABOR Contractor shall give preference to the employment of Montana residents in accordance with applicable portions of Title 18, Chapter 2, Part 4, MCA. MONTANA CONTRACTOR REGISTRATION REQUIREMENTS No bids will be considered that do not carry the Bidder's Certificate of Contractor's Registration number on the envelope containing the Bid and on the Bid. Information pertaining to the Montana Contractor Registration requirements may be obtained from the Montana State Department of Revenue, Helena, Montana. (1-406-444-7734) ADDITIONAL CONTRACTOR LICENSE FEE(MONTANA CONTRACTORS GROSS RECEIPTS TAX) In accordance with Title 15, Chapter 50, MCA, the Owner shall withhold, in addition to other 9 INSTRUCTIONS TO BIDDERS amounts withheld as provided by law or specified herein, 1 percent (1%) of all payments due the Contractor and shall transmit such moneys to the Montana Department of Revenue. BIDDER PREFERENCE In accordance with the provisions of Title 18, Chapter 1, Part 1, MCA, a preference will be given to the lowest responsible Bidder who is a resident of the State of Montana over a nonresident Bidder from any state or country that enforces a preference in their state or country for their resident Bidders.The preference given to Montana resident Bidders will be equal to the preference given in the other state or country. This preference applies unless specifically prohibited by Federal laws or regulations. Products manufactured or produced in the State of Montana shall be preferred for use in all projects if such products are comparable in price and quality. Further, wherever possible,products manufactured and produced in the State which are suitable substitutes for products manufactured or produced outside the State and comparable in price,quality and performance shall be preferred for use in this project. Preference regarding these products shall be in accordance with the laws of the State of Montana. CITY OF BOZEMAN BUSINESS LICENSE All Contractors conducting work within the City of Bozeman are required to have a current Business License. Applications for Business Licenses may be obtained at City Hall, 121 N. Rouse Avenue, Bozeman, Montana. 10 INSTRUCTIONS TO BIDDERS BID BOND (PENAL SUM FORM) Bidder Surety Name: Knife River- Belgrade Name: Liberty Mutual Insurance Company Address(principal place of business): Address(principal place of business): P.O. Box 9 175 Berkeley Street Belgrade, MT 59714 Boston, MA 02116 Owner Bid Name:City of Bozeman Project(name and location): Address(principal place of business): City of Bozeman 2020 Street Improvements Project 121 North Rouse Avenue Bozeman, MT 59771-1230 Bid Due Date: March 24, 2020 Bond . Penal Sum: Ten Percent of Amq&itVd GR0�A 10% Date of Bond: March 24, 2026 GoRP0 Surety and Bidder, intending3o be leg nd'horeby,subject to the terms set forth in this Bid Bond, do each cause this Bid Bond to be•dulyl ed by argauthorized officer, agent,or representative. Bidder Surety Knife River Belgrade ' '��NT^ �.��` Liberty Mutual Insurance Company Moo ) /�r r r ` (Full form name of Sure } or orate seal) By: v By: (Sig tu g) (Signature)(Attach Power of Attorney) Name: Pamela L. Michafles-Asst. Sec. Name: Heather R. Goedtel (Printed or typed) (Printed or typed) Title: Title: Attorney-In-Fact Attest: /I Attest: r atureJ fg'na`r Name: C' r^0 Name: Kelly Nicole En hauser (Printe r ty d) (Printed or typed) Title: �V ►^� S� Title: Witness Notes:(1)Note:Addresses are to be used for giving any required notice.(2)Provide execution by any additional parties,such as Joint venturers,if necessary. E1CDC®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 i �i , I � I � � 1 i � ��� ' I i , I i ; I � � � � � � , , ' � i i 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 by the 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 under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety, and in no case later than one year after 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. 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 2 of 2 i i : I � I I 1 I �� � � i I � � i i i I Surety Acknowledgment State of Minnesota I } ss. County of Hennepin I On this 24th day of March 2020, before me personally came Heather R. Goedtel, to me known, who being by me duly sworn,did depose and say that he is the Attorney-in-Fact of Liberty Mutual Insurance Company described in and which executed the above instrument;that he knows the seal of said corporation; that the seal affixed to said instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that he signed his name to it by like order. A tary NICOLE CATHERINE LANCER Notary PUbIIC «\_ Minnesota My Commission Expires Jan 31,2023 � l I � , � � � 1 i � 1 � � I ; i I ' � I i � , , � I �� � � I � � III i � I � � � � I � II , ' i This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Certificate No:8202635-190003 Mutual. The Ohio Casualty Insurance Company West American Insurance Company SURETY 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 under 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, Blake S. Bohlig,Brian D.Carpenter,Kelly Nicole Enghauser,Heather R.Goedtel,Michelle Halter,Jessica Hoff,Nicole Langer,Craig Olmstead,Laurie Pflug all of the city of Bloomington state of Minnesota 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. by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed IN WITNESS WHEREOF,this Power of Attorney has been subscribed thereto this 21st day of November 2019 Liberty Mutual Insurance Company \NSU ZV INS& a \NSUgq The Ohio Casualty Insurance Company AZoar 4, JQ�oaPOR9r 49y `(�P ooaPo�tgr�4� West American Insurance Company e° monk Q2o PAC) r oto a 1912 0 0 1919 Q 1991 0 a Y 93C* y f M �\ D By: David M.Carey,Assistant Secretary State of PENNSYLVANIA `a County of MONTGOMERY ss o On this 21 st day of November 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o 2 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 w a`) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. >, a� IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. o 0 M a .r O rn 9P PAST COMMONWEALTH OF PENNSYLVANIA {-�� @O �Q�or�oNwFgrF!! �Z� — a L. o y Y Notarial Seal 0 Teresa Pastella,Notary Public N N OF Upper MerionTwp.,Montgomery County By: 3: E O �3 My commission Expires March 28,2021 Teresa Pastella,Notary Public a0 (c Member,Pennsylvania Association of Notaries � OTARY PUS O rn0) a`) 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 0 4) Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: 4) p.� E ai ARTICLEIV—OFFICERS:Section 12.Power of Attorney. o @ 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 +3 President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o > m 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 N 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 °O z 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 t.r—00 provisions of this article 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 XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. 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,F— shall appoint such attomeys-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 attomeys-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 attomeys-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. consents that facsimile or mechanically reproduced signature of any assistant secretary of the Authorization—By unanimous consent of the Company's Board of Directors,the Company 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 24th day of March 2020 P�\NS141? POSY INS& P�%%SJJ A jaoaPoRar y� 5J ooaroRkr�W2 .c'2c° tarFo m '-s,� 3 Fo co Q 3 o c+ 1912 0 1919 0 2 1991 0 d14 ssACNNs��da y�Z By HAMPSaaO �s 'A'OIANO' as Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co_062018 � , � , � , �� � , � � � �I !� � � , � � � i � ' � ! � � . � � � � BID FORM 2020 STREET IMPROVEMENTS CITY OF BOZEMAN BOZEMAN, MONTANA 59771 TO: City Clerk P.O. Box 1230 Bozeman, Montana 59771-1230 THE UNDERSIGNED BIDDER,having familiarized himself with the Work required by the Contract Documents, the site(s) where the work is to be performed, local labor conditions and all laws, regulations,municipal ordinances and other factors which may affect the performance of the Work,and having satisfied himself of the expense and difficulties attending performance of the work: HEREBY PROPOSES and agrees, if this bid is accepted, to enter into an Agreement, in the form attached, to perform all work for the construction of Cold Milling, Hot Mix Overlays, Seal Coating, Pavement Markings, sidewalk and pedestrian ramp improvements including the assumption of all obligations, duties, and responsibilities necessary for the successful completion of the contract and the furnishing of all materials and equipment required to be incorporated in,and form a permanent part of, the work; tools, equipment, supplies, transportation, facilities, labor, superintendence, and services required to perform the Work; Bonds, Insurance and Submittals; all as indicated or specified in the Contract Documents to be performed or furnished by Contractor within the time and for the prices set forth in the following schedules. The undersigned bidder agrees to be bound by this Bid for a period not to exceed that specified in the Invitation to Bid. The undersigned Bidder agrees to furnish the required Bonds and to enter into a contract within fifteen (15)calendar days after Owner's acceptance of this Bid,and further agrees to complete all Work within the time specified per schedule after commencement of the contract time as defined in the General Conditions. The allowed contract time is 60 calendar days. Where multiple schedules are awarded under a single Contract,the contract times shall run concurrently unless separate notices to proceed are issued for the awarded schedules. Liquidated Damages shall be as specified in Article 2.2 of the Agreement Form. The undersigned Bidder agrees that the unit prices shall govern in checking the Bid, and should a discrepancy exist in the total prices and total amount of Bid as listed above,after extensions are checked and corrections made, if any, the total amount of the Bid as corrected shall be used in awarding the contract. 1 BID FORM The undersigned Bidder agrees that he has been afforded access to the construction site and has performed those independent site investigations as he deemed necessary. The undersigned Bidder hereby certifies the following: A) That this Bid is genuine and is not made in the interest of, or on behalf of, any undisclosed person, firm, or corporation, and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; B) That he has not directly or indirectly solicited any other Bidder to put in a false or sham Bid; C) That he has not solicited or induced any person, firm, or corporation to refrain from bidding; D) That he has not sought by collusion to obtain for himself any advantage over any other Bidder or over the Owner. E) That he is not currently operating beyond the contract time on any previously awarded public works contract as defined and required by Article 15-50-203, MCA, as amended. The undersigned Bidder(s) either singularly or as a joint venture hereby certifies (certify) pursuant to Article 37-71-203, MCA, that he (they) is (are) duly and regularly licensed. BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sums: 2 BID FORM BASE BID SCHEDULE 1 COLD MILLING & HOT MIX OVERLAY NO. ITEM UNIT UNIT PRICE QUANTITY TOTAL PRICE (Figures) (Figures) 101 Cold Milling of S.Y. $3. 00 18,444 $ SSA 33a. 00 Existing Pavement (2" nominal depth) 102 Hot Mix Asphalt Ton $ 63.00 3,076 $ 0,SE,308.00 Surface Course, Type B Plant Mix, in place 103 Asphalt approach LF $ gy. 00 313 $ 75lo?.00 Transition Work 104 Adjust valve box Each $ 00, 00 6 $ a y00. 00 105 Adjust manhole Each $ 500.00 13 $ 6 5 00. 00 Ring and cover 106 Adjust Telephone Each $ 00.00 1 $ 900. 00 Manhole Ring and cover 107 Traffic control LS $y4000. 00 1 $ Y 000. 00 108 Misc. Work $ $1.00 20,000 $20,000.00 TOTAL BASE BID SCHEDULE 1 $ 3 97, 950 - 00 Tire I�c tna(red e ty —se yen Wd'usand AmP fi ynv�reo� (TOTAL BASE BID SCHEDULE 1 —WRITTEN WORDS) j 3 BID FORM it � -� � ► � � � � . .. . . _�_ _;� . ., . . .. . , . . . I -ti • _ Y w ..., �_ `_ i �+"� BASE BID - SCHEDULE 2 STREET SEAL COAT NO. ITEM UNIT UNIT PRICE QUANTITY TOTAL PRICE (Figures) (Figures) 201 Cationic Emulsified Gal. $ 94,798 $236�995, 00 Asphalt in place (CRS-2P) 202 Seal Coat Aggregate SY $ /.00 236,996 $ a3 6,M 00 3/8" Gradation, in place 203 Traffic control LS $ 5, 1000,00 1 $.5 44 000.00 204 Misc. Work $ $1.00 20,000 $20,000.00 TOTAL BASE BID SCHEDULE 2 $ 5!/�, 9 9/. 00 I've Iu.40(red fOPL -flue -40u.5" 41�e �"W(Lfi ILVelk-0 e o�ol/ass (TOTAL BASE BID SCHEDULE 2—WRITTEN WORDS) BASE BID - SCHEDULE 3 SIDEWALK& PEDESTRIAN RAMP IMPROVEMENTS NO. ITEM UNIT UNIT PRICE QUANTITY TOTAL PRICE (Figures) (Figures) 301 Concrete removal S.F. $3.00 1,400 $ 702 00. 00 & disposal 302 Combined concrete L.F. $3T 00 130 $ �o70. 00 curb & gutter 4 BID FORM -I - 1 I � i � . r '�T I �. _., � f .. . < . . . . � � I � 1 i , f � �- � I � i I. 303 6" Concrete S.F. $ 8.00 942 $ 7536. 00 sidewalk in place 304 4" Concrete S.F. $7 00 2,000 $ �y 000.00 sidewalk in place 305 Concrete Valley S.F. $ /O. 00 860 s9600.00 Gutter &Fillet 306 Asphalt Patching S.F. $o10,00 280 $ 5 6 00. 00 307 Detectable warning S.F. $ / . 00 110 $ sl2 g0. 00 308 Traffic control LS $ 9 000.00 1 $ /9 000 00 309 Misc. Work $ $1.00 20,000 $20,000.00 TOTAL BASE BID SCHEDULE 3 $ 8 9 a 96. 00 El.9 h-f -/IiIle- -1h0a.Sdn G Two �tunG�/e�C �i� /� 7� -S W0114/' (T TAL BASE BID SCHEDULE 3 -WRITTEN WO S) BASE BID - SCHEDULE 4 STRIPING & SIGNAGE IMPROVEMENTS NO. ITEM UNIT UNIT PRICE QUANTITY TOTAL PRICE (Figures) (Figures) 401 Striping-4"white Gal. $ /5-0.00 165 $o2 y, 7.50,00 Epoxy 402 Striping-4"yellow Gal. $/-50 00 132 $/9 g00. 0 0 Epoxy 403 Stiping- 8"white Gal. $ y0o 00 14 $ 56 00. 00 Epoxy 5 BID FORM - - - - - � -� �. �r• � i .� .� C ,, �j_1 '�_ � _. 1. . . ; -� �', .. � I . - � � . � I I � - - v � .� - � i I �`. _ � � i �- I I '� � I I 1 � I ,� r 11 ., , �, .• - . . � I� � r„s ,�. � `v , - � �' I I ••.•�; _ — � � l � .,��. � 404 Striping - 8" Yellow Gal. $ 10 $ YOOO.00 Epoxy 405 24" Yellow Epoxy Gal. $ oZ0. 00 7 $ A9y0.00 406 Striping - 24" White Gal. $ydo,00 10 $ Y02OG. 00 Epoxy 407 White Bike Symbol EA $ %2 a 00 60 $a 5� a 00.00 &Arrow—Epoxy 408 White "Only" & EA $ YOO 00 3 $ l a 00. 00 Turn Arrow, Epoxy 409 White Combination EA $ 1/00.00 2 $ S00 00 Arrow—Epoxy 410 White Sharks Teeth EA $ 75- 00 16 $ )02 00.00 Epoxy 411 Striping—4"yellow LF $ 6. 00 200 $ Id 00. 00 Thermoplastic !J 412 Striping— 8" white LF $ . 00 728 $ 00 Thermoplastic 413 Striping—24"white LF $50 00 1,272 $ 63j 600.00 Thermoplastic 414 White Yield Symbol EA $/60.00 180 $ oZ 9, $00. 00 Thermoplastic 415 White Turn Arrow EA $ 75 0.00 8 $ 6 0 0 0, 00 Symbol Thermoplastic 416 White "Only"Marking EA $ ///0 0.00 8 $ 8 8 00. 00 Thermoplastic 417 White Combined EA $/%00.00 2 $02?00.00 Arrow, Thermoplastic 6 BID FORM ,� � � 1 ._ a ._ —� ��� 1 - 11 �. , . � � �' � i ' � i f f _„I .�. . � � � i . � ; �. . .� � I i ,,, } _ �� •,fir, ,•,� ,_ ^,r. "W.�' ,�R _� I. I .. I I 1 .I 418 Thermoplastic LS $ 15,000,00 1 $ /5�a00. OQ Treatment 419 Traffic Control LS $ 50 000.00 1 $ 50 000-0 420 Misc. Work EA $1.00 40,000 $40,000.00 TOTAL BASE BID SCHEDULE 4 $3 17 538. 00 /`iree- /mna,r,d , e✓en-tee u r✓e LndMa' 4�i�fv -eig�i� olol�a�S (TOTAL BASE BID SCHEDULE 4—WRITTEN WORDS) TOTAL BASE BID SCHEDULES 1, 2, 3 & 4 $ l 3 y0,76 Z 00 OAe /$IJ 0A �/Pef, iM4al'0 FO4V /OY54n0($e%n �aA'Jt Six y- Se✓e11 Wol/a/S (TOTAL BASE BID SCHEDULES 1, 2, 3 &4—WRITTEN WORDS) BASIS OF AWARD If the contract is awarded,the Owner will award a single Contract in accordance with the Instructions to Bidders. Bidders shall submit a Bid for all bid Schedules on a unit price basis for each item of Work listed as provided and described above. The Owner reserves the right to accept or reject the Bids,or portions of the Bids denoted as separate schedules or alternates. The award will be made by the Owner on the basis of that Bid from the lowest responsive, responsible Bidder which, in the Owner's sole and absolute judgment, will best serve the interest of the Owner. The low bidder will be determined on the basis of the lowest Total Combined Schedule 1, 2, 3 and 4 Bid. The undersigned Bidder acknowledged receipt of the following Addenda,which have been considered in preparation of this Bid: 7 BID FORM �i.,J. J. No. Dated f4A eG / 2� 20 2D No. Dated Submitted this5 day o*Number , 2020. � SIGNATURE OF BIDDER Montana Contractor Registraton Q(� If an individual: doing business as If a Partnership: by partner If a Corporation: 1�1� l Frc �/c✓t-- --�G�-t/,2006- (a) by ,� d (S Title � /1-Es/O�-r i �,e. /�7 G✓t—, A t L Business Address of Bidder: , 11r,1i11 ►0 If Bidder is a joint venture, other party must sign below: Montana License Number and Class If an Individual: doing 8 BID FORM i i , . � ,� � Y . . . � '� .� 'i. t�' �_� i i I Montana License Number and Class If an Individual: doing business as If a Partnership: by Partner If a Corporation: (a) Corporation by (Seal & Title Attest) 9 BID FORM � � , , � ► ,- , . i � � . . ; . . , � 1 . i NON-DISCRIMINATION AFFIRMATION FORM ✓cd -_6&e_A 1GoF[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 �x:::,g t��_g2a o� [name of entity submitting] employees and to all subcontracts it enters into in performance of the agreement with the city of Bo eman. Signature of Bidder- Perso authorized sign on behalf of the bidder -—, ..tit_ — �'•�. ��7 I , 1 ti I � — I i I I I I (f I I I I r I d I L li I II NOTICE OF AWARD Dated: `I TO: Knife River- Belgrade ADDRESS: P.O. Box 9, Belgrade, MT 59714 PROJECT: City of Bozeman 2020 Street Improvements CONTRACT FOR: Schedules 1,2,3 & 4 You are notified that your Bid dated March 3111,2020,for the above Contract has been considered. You are the apparent Successful Bidder and have been awarded a Contract for pavement cold milling, hot mix overlays,seal coating, Concrete Improvements,and pavement markings. The Contract Price of your Contract is: one million three hundred forty thousand seven hundred sixty seven and 00/100 Dollars($1,340,767.00). Three 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 of this Notice of Award,that is, by May 81h 2020 1. You must deliver to the OWNER 3 fully executed counterparts of the Agreement including all the Contract Documents and Drawings. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instruction to Bidders(page 7),General Conditions(paragraph 5.01)and Supplementary Conditions (paragraph SC-5.02). 3. List other conditions precedent: You must deliver with the executed Agreement the Certificates of Insurance as specified in the General Conditions (paragraph 5.03) and Supplementary Conditions(paragraph SC-5.04). Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned,to annul this Notice of Award, and to declare your Bid Security forfeited. Within ten (10) days after you comply with these conditions, OWNER will return to you one fully signed counterpart of the Agreement with the Contract Documents attached. CITY OZEMAN, MONTANA ATTEST: BY: �." ^' �J�. BY: (CI TANAGER) (ClT CLER z �Q�� G DATE: / r r ;,,� ;. t } AGREEMENT FORM THIS AGREEMENT is dated as of the 7_day of M,4)( in the year 2020, by and between CITY OF BOZEMAN, hereinafter called OWNER, and Knife River - Belgrade hereinafter called CONTRACTOR. OWNER AND CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The project work is generally described as follows: Cold Milling and Hot Mix Asphalt Overlays, Seal Coating, Pavement Markings,sidewalk& pedestrian ramps. The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: City of Bozeman 2020 Street Improvements. Article 2. CONTRACT TIME. 2.1 The Work will be completed within 60 days after the date when the contract time commences to run as provided in the General Conditions. Final payment will be withheld until final completion and acceptance of the Work, as stipulated in this Agreement. 2.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence in this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified above,plus any extensions thereof allowed in accordance with the General Conditions. They 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 substantially complete 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 hundred dollars ($ 200.00) for each day that expires after the time specified herein until the Work is substantially complete. Article 3. CONTRACT PRICE. 3.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents the sum(subject to adjustment as provided in the Contract Documents) of One million three hundred forty seven thousand seven hundred sixty seven & 00/100 Dollars ($1,340,767.00). Article 4. PAYMENT PROCEDURES. CONTRACTOR shall submit applications for payment in accordance with the General Conditions. Applications for payment will be processed as provided in the General Conditions. 4.1 Progress Payments. OWNER will make progress payments monthly on account of the contract price on the basis of CONTRACTOR'S application for payment as recommended by ENGINEER. All progress payments will be on the basis of the progress of the Work measured by the schedule of values provided for in the General Conditions. 4.1.1 The OWNER may retain five (5) percent of the amount due the CONTRACTOR in accordance with the General Conditions and as outlined herein. 4.2 Final Payment. Upon final completion and acceptance of the Work in accordance with the General Conditions,OWNER shall pay the remainder of the contract price as recommended by ENGINEER. Article 5. INTEREST. All monies not paid when due hereunder shall bear interest at the simple rate established by the Federal Cost of Money Rate commencing at the time of a claim. Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1 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. 6.2 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 which were relied upon by ENGINEER in the preparation of the drawings and specifications and which have been identified in the modifications to the General Conditions. 6.3 CONTRACTOR has made or caused to be made examinations, investigations and tests and studies of such reports and related data in addition to those referred to above 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. 6.4 CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.5 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 7. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR are attached to this Agreement, made a part hereof and consist of the following: 7.1 This Agreement. 7.2 Exhibits to this Agreement(if any). 7.3 Performance Bond, Payment Bond, and Bid Bond. 7.4 Invitation to Bid. 7.5 Instructions to Bidders and Bid Form. 7.6 Certificate(s) of Insurance. 7.7 General Conditions (by reference). 7.8 Supplementary Conditions. 7.9 Wage Rates. 7.10 Special Provisions and Measurement and Payment. 7.11 Montana Public Works Specifications,Sixth Edition,and City of Bozeman Modifications to Montana Public Works Standard Specifications Sixth Edition, March 31, 2011 (by reference). 7.12 Appendix A—Contract Quantities and Standard Drawings 7.13 Appendix B—Contract Drawings 7.14 Addenda listed on the Bid forms. 7.15 CONTRACTOR'S executed Bid forms. 7.16 Documentation submitted by CONTRACTOR prior to Notice of Award. 7.17 Notice of Award. 7.18 Notice to Proceed. 7.19 Any modification, including Change Orders, duly delivered after execution of Agreement. 7.20 Any Notice of Partial Utilization. 7.21 Notice of Substantial Completion. 7.22 Notices of Final Completion and Acceptance. 7.23 Contract Drawings There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be altered,amended or repealed by a modification(as defined in the General Conditions). Article 8. MISCELLANEOUS. 8.1 Terms used in this Agreement which are defined in the General Conditions shall have the meanings indicated in the General Conditions. 8.2 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 where Work has proven unsatisfactory the right to be engaged in or employed upon any part of the Work. o 8.3 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 giving notice shall be entitled to reasonable attorney's fees and costs. 8.4 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 this Agreement. 8.5 The Contractor agrees not to discriminate in the fulfillment of this Agreement on the basis of race, color, religion, creed, sex, age, marital status, national origin, or actual or perceived sexual orientation,gender identity or disability. The Contractor agrees this requirement shall apply to the hiring and treatment of the Contractor's employees and to all subcontracts. IN WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first above written. %J11111111,/ GR0 (CO RAC OR) % �,G�RPOg9 C)• _ ( STY Tit7e �i U-'-- 1-0 ,,�,�►ON•.•..• rANP (JOINT VENTURE) 1 / BY 1 (SEAL &) e .� (ATTEST) Title Aoki, City of Bozeman (OWNER) MCy��OF. chi - s By (CITY MANAGE ) a (SEAL&JKI 18(ATTESIJ°j,� co. APPROVED AS TO FORM: / a!! t (CITY ATTORNEY) 1� i V ` I� i i �.,1'.'1 7 r, n r fir: �' '': .. � � Bond No. 190045232/107248982 10Libcrty TM _ Mutu11, Document A312 201 Conforms with The American Institute of Architects AIA Document 312 Performance Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Knife River-Belgrade Liberty Mutual Insurance Company P.O.Box 9 175 Berkeley Street,Boston,MA 02116 This document has important legal & consequences.Consultation with Belgrade,MT 59714 Travelers Casualty and Surety Company of America an attorney is encouraged with One Tower Square,Hartford,CT 06183 respect to its completion or Mailing Address for Notices modification. Any singular reference to OWNER: Contractor,Surety,Owner or (Name,legal status and address) other party shall be considered City of Bozeman plural where applicable. CONSTRUCTION CONTRACT Date: Amount:$1,340,767.00 Description: (Name and location) City of Bozeman 2020 Street Improvements BOND Date: (Not earlier than Construction ContZ4c�t�I �}0 UP . '�FZPORq •�� .G T� Amount:$1,340,767.00 Modifications to this Bond: = :X 0 '` ] See Section 16 1990 CONTRACTOR AS PRINCIPAL• SIfRET1i' (Corporate Seal) Company: (�� �NTANP��`���bpany:ty Mutual Insurance Company& ��Ja coavo yr` Knife River-Belgrade i I#i f i t r►t"� avelers Casualty and Surety Company of America c } 912 3 a Signa ture: lc_/ � l� Name Name at er R.Goedtel andTitle:'00' ISSV-SaIIL'lhll/�J '1 LIOUIL'cj and Title: Attorney-in-Fact (Any additional signatures appear on the last page of this Performance Bond.) (FOR INFORMATIONONLY—Name,address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect,Engineer or other party:) Willis Towers Watson Midwest,Inc. 8400 Normandale Lake Blvd.,Suite 1700 Bloomington,MN 55437 Phone: 763.302.7159 §1 The Contractor and Surety,jointly and severally,bind themselves,their heirs,executors,administrators,successors and assigns to the Owner for the performance of the Construction Contract,which is incorporated herein by reference. §2 If the Contractor performs the Construction Contract,the Surety and the Contractor shall have no obligation under this Bond,except when applicable to participate in a conference as provided in Section 3. §3 If there is no Owner Default under the Construction Contract,the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default.Such notice shall indicate whether the Owner is requesting a conference among the Owner,Contractor and Surety to discuss the Contractor's performance.If the Owner does not request a conference,the Surety may,within five(5)business days after receipt of the Owner's notice,request such a conference.If the Surety timely requests a conference,the Owner shall attend.Unless the Owner agrees otherwise,any conference requested under this Section 3.1 shall be held within ten(10)business days of the Surety's receipt of the Owner's notice.If the Owner,the Contractor and the Surety agree,the Contractor shall be allowed a reasonable time to perform the Construction Contract,but such an agreement shall not waive the Owner's right,if any,subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default,terminates the Construction Contract and notifies the Surety;and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. §4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations,or release the Surety from its obligations,except to the extent the Surety demonstrates actual prejudice. §5 When the Owner has satisfied the conditions of Section 3,the Surety shall promptly and at the Surety's expense take one of the following actions; §5.1 Arrange for the Contractor,with the consent of the Owner,to perform and complete the Construction Contract; §5.2 Undertake to perform and complete the Construction Contract itself,through its agents or independent contractors; §5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract,arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence,to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract,and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default;or §5.4 Waive its right to perform and complete,arrange for completion,or obtain a new contractor and with reasonable promptness under the circumstances; .1 After investigation,determine the amount for which it may be liable to the Owner and,as soon as practicable after the amount is determined,make payment to the Owner,or .2 Deny liability in whole or in part and notify the Owner,citing the reasons for denial. §6 If the Surety does not proceed as provided in Section 5 with reasonable promptness,the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond,and the Owner shall be entitled to enforce any remedy available to the Owner.If the Surety proceeds as provided in Section 5.4,and the Owner refuses the payment or the Surety has denied liability,in whole or in part,without further notice the Owner shall be entitled to enforce any remedy available to the Owner. S-1852/AS 8/10 §7 If the Surety elects to act under Section 5.1,5.2 or 5.3,then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract,and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract.Subject to the commitment by the Owner to pay the Balance of the Contract Price,the Surety is obligated,without duplication,for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal,design professional and delay costs resulting from the Contractor's Default,and resulting from the actions or failure to act of the Surety under Section 5;and .3 liquidated damages,or if no liquidated damages are specified in the Construction Contract,actual damages caused by delayed performance or non-performance of the Contractor. §8 If the Surety elects to act under Section 5.1,5.3 or 5.4,the Surety's liability is limited to the amount of this Bond. §9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract,and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations.No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs,executors,administrators,successors and assigns. §10 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. §11 Any proceeding,legal or equitable,under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond,whichever occurs first.If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §12 Notice to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. §13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. §14 Definitions §14.1 Balance of the Contract Price.The total amount payable by the Owner to the Contractor under the Construction Contract after all proper of ived or to be received by the Owner in settlement adjustments have been made,including allowance to the Contractor of any amounts rece of insurance or other claims for damages to which the Contractor is entitled,reduced by all valid and proper payments made to or on behalf of t Contractor under the Construction Contract. §14.2 Construction Contract.The agreement between the Owner and Contractor identified on the cover page,including all Contract Documents and changes made to the agreement and the Contract Documents. §14.3 Contractor Default.Failure of the Contractor,which has not been remedied or waived,to perform or otherwise to comply with a material term of the Construction Contract. §14.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §14.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §15 If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. a eOCWAc Qi4n §16 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Sea!) Signature: Signature: Name and Title: Name and Title: Address Address S-1852/AS 8/10 Bond No. 190045232/107248982 10� Liberty mutuci'& Document A312 TM - 2010 Conforms with The American Institute of Architects AIA Document 312 Payment Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of Knife River-Belgrade business) Liberty Mutual Insurance Company P.O.Box 9 175 Berkeley Street,Boston,MA 02116 This document has important legal Belgrade,MT 59714 & consequences.Consultation with Travelers Casualty and Surety Company of America an attorney is encouraged with One Tower Square,Hartford,CT 06183 respect to its completion or Mailing Address for Notices modification. Any singular reference to OWNER: Contractor,Surety,Owner or (Name,legal status and address) other party shall be considered plural where applicable. City of Bozeman CONSTRUCTION CONTRACT Date: Amount:$1,340,767.00 Description: (Name and location) City of Bozeman 2020 Street Improvements BOND Date: (Not earlier than Construction Contract D(qf),i i S�U G/Rp Amount:$1,340,767.00 ` ( ORPO See Section 18 Modifications to this Bond: m m CONTRACTOR AS PRINCIPAL IN, 99 SURETY Co orate Seal Company: :fCyrporgfeSeal) Company: ( A�%Nsurrq Mutual Insurance Company& ��J��°�O�r�rm Knife River-Belgrade % fi e n/ el N ravelers Casualty and Surety Company of America 1912 'T!a v y;�i9 AaNS�!= Signature: l at Name parnela L. Michalies-Asst. Sesame ea er R.Goedtel and Title: and Title: Attorney-in-Fact (Any additional signatures appear on the last page of this Payment Bond.) (FOR INFORMATION ONLY—Name,address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect,Engineer or other party:) Willis Towers Watson Midwest,Inc. 8400 Normandale Lake Blvd.,Suite 1700 Bloomington,MN 55437 Phone:763.302.7159 S-2149/AS 8/10 §1 The Contractor and Surety,jointly and severally,bind themselves,their heirs,executors,administrators,successors and assigns to the Owner to pay for labor,materials and equipment furnished for use in the performance of the Construction Contract,which is incorporated herein by reference, subject to the following terms. §2 If the Contractor promptly makes payment of all sums due to Claimants,and defends,indemnifies and holds harmless the Owner from claims, demands,liens or suits by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract,then the Surety and the Contractor shall have no obligation under this Bond. §3 If there is no Owner Default under the Construction Contract,the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety(at the address described in Section 13)of claims,demands,liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims,demands,liens or suits to the Contractor and the Surety. §4 When the Owner has satisfied the conditions in Section 3,the Surety shall promptly and at the Surety's expense defend,indemnify and hold harmless the Owner against a duly tendered claim,demand,lien or suit. §5 The Surety's obligations to a Claimant under this Bond shall arise after the following: §5.1 Claimants,who do not have a direct contract with the Contractor, .1 have furnished a written notice of non-payment to the Contractor,stating with substantial accuracy the amount claimed and the name of the party to whom the materials were,or equipment was,famished or supplied or for whom the labor was done or performed,within ninety(90)days after having last performed labor or last furnished materials or equipment included in the Claim; and .2 have sent a Claim to the Surety(at the address described in Section 13). §5.2 Claimants,who are employed by or have a direct contract with the Contractor,have sent a Claim to the Surety(at the address described in Section 13). §6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor,that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.I. §7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2,whichever is applicable,the Surety shall promptly and at the Surety's expense take the following actions: §7.1 Send an answer to the Claimant,with a copy to the Owner,within sixty(60)days after receipt of the Claim,stating the amounts that are undisputed and the basis for challenging any amounts that are disputed;and §7.2 Pay or arrange for payment of any undisputed amounts. §7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim,except as to undisputed amounts for which the Surety and Claimant have reached agreement. If,however,the Surety fails to discharge its obligations under Section 7.1 or Section 7.2,the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. §8 The Surety's total obligation shall not exceed the amount of this Bond,plus the amount of reasonable attorney's fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. §9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contra Surety under this Bond,subject to the Owner's priority to use the funds for the completion of the work. ct and to satisfy claims,if any,under any construction performance bond.By the Contractor furnishing and the Owner accept of that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations inng this Bond,they agree the Contractor and S-2149/AS 8/10 §10 The Surety shall not be liable to the Owner,Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond,and shall have under this Bond no obligation to make payments to,or give notice on behalf of,Claimants or otherwise have any obligations to Claimants under this Bond. §11 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. §12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date(1)on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2,or(2)on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract,whichever of(1)or(2)first occurs.If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §13 Notice and Claims to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears.Actual receipt of notice or Claims,however accomplished,shall be sufficient compliance as of the date received. §14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. §15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond,the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. §16 Definitions §16.1 Claim.A written statement by the Claimant including at a minimum: .1 the name of the Claimant; .2 the name of the person for whom the labor was done,or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor,materials or equipment was famished for use in the performance of the Construction Contract; .4 a brief description of the labor,materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor,materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant;and .8 the total amount due and unpaid to the Claimant for labor,materials or equipment furnished as of the date of the Claim. §16.2 Claimant.An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract.The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located.The intent of this Bond shall be to include without limitation in the terms"labor,materials or equipment"that part of water,gas,power,light,heat,oil,gasoline, telephone service or rental equipment used in the Construction Contract,architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors,and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor,materials or equipment were famished. §16.3 Construction Contract.The agreement between the Owner and Contractor identified on the cover page,including all Contract Documents and all changes made to the agreement and the Contract Documents. S-2149/AS 8/10 §16.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §16.6 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §17 If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. §18 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address Address S-2149/AS 8/10 Surety Acknowledgment State of Minnesota } ss. County of Hennepin 1 On this day of 20 ,before me personally came Heather R.Goedtel, Ito me known,who being by me duly sworn,did depose and say that he is the Attorney-in-Fact of Libery Mutual Insurance Company & Travelers Casualty and Surety Company of America described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to said instruments is such corporate seal,that it was so affixed by order of the Board of Directors of said corporation,and that he signed his name to it by like order. I o ub i NICOLE CATHERINE LANGER r ;t Notary Publi[ Minnesota \=z ys� My Commission Expires =`y' Jan 31,2023 P; I! jf _ u lit I' I � � � � i . , ! ! � I � � ; � ' i � I � � i � I � I i , I i � ' i ' I . This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. 10� Liberty Liberty Mutual Insurance Company Certificate No:8202635-190003 Mutual. The Ohio Casualty Insurance Company West American Insurance Company SURETY 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 under 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, Blake S. Bohlig,Brian D.Carpenter,Kelly Nicole Enghauser,Heather R.Goedtel,Michelle Halter,Jessica Hoff,Nicole Langer,Craig Olmstead,Laurie Pflug all of the city of Bloomington state of Minnesota 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. by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed IN WITNESS WHEREOF,this Power of Attorney has been subscribed thereto this 21 st day of November 2019 Liberty Mutual Insurance Company tNS1 SV INSU d%NSUgq The Ohio Casualty Insurance Company O7�Rgy° yJP4oaPo�r pgy \VP 0rFy� West American Insurance Company (a J = Fo 3 r mo c, U r o cn 1912 0 0 1919 s 1991 0 � 'sACHusHHAMee��dao �,t+dMotNl��a By: 7 N ) * l 1 i � David M.Carey,Assistant Secretary � C C i P State of PENNSYLVANIA � County of MONTGOMERY ss 0 a) o L) am On this 21 st day of November 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o 2 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 w > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. >, tt a� IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above wri en. o 0 — Q � PAS 4 Za 0 � �S0oNwF rF! COMMONWEALTH OF PENNSYLVANIA � �� i O �.. �yQ o� q<T Notarial seal �2�-r-�^-� O �- u S 7 Teresa Pastella,Notary Public dj O of B N Upper MedonTwp.,Montgomery County y: E O �i a3 My commission Expires March 28,2021 Teresa Pastella,Notary Public @ Member,Pennsylvania Association of Notaries (7 N qRy P to Ca :) )a`) 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 o o s Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: Z E 6 ARTICLE IV—OFFICERS:Section 12.Power of Attorney. o m 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 p >, President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o @ 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 attomey,shall s N > 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 CO Z 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 attomey in-fact under the LP 00 provisions of this article maybe revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. U ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. 0(0 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 attomeys-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 attomeys-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. facttificate ofas may be necessary to act on behalf of the Company tnation—The President of the Company,o make,executecting pursuant,seal,acknowledge and deliver o the Bylaws of the Company,aas surety uthorizes any la d d M.a aundertak undertakings, recognry to izanlces and other nt such 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 r of Attorney executed by said Companies,is in full force and effect and hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Powe has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of P�INSU/? PSI,( INS& Pa a SU? �J aOaPORar y° yJ oOaPo�TF y .C'='0 RarFo°m = mo Q r o U 1912 0 1919 0 2 1991 0 Y 3 0 Z 14 O By: rk{ 9SQACFN'�da S° hAMPSa`aa3 !s �NOIANP da Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi C0_062018 ��' �i ,.. � � , � �� ,� ,, � , 'I �� �� r► �� , � .. � � � . . � ,i . �� , �� fi �� . , ' 'F .. � I� � , �., � � i' ,; . . r �I ,� V ' �I �I I� STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT See Montana Public Works Standard Specifications Sixth Edition SECTION 00810 SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS These Supplementary Conditions to the General Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. C-700, 2007 Edition) and other provisions of the Contract Documents as indicated below. All provisions that are not so amended or supplemented remain in full force and effect. SC -2.01 DELIVERY OF BONDS Add the following to Paragraph: 2.0l.A Engineer shall furnish to Contractor six copies of the Agreement and other Contract Documents bound therewith. Contractor shall execute the Agreement, attach executed copies of the required Bonds, Power of Attorney, and Certificate of Insurance and submit all copies to Engineer who will forward them to the Owner. Owner shall execute all copies and return two copies to the Contractor. Owner shall also furnish a counterpart or conformed copy to the Engineer and shall retain three copies. SC —2.03 NOTICE TO PROCEED Delete the first sentence of Paragraph 2.03.A of the General Conditions and insert the following in its place: Following the execution of the Agreement by the Owner and the Contractor, written Notice to Proceed with the Work shall be given by the Owner to the Contractor. The Contract Time will commence to run on the day indicated in the Notice to Proceed. SC -2.05 BEFORE STARTING CONSTRUCTION Add a new paragraph immediately after paragraph 2.05.A.3 of the General Conditions which is to read as follows: 2.05.A.4 Contractor shall submit a preliminary list of construction equipment with hourly rates, owned or rented by the Contractor and all Subcontractors that.will be used in the performance of the Work. The equipment list will include information necessary to confirm the hourly rates per Paragraph 11.01.A.5.c of the General Conditions and these Supplementary Conditions including: make, model, and year of manufacture as well as the horse power, capacity or weight, and accessories. Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 1 of 13 SC- 2.07 INITIAL ACCEPTANCE OF SCHEDULES Delete the first paragraph of 2.07.A of the General Conditions in its entirety and insert the following in its place: Prior to the first application for payment all schedules and documents identified in paragraph 2.05.A shall be finalized and acceptable to the Engineer and Owner. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer and Owner as provided below. Acceptance of these schedules and documents by either Engineer or Owner will neither impose on Engineer or Owner responsibility for the sequencing, scheduling or progress of the Work and will not interfere with or relieve Contractor from Contractor's full responsibility therefore. Add the following after Paragraph 2.07.A.3: Contractor's Schedule of Construction Equipment will be acceptable to Engineer as to form and substance if it provides the necessary information to reference the equipment and establish the hourly rates in accordance with paragraph 11.01.A.S.c. SC - 4.01 AVAILABILITY OF LANDS Add to Paragraph 4.0l.0 of the General Conditions the following: If it is necessary or desirable that the Contractor use land outside of the Owner's easement or right-of-way, the Contractor shall obtain consent from the property owner and tenant of the land. The Contractor shall not enter for materials delivery or occupy for any other purpose with men, tools, equipment, construction materials, or with materials excavated from the site, any private property outside the designated construction easement boundaries or right-of-way without written permission from the property owner and tenant. SC- 4.02- SUBSURFACE AND PHYSICAL CONDITIONS Delete the first sentence of 4.02.A and replace with the following: A. Reports and Drawings: The Special Provisions identify: Delete the reference to Supplementary Conditions in paragraph 4.02.B and replace with Special Provisions. Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 2 of 13 SC-4.03- DIFFERING SUBSURFACE OR PHYSICAL CONDITIONS Add the following to the end of Paragraphs 4.03.A. Contractor to notify Owner and Engineer in writing about differing subsurface or physical conditions within 15 days of discovery and before disturbing the subsurface as stated above. No claim for an adjustment in the contract price or contract times (or Milestones) will be valid for differing subsurface or physical conditions if procedures of this paragraph 4.03 are not followed. SC- 4 04-UNDERGROUND FACILITIES Add the following new paragraph immediately after Paragraph 4.04.A.2. 3. At least 2 but not more than 10 business days before beginning any excavation, the Contractor shall according to MCA 69-4-501, notify all owners of underground facilities and coordinate the Work with the owners of such underground facilities. The information shown or indicated in the Contract Documents with respect to existing underground facilities is based on information and data obtained from the owners of the facilities without field exploration, and as such, Owner and Engineer are not responsible for the accuracy or completeness of such information or data. SC- 4.06 - HAZARDOUS ENVIORNMENTAL CONDITION AT SITE Change the first sentence of paragraph A to read as follows: A. Reports and Drawings: The Special Provisions identify those reports.......... SC- 5.02 LICENSED SURETIES AND INSURERS Add the following to the end of Paragraph 5.02.A 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 A-, VI, as will protect the Contractor, the vicarious acts of subcontractors, the Owner and the Engineer and their agents and employees from claims for bodily injury, or property damage which may arise from operations and completed operations under this Agreement. Contractor shall not commence work under this Agreement until such insurance has been obtained and certificates of insurance, with binders, or certified Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 3 of 13 copies of the insurance policy shall have been filed with the Owner and the Engineer. All insurance coverage shall remain in effect throughout the life of the Agreement, except that the Contractor shall maintain the Commercial General Liability Policy including product and completed operations coverage for a period of at least one year following the substantial completion date for property damage resulting from occurrences during the agreement period. SC-5.04 CONTRACTOR'S LIABILITY INSURANCE Add the following new paragraphs immediately after Paragraph 5.04.13: C. The limits of liability for the insurance required by Paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Law or Regulations: 1. Workers' Compensation, etc. under Paragraphs 5.04.1 and 5.04.2 of the General Conditions. a. State Statutory b. Applicable Federal (e.g. Longshoremans) Statutory C. Employer's Liability $ 500,000.00 2. Contractor's Liability Insurance under Paragraphs 5.04.A.3 through 5.04. A.6 of the General Conditions which shall also include completed operations and product liability coverage. a. GENERAL AGGREGATE $ 300,000.00 b. Products-Completed Operations Aggregate $ 3,000,000.00 C. Personal and Advertising d. Each Occurrence (Bodily Injury and Property Damage) $ 1,000,000.00 e. Coverage will include: 1. Premises - Operations 2. Operations of Independent Contractor 3. Contractual Liability 4. Personal Injury S Products and Completed Operations Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 4 of 13 6. Broad Form Property Damage will include explosion, collapse, blasting and underground where applicable. 7. Per Project Aggregate Endorsement 3. Automobile Liability under Paragraph 5.04.A.6 of the General Conditions: a. Bodily Injury: Each Person $ 500,000.00 Each Accident $ 1,000,000.00 Property Damage: Each Accident $1,000,000.00 (or) b. Combined Single Limit $ 1,000,000.00 Coverage to Include 1. All Owned 2. Hired 3. Non-Owned 4. Contractor's Liability Insurance under 5.04.A.3 through 5.04.A.6 may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. Primary occurrence limit cannot be less than $1,000,000.00. Deductible not to exceed $5,000.00 per occurrence on property damage. 5. Add a new paragraph at the end of Paragraph 5.04.B. 1 of the General Conditions as follows: The Contractor's insurance coverage shall name the Owner, and Engineer and Engineer's Consultants as an additional insured under Commercial General Liability, Automobile Liability; Excess or Umbrella polices. 6. The Contractual Liability coverage required by Paragraph 5.04.13.4. of the General Conditions shall provide coverage for not less than the following amounts: Each Occurrence $ 1,000,000.00 Aggregate $ 3,000,000.00 Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 5 of 13 SC- 5.04.13.5 CANCELATION NOTICE Amend paragraph 5.04.B.5 of the General Conditions by striking out the words "30 days" and replacing them with the words "45 days" and as so amended paragraph 5.04.B.5 remains in effect. SC - 5.06 PROPERTY INSURANCE Delete Article 5.06.A of the General Conditions in its entirety and insert the following in its place: A. Contractor shall purchase and maintain property insurance upon the work at the site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in these Supplementary Conditions or required by Laws and Regulations). This insurance shall: 1. Include the interests of Owner, Contractor, Subcontractors, Sub- Subcontractors Engineer, Engineer's Consultants, and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk "all risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, false work and materials and equipment in transit and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage (other than caused by floods), and other perils or causes of loss as may be specifically required by the Supplementary Conditions. 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to the fees and charges of engineers and architects); 4. cover materials and equipment in transit for incorporation in the Work or stored at the site or at another location prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by Engineer; and 5. Be endorsed to allow occupancy and partial utilization of the Work by Owner. Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 6 of 13 6. Include testing and start-up; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with thirty days written notice to each other additional insured to whom a certificate of insurance has been issued. B. Contractor shall be responsible for any deductible or self-insured retention. C. The policies of insurance required to be purchased and maintained by Contractor in accordance with this Paragraph SC5.06 shall comply with the requirements of Paragraph 5.06.0 of the General Conditions. D. The policies of insurance required to be purchased and maintained by Contractor in accordance with this Article 5.06.A shall comply with the requirements of GC - 5.06. C. The qualifications of the insurance company shall comply with the requirements of SC- 5.02.A. SC-6.02 Working Hours Add the following to Paragraph 6.02.B: Regular working hours are defined as 8:OOAM. To S:OOP.M. Emergency work may be done without prior permission. SC-6.04 PROGRESS SCHEDULE Delete Paragraph 6.04.A.1 of the General Conditions m its entirety and replace with the following: 1. Contractor shall submit to Engineer with each application for payment an updated progress schedule reflecting the amount of work completed and adjustments to future work. Such adjustments will be acceptable to Engineer as providing an o r d e r 1 y progression of the Work to completion within any specified milestones and the Contract Time. No progress payment will be made to Contractor until the updated schedules are submitted to and acceptable to Engineer and Owner. Review and acceptance of progress schedules by the Engineer will neither impose on Engineer responsibility for the sequencing, scheduling or progress of the Work, nor interfere with or relieve Contractor from Contractor's full responsibility therefore. Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 7 of 13 SC- 6.13 SAFETY AND PROTECTION Change Supplementary Conditions in paragraph 6.13.0 to Special Provisions. Add new paragraphs to the end of paragraph 6.13.F of the General Conditions as follows: G. It is expressly understood by the parties to this Agreement that the Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. The right of the Owner and Engineer to observe or otherwise review the Work and operations shall not relieve the Contractor from any of his covenants and obligations hereunder. Contractor shall incorporate all safety requirements into his construction progress and work schedules including preconstruction and scheduled monthly safety meetings, posted safety rules, tailgate meetings, and site inspections by safety and other inspectors employed by the Contractor. H. The Contractor shall be responsible for and shall take necessary precautions and provide all material and equipment to protect, shore, brace, support and maintain all underground pipes, conduits, drains, sewers, water mains, gas mains, cables, etc., and other underground construction uncovered in the proximity, or otherwise affected by the construction work performed by him. All pavement, surfacing, driveways, curbs, walks, buildings, grass areas, trees, utility poles or guy wires damaged by the Contractor's operations in the performance of this work shall be repaired and/or replaced to the satisfaction of the Owner, Engineer, and effected property owner at the Contractor's expense. The Contractor shall also be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, or other public or private property or facility, regardless of location or character, which may be caused by moving, hauling, or otherwise transporting equipment, materials, or men to and from the work or any part of site thereof, whether by him or his subcontractors. The Contractor shall make satisfactory and acceptable arrangements with owner of, or the agency or authority having jurisdiction over, the damaged property or facility concerning its repair or replacement or payment of costs incurred in connection with said damage. I. 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, driveways, and walks, whether public or private, the Contractor shall obtain approval from the governing party and shall, at his own expense, provide and maintain suitable and safe bridges, detours, and other temporary expedients for the accommodation of public and private drives before interfering with them. The provisions for temporary expedients will not be required when the Contractor has obtained permission from the owner and tenant of the private property, or from the authority having jurisdiction over public property involved, to obstruct traffic at the designated point. Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 8 of 13 J. Safety provisions must be entirely adequate and meet with City or State and Federal regulations to protect the public on these streets and roads. SC- 6.20 INDEMNIFICATION Add a new paragraph immediately after paragraph 6.20.A. of the General Conditions which is to read as follows: While Owner and Engineer may have the right under this Contract to observe or otherwise review the work, progress and operations of the Contractor, it is expressly understood and agreed that such observation shall not relieve the Contractor from any of its covenants and obligations hereunder. SC-9.03 PROJECT REPRESENTATIVE Refer to the Special Provisions for identification of the responsibilities and authority and limitations of the Engineer's Resident Project Representative (if any). SC- 11.01 COST OF THE WORK Delete paragraph 11.01 .A.5.c of the General Conditions in its entirety and insert the following in its place: 11.01. A.5.c The rental of all construction equipment and machinery and parts thereof whether rented from Contractor or rented from others. The cost shall be calculated as follows and will include the costs of transportation, loading, unloading, assembly, dismantling and removal thereof for equipment involved only in the changed portion of the work covered under the cost of the Work method. Transportation, 1 o a d i n g and assembly costs will not be included for equipment already on the site which is being used for other portions of the Work. The cost of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. Hourly equipment and machinery rates shall be calculated from the Rental Rate Blue Book for Construction Equipment, and the Equipment List submitted according to SC 2.05 and SC 2.07, and as follows: 1. For working equipment, the hourly rate shall be the monthly rental rate divided by 176 hours per month plus the hourly operating cost. 2. For equipment on standby, the hourly rate shall be 50% of the monthly rental rate divided by 176 hours per month, and the hourly operating cost shall not be applied. 3. For specialized equipment rented for a short duration used for change order work or additional work not part of the scope of work bid, the Section 00810-601 Edition Supplementary Conditions to the General Conditions Page 9 of 13 equipment rental rates will be negotiated prior to t h e work being performed. SC-11.03 UNIT PRICE WORK Delete paragraph 11.03.D.1 and 2 of the General Conditions in its entirety and insert the following in its place: 1. the quantity of a particular item of Unit Price Work performed by Contractor differs by more than 25% from the estimated quantity of such item indicated in the Agreement, and 2. the total cost of the particular individual item of Unit Price Work amounts to 10% or more of the Contract Price which is the total sum of all schedules (if any), and SC- 14.02.A APPLICATIONS FOR PAYMENTS Add the following language at the end of paragraph 14.02.A.1 of the General Conditions: Payments for materials in storage shall be based only upon the actual cost of the materials and equipment to Contractor and shall not include any overhead or profit. Bill of Sale, invoice or other document warranting clear title for materials in storage will be waived for the material in storage included in the first progress payment application. However, proof of payment and clear title must be submitted with Application No. 2 for all material included in Application No. 1. Without such documentation amounts paid for materials in storage will b e deducted from subsequent payments. Beginning with the second application, all requests for payment for materials in storage shall be accompanied by Bill of Sale, invoice or other document warranting clear title as required above. Add the following to Paragraph 14.02.A.3: In accordance with state law the Owner may accept deposited securities in lieu of cash retainage. Retainage may be used by the Owner to offset costs for any of the losses enumerated in Paragraphs 14.02.B.5.a through 14.02.B.5.d inclusive, 14.02.D.I.a. through 14.02.D.1.d inclusive, or 15.02.C. In addition retainage may be used by the Owner to protect against loss from failure by the Contractor to complete necessary work and to offset any liquidated damages due Owner. Add a new paragraph after paragraph to 14.02.A.3 to read: 4. Each application for progress payment shall be accompanied by Contractor's updated progress schedule, shop drawing schedule, procurement schedule, and other data specified herein or reasonably required by Owner or Engineer. The Owner reserves the right to require submission of monthly certified payrolls by the Contractor. Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 10 of 13 SC -14.02.0 PAYMENT BECOMES DUE Delete Paragraph 14.02.C.1 o f the General Conditions in its entirety and insert the following in its place: 1. The Owner will, upon presentation to him of the Contractor's Application for Payment with Engineer's recommendation, review and act upon said payment request once each month on or about the day of each month stipulated by the Owner at the preconstruction conference. Payment will become due when Owner approves the application for payment and when due, will be paid by Owner to Contractor. SC- 14.02.D.1.c Amend the sentence of Paragraph 14.02.D.1.c to read: ...entitling Owner to a set-off against the amount recommended, including liquidated damages; or... SC-14 03 CONTRACTORS WARRANTY OF TITLE Add the following at the end of Paragraph 14.03.A of the General Conditions: Neither recommendation of any progress payment by Engineer nor payment by the Owner to Contractor, nor any use or occupancy of the Work or any part thereof will release the Contractor from complying with the Contract Documents. Specifically the Contractor shall maintain in accordance with Article 5, property insurance on all Work, materials, and equipment whether incorporated in the project or not and whether included in an application for payment or not, for the hull insurable value thereof. Passing title to Owner for materials and equipment included in an application for payment does not relieve the Contractor of the Contractor's obligation to provide insurance (including property insurance) as required in Article 5 of the General Conditions and these Supplementary Conditions. All insurance shall remain in effect as provided in Article 5. SC- 14.05 PARTIAL UTILIZATION Add the following to Paragraph 14.05.A: Owner has the right to take possession of or use any completed or substantially completed portions of the work at any time, but such taking possession or use will not be deemed an acceptance of any work not completed in accordance with the Contract Documents. Owner's use of any facilities so identified in the Contract Documents will not be grounds for extension of the contract time or change in the contract price. Owner's use of any facilities not specifically identified in the Contract Documents will be in Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 11 of 13 Accordance with conditions agreed to prior to such use, and any extra costs or delays in completion incurred and properly claimed by Contractor will be equitably adjusted with a Change Order. Facilities substantially completed in accordance with the Contract Documents which are occupied or used by Owner prior to substantial completion of the entire work will be done in accordance with General Conditions 14.04. Guarantee periods for accepted or substantially completed work including mechanical and electrical equipment will commence upon the start of continuous use by Owner. All tests and instruction of Owner's personnel must be satisfactorily completed, and Owner shall assume responsibility for and operation of all facilities occupied or used except as may arise through portions of work not yet completed by Contractor If the work has been substantially completed and the Engineer certifies that full completion thereof is materially delayed through no fault of the Contractor, the Owner shall, without terminating the Agreement, make payment of the balance due for the portion of the work fully completed and accepted. SC- 14.06 FINAL INSPECTION Add the following to Paragraph 14.06.A: After Contractor has remedied all deficiencies to the satisfaction of the Engineer and delivered all construction records, maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, and other documents (all as required by the Contract Documents), Owner and Contractor shall be promptly notified in writing by Engineer that the work is acceptable. SC-16.01 DISPUTE RESOLUTION Replace Section 16.01 of the General Conditions with the following: 16.01 Methods and Procedures A. Either Owner or Contractor may request mediation of any Claim submitted to Engineer for a decision under Paragraph 10.05 before such decision becomes final and binding. Notice of the demand for mediation will be filed in writing with the other party to the Agreement and a copy will be sent to Engineer for information. Once the other party receives the request for mediation they must notify the requestor .if they desire to participate in mediation. If both parties agree to participate in mediation the parties shall establish mutually agreeable rules to abide by during the mediation process. Owner or Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or Laws or Regulations in respect to any dispute that is not agreed upon during mediation. B. Except as provided in paragraph SC-16.02.0 below, no mediation arising of or relating to the Contract Documents shall include by consolidation, joiner, or in any other manner Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 12 of 13 any other person or entity (including Engineer, Engineer's Consultant and the Officers, directors, agents, employees or consultants of any of them) who is not a party to this contract unless: 1. the inclusion of such other individual or entity is necessary if complete relief is to be afforded among those who are already parties to the mediation; and 2. such other individual or entity is substantially involved in a question of law or fact which is common to those who are already parties to the mediation, and which will arise in such proceedings; and 3. the written consent of the other individual or entity sought to be included and of Owner and Contractor has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to mediation of any dispute not specifically described in such consent or to mediation with any party not specifically identified in such consent. C. Notwithstanding paragraph SC-16.0 LB, if a Claim or counterclaim, dispute or other matter in question between Owner and Contractor involves the Work of a Subcontractor, either Owner or Contractor may join such Subcontractor as a party to the mediation between Owner and Contractor hereunder. Contractor shall include in all subcontracts required by paragraph GC-6.06.G specific provision whereby the Subcontractor consents to being joined in mediation between Owner and Contractor involving work of such Subcontractor. Nothing in this paragraph SC-16.0 1.0 nor in the provision of such subcontract consenting to joiner shall create any claim, right or cause of action in favor of Subcontractor and against Owner, Engineer, or Engineer's Consultants that does not otherwise exist. SC-17.01 GIVING NOTICE Add the following to Paragraph 17.01.A: The mailing address for giving notices to Contractor given in the Agreement is hereby designated as the place to which all notices, letters, and other communication to Contractor will be mailed or delivered. The mailing address for giving notices to Owner given in the Agreement is hereby designated as the place to which all notices,.letters, and other communication to Owner shall be mailed or delivered. Either party may change his address at any time by an instrument in writing delivered to Engineer and to other party. END OF SECTION 00810 Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 13of13 i I MONTANA PREVAILING WAGE RATES FOR HIGHWAY CONSTRUCTION SERVICES 2020 Effective: Januaty 2, 2020 Steve Bullock, Governor State of Montana Galen Hollenbaugh, Commissioner Department of Labor and Industry To obtain copies of prevailing wage rate schedules, or for information relating to public works projects and payment of prevailing wage rates, visit ERD at www.mtwagehourbopa.com or contact: Employment Relations Division Montana Department of Labor and Industry P. O. Box 201503 Helena, MT 59620-1503 Phone 406-444-6543 The department welcomes questions, comments, and suggestions from the public. In addition, we'll do our best to provide information in an accessible format, upon request, in compliance with the Americans with Disabilities Act. MONTANA PREVAILING WAGE REQUIREMENTS The Commissioner of the Department of Labor and Industry, in accordance with Sections 18-2-401 and 18-2-402 of the Montana Code Annotated (MCA), has determined the standard prevailing rate of wages for the occupations listed in this publication. The wages specified herein control the prevailing rate of wages for the purposes of Section 18-2-401, et seq., MCA. It is required each employer pay (as a minimum) the rate of wages, including fringe benefits, travel allowance, zone pay and per diem applicable to the district in which the work is being performed as provided in the attached wage determinations. All Montana Prevailing Wage Rates are available on the internet at www.mtwagehourbopa.com or by contacting the department at(406) 444-6543. In addition, this publication provides general information concerning compliance with Montana's Prevailing Wage Law and the payment of prevailing wages. For detailed compliance information relating to public works contracts and payment of prevailing wage rates, please consult the regulations on the internet at www.mtwagehourbopa.com or contact the department at(406) 444-6543. GALEN HOLLENBAUHG Commissioner Department of Labor and Industry State of Montana TABLE OF CONTENTS MONTANA PREVAILING WAGE REQUIREMENTS: A. Date of Publication 3 B. Definition of Highway Construction 3 C. Definition of Public Works Contract .......................................................................................................... 3 D. Prevailing Wage Schedule ..................................................................................................................... 3 E. Rates to Use for Projects ........................................................................................................................ 3 F. Wage Rate Adjustments for Multiyear Contracts .......................................................................................... G. Fringe Benefits ..................................................................................................................................... 4 H. Dispatch City ........................................................................................................................................ 4 I. Zone Pay ............................................................................................................................................ 4 J. Computing Travel Benefits K. Per Diem 4 L. Apprentices ......................................................................................................................................... 4 M. Posting Notice of Prevailing Wages .......................................................................................................... 5 N. Employment Preference ......................................................................................................................... 5 O. Projects of a Mixed Nature 5 P. Occupations Definitions Website 5 Q. Welder Rates 5 R. Foreman Rates .................................................................................................................................. 5 WAGE RATES: BRICK, BLOCK, AND STONE MASONS 6 CARPENTERS 6 CEMENT MASONS AND CONCRETE FINISHERS 6 CONSTRUCTION EQUIPMENT OPERATORS OPERATORS GROUP 1 6 OPERATORS GROUP 7 OPERATORS GROUPS 7 OPERATORS GROUP 4 8 OPERATORS GROUP 5 8 OPERATORSGROUP 6 ............................................................................................................................ 8 OPERATORS GROUP 7 8 CONSTRUCTION LABORERS LABORERS GROUP 1 9 LABORERSGROUP 2 ............................................................................................................................ 9 LABORERSGROUP 3 ............................................................................................................................ 9 LABORERSGROUP 4 ............................................................................................................................ 10 DIVERS .................................................................................................................................................... 110 0 DIVER TENDERS ......................................................... ..........................................................................:..... ELECTRICIANS ...... 11 IRONWORKERS-STRUCTURAL STEEL AND REBAR PLACERS ...................................................................... 11 LINE CONSTRUCTION EQUIPMENT OPERATOR 11 GROUNDMAN 11 LINEMAN ................................................................................................................................................. 12 MILLWRIGHTS 12 PAINTERS .................... ....................::........:....... ............:...................:..............:.................:..........:...... 12 PILEBUCKS ................................................................................................................I.............................. 12 TRUCKDRIVERS ............................................................................................................................................... 12 A.Date of Publication January 2,2020 B.Definition of Highway Construction The Administrative Rules of Montana(ARM), 24.17.501(3)—(3)(a), states "Highway construction projects include, but are not limited to, the construction, alteration, or repair of roads, streets, highways, runways, taxiways, alleys, trails, paths, and parking areas, bridges constructed or repaired in conjunction with highway work, and other similar projects not incidental to building construction or heavy construction. Highway construction projects include, but are not limited to, alleys, base courses, bituminous treatments, bridle paths, concrete pavement, curbs, excavation and embankment (for road construction),fencing(highway), grade crossing elimination (overpasses or underpasses), guard rails on highways, highway signs, highway bridges (overpasses, underpasses, grade separation), medians,parking lots,parkways, resurfacing streets and highways, roadbeds, roadways, runways, shoulders, stabilizing courses, storm sewers incidental to road construction, street paving, surface courses, taxiii'ays, and trails. ,, C.Definition of Public Works Contract Section 18-2-40 1(1 1)(a),MCA defines "public works contract"as "...a contractfor construction services let by the state, county, municipality, school district, or political subdivision or for nonconstruction services let by the state, county, municipality, or political subdivision in which the total cost of*the contract is in excess of 25,000... ". D.Prevailing Wage Schedule This publication covers only Highway Construction occupations and rates in the specific localities mentioned herein. These rates will remain in effect until superseded by a more current publication. Current prevailing wage rate schedules for Building Construction, Heavy Construction and Nonconstruction Services occupations can be found on the internet at www.mtwagehourbopa.com or by contacting the department at(406)444-6543. E.Rates to Use for Projects ARM,24.17.127(1)(c),states "The wage raves applicahle to a parlicular public works project are those in effect at the tune the bid specifications are advertised. " F.Wage Rate Adjustments for Multiyear Contracts Section 18-2-417, MCA states: "(1)Any public works contract that by the terms of the original contract calls for more than 30 nronlhs to frilly perform must include a provision to adjust, as provided in subsection (2), the standard prevailing rate of wages to be paid to the workers performing the contract. (2) The standard prevailing rate of wages paid to workers under a contract subject to this section must be adjusted 12 months after the date of the award of the public works contract. The amount of the adjustment must be a 3%increase. The adjustment must be made and applied every 12 months for the term of the contract. (3)Any increase in the standard rate of prevailing wages for workers under this section is the sole responsibility of the contractor and any subcontractors and not the contracting agency. " G.Fringe Benefits Section 18-2-412, MCA states: -(I) To fulfill the obligation...a contractor or subcontractor nrcrn: (a)pay the amount of fringe benefits and the basic hourly rate of pay that is part of the standard prevailing rate of wages directly to the worker or employee in cash; (b) make an irrevocable contribution to a trustee or a third person pursuant to a fringe benefit fund,plan, or program that meets the requirements of the Employee Retirement Income Security Act of 1974 or that is a bona fide program approved by the U. S. department of labor; or (c) make payments using any combination of methods set forth in subsections (1)(a)and(1)(b)so that the aggregate of payments and contributions is not less than the standard prevailing rate of wages, including fringe benefits and travel allowances, applicable to the district for the particular type of work being performed. (2) The fringe benefit fund,plan, or program described in subsection (1)(b) must provide benefits to workers or employees for health care,pensions on retirement or death, life insurance, disability and sickness insurance, or bona fide programs that meet the requirements of the Employee Retirement Income Security Act of 1974 or that are approved by the U. S. deparlrnew oflahor. " Fringe benefits are paid for all hours worked(straight time and overtime hours). However, fringe benefits are not to be considered a part of the hourly rate of pay for calculating overtime, unless there is a collectively bargained agreement in effect that specifies otherwise. H.Dispatch City ARM,24.17.103(11),defines dispatch city as "...the courthouse in the city ftom the.following list which is closest to the center of the joh: Billings, Bozeman, Battle, Great Falls, Helena, Kalispell, and Ifissoula." I.Zone Pay Zone pay is not travel pay. ARM, 24.17.103(24),defines zone pay as "...an amount added to the base pay; the combined sum then becomes the new base wage rate to be paid for all hours worked on the project.Zone pay must be determined by measuring the road miles one way over the shortest practical maintained route from the dispatch city to the center of the job." See section H above for a list of dispatch cities. J. Computing Travel Benefits ARM,24.17.103(22), states " 'Travel pay, 'also referred to as 'travel allowance, 'is and must be paid for travel both to and from the job site, except those with special provisions listed under the classification. The rate is determined by measuring the road miles one direction over the shortestpractical maintained route from the dispatch city or the employee's home, whichever is closer, to the center of the job. " See section H above for a list of dispatch cities. K.Per Diem ARM,24.17.103(18),states " 'Per dietar'typically covers costs associated with board and lodging expenses. Per diem is paid when an employee is required to work at a location outside the daily commuting distance and is required to stay at that location overnight or longer." L.Apprentices Wage rates for apprentices registered in approved federal or state apprenticeship programs are contained in those programs. Additionally, Section 18-2-416(2), MCA states "...The,full amount of'any applicable_fi•inge benefits/must be paid to the apprentice while the apprentice is working on the public works contract. " Apprentices not registered in approved federal or state apprenticeship programs will be paid the appropriate journey level prevailing wage rate when working on a public works contract. M.Posting Notice of Prevailing Wages Section 18-2-406, MCA, provides that contractors, subcontractors, and employers who are "...performing work or providing construction services under public works contracts, as provided in this part, shall post in a prominent and accessible site on the project or staging area, not later than the first day of work and continuing for the entire duration of the project, a legible statement of all wages ancl,fi1nge benefits to be paid to the employees. " N.Employment Preference Sections 18-2-403 and 18-2-409, MCA require contractors to give preference to the employment of bona fide Montana residents in the performance of work on public works contracts. O.Projects of a Mixed Nature Section 18-2-408,MCA states: "(1) The conn•acting agency shill delermine, hased on the preponderance oflabor hours to be worked, whether the public works construction services project is classified as a highway construction project, a heavy construction project, or a building construction project. (2) Once the project has been classified, employees in each trade classification who are working on that project must be paid at the rate for that project Classification P. Occupations Definitions You can find definitions for these occupations on the following Bureau of Labor Statistics website: http://www.bls.gov/oes/current/ocs stru.htm Q.Welder Rates Welders receive the rate prescribed for the craft performing an operation to which welding is incidental. R.Foreman Rates Rates are no longer set for foremen. However, if a foreman performs journey level work,the foreman must be paid at least the journey level rate. WAGE RATES BRICK, BLOCK, AND STONE MASONS Wage Benefit Travel: $28.71 $14.79 0-45 mi. free zone >45-60 mi. $32.50/day >60-90 mi. $62.00/day >90 mi. $75.00/day T Back to Table of Contents CARPENTERS Wage Benefit Zone Pay: $31.00 $13.57 0-30 mi. free zone >30-60 mi. base pay + $4.00/hr. >60 mi. base pay + $6.00/hr. t Back to Table of Contents CEMENT MASONS AND CONCRETE FINISHERS Wage Benefit Zone Pay: $24.87 $12.64 0-25 mi. free zone >25-50 mi. base pay + $2.50/hr. Duties Include: >50 mi. base pay + $3.00/hr. Smooth and finish surfaces of poured concrete, such as floors, walks, sidewalks, or curbs. Align forms for sidewalks, curbs, or gutters. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 1 Wage Benefit Zone Pay: $26.52 $11.50 0-25 mi. free zone >25-50 mi, base pay+ $2.50/hr. This group includes but is not limited to: >50 mi. base pay + $3.00/hr. Air Compressor; Auto Fine Grader; Belt Finishing; Boring Machine (Small); Cement Silo; Crane, A-Frame Truck Crane; Crusher Conveyor; DW-10, 15, and 20 Tractor Roller; Farm Tractor; Forklift; Form Grader; Front-End Loader, under 1 cu. yd; Oiler, Heavy Duty Drills; Herman Nelson Heater; Mucking Machine; Oiler, All Except Cranes/Shovels; Pumpman. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 2 Wage Benefit Zone Pay: $28.55 $11.50 0-25 mi. free zone >25-50 mi. base pay + $2.50/hr. This group includes but is not limited to: >50 mi. base pay + $3.00/hr. Air Doctor; Backhoe\Excavator\Shovel, up to and incl. 3 cu. yds; Bit Grinder; Bitunimous Paving Travel Plant; Boring Machine, Large; Broom, Self-Propelled; Concrete Travel Batcher; Concrete Float& Spreader; Concrete Bucket Dispatcher; Concrete Finish Machine; Concrete Conveyor; Distributor; Dozer, Rubber-Tired, Push, & Side Boom; Elevating Grader\Gradall; Field Equipment Serviceman; Front-End Loader, 1 cu. yd up to and incl. 5 cu. yds; Grade Setter; Heavy Duty Drills, All Types; Hoist\Tugger, All; Hydralift Forklifts & Similar; Industrial Locomotive; Motor Patrol (except finish); Mountain Skidder; Oiler, Cranes\Shovels; Pavement Breaker, EMSCO; Power Saw, Self-Propelled; Pugmill; Pumperete\Grout Machine; Punch Truck; Roller, other than Asphalt; Roller, Sheepsfoot(Self-Propelled); Roller, 25 tons and over; Ross Carrier; Rotomill, under 6 ft; Trenching Machine; Washing /Screening Plant T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 3 Wage Benefit Zone Pay: $29.41 $11.50 0-25 mi. free zone >25-50 mi. base pay + $2.50/hr. This group includes but is not limited to: >50 mi. base pay + $3.00/hr. Asphalt Paving Machine; Asphalt Screed; Backhoe\Excavator\Shovel, over 3 cu. yds; Cableway Highline; Concrete Batch Plant; Concrete Curing Machine; Concrete Pump; Cranes, Creter; Cranes, Electric Overhead; Cranes, 24 tons and under; Curb Machine\Slip Form Paver; Finish Dozer; Front-End Loader, over 5 cu. yds; Mechanic\Welder; Pioneer Dozer; Roller Asphalt(Breakdown & Finish); Rotomill, over 6 ft; Scraper, Single, Twin, or Pulling Belly-Dump; YO-YO Cat. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 4 Wage Benefit Zone Pay: $30.10 $11.50 0-25 mi. free zone >25-50 mi. base pay + $2.50/hr. This group includes but is not limited to: >50 mi. base pay + $3.00/hr. Asphalt\Hot Plant Operator; Cranes, 25 tons up to and incl. 44 tons; Crusher Operator; Finish Motor Patrol; Finish Scraper. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 5 Wage Benefit Zone Pay: $31.44 $11.50 0-25 mi. free zone >25-50 mi. base pay + $2.50/hr. This group includes but is not limited to: >50 mi. base pay + $3.00/hr. Cranes, 45 tons up to and incl. 74 tons. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 6 Wage Benefit Zone Pay: $32.13 $11.50 0-25 mi. free zone >25-50 mi. base pay + $2.50/hr. This group includes but is not limited to: >50 mi. base pay + $3.00/hr. Cranes, 75 tons up to and incl. 149 tons; Cranes, Whirley(All). T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 7 Wage Benefit Zone Pay: $34.23 $11.50 0-25 mi. free zone >25-50 mi. base pay + $2.50/hr. This group includes but is not limited to: >50 mi. base pay + $3.00/hr. Cranes, 150 tons up to and incl. 250 tons; Cranes, over 250 tons—add $1.00 for every 100 tons over 250 tons; Crane, Tower(All); Crane Stiff-Leg or Derrick; Helicopter Hoist. T Back to Table of Contents CONSTRUCTION LABORERS GROUP 1/FLAG PERSON FOR TRAFFIC CONTROL Wage Benefit Zone Pay: $20.90 $11.00 0-25 mi. free zone >25-50 mi. base pay + $2.50/hr. >50 mi. base pay + $3.00/hr. t Back to Table of Contents CONSTRUCTION LABORERS GROUP 2 Wage Benefit Zone Pay: $23.97 $10.47 0-25 mi. free zone >25-50 mi. base pay+ $2.50/hr. This group includes but is not limited to: >50 mi, base pay + $3.00/hr. General Labor; Asbestos Removal; Burning Bar; Bucket Man; Carpenter Tender; Caisson Worker; Cement Mason Tender; Cement Handler(dry); Chuck Tender; Choker Setter; Concrete Worker; Curb Machine-lay Down; Crusher and Batch Worker; Heater Tender; Fence Erector; Landscape Laborer; Landscaper; Lawn Sprinkler Installer; Pipe Wrapper; Pot Tender; Powderman Tender; Rail and Truck Loaders and Unloaders; Riprapper; Sign Erection; Guardrail and Jersey Rail; Spike Driver; Stake Jumper; Signalman; Tail Hoseman; Tool Checker and Houseman and Traffic Control Worker. T Back to Table of Contents CONSTRUCTION LABORERS GROUP 3 Wage Benefit Zone Pay: $24.19 $10.47 0-25 mi. free zone >25-50 mi. base pay + $2.50/hr. This group includes but is not limited to: >50 mi. base pay+ $3.00/hr. Concrete Vibrator; Dumpman (Grademan); Equipment Handler; Geotextile and Liners; High-Pressure Nozzleman; Jackhammer(Pavement Breaker) Non- Riding Rollers; Pipelayer; Posthole Digger(Power); Power Driven Wheelbarrow; Rigger; Sandblaster; Sod Cutter-Power and Tamper. t Back to Table of Contents CONSTRUCTION LABORERS GROUP 4 Wage Benefit Zone Pay: $25.18 $10.47 0-25 mi. free zone >25-50 mi. base pay + $2.50/hr. This group includes but is not limited to: >50 mi. base pay + $3.00/hr. Hod Carrier**'F; Water Well Laborer; Blaster; Wagon Driller; Asphalt Raker; Cutting Torch; Grade Setter; High-Scaler; Power Saws (Faller& Concrete); Powderman; Rock & Core Drill; Track or Truck Mounted Wagon Drill and Welder incl. Air Arc. T Back to Table of Contents DIVERS Wage Benefit Zone Pay: Stand-By $41.23 $16.88 0-30 mi. free zone Diving $82.46 $16.88 >30-60 mi. base pay+ $4.00/hr. >60 mi. base pay + $6.00/hr. Depth Pay (Surface Diving) 0-20 ft. free zone >20-100 ft. $2.00 per ft. >100-150 ft. $3.00 per ft. >150-220 ft. $4.00 per ft. >220 ft. $5.00 per ft. Diving In Enclosures 0-25 ft. free zone >25-300 ft. $1.00 per ft. T Back to Table of Contents DIVER TENDERS Wage Benefit Zone Pay: $40.23 $16.88 0-30 mi. free zone >30-60 mi. base pay+ $4.00/hr. The tender shall receive 2 hours at the straight time pay >60 mi. base pay+ $6.00/hr. rate per shift for dressing and/or undressing a Diver when work is done under hyperbaric conditions. T Back to Table of Contents ELECTRICIANS Wage Benefit Travel: $34.08 $14.91 No mileage due when traveling in employer's vehicle. The following travel allowance is applicable when traveling in employee's vehicle: 0-18 mi. free zone >18-60 mi. federal mileage rate/mi. >60 mi. $75.00/day t Back to Table of Contents IRONWORKERS -STRUCTURAL STEEL AND REBAR PLACERS Wage Benefit Travel: $28.00 $26.40 0-45 mi. free zone >45-60 mi. $40.00/day Duties Include: >60-100 mi. $65.00/day Structural steel erection; assemble prefabricated metal >100 mi. $85.00/day buildings; cut, bend, tie, and place rebar; energy producing windmill type towers; metal bleacher seating; Special Provision: handrail fabrication and ornamental steel. When the employer provides transportation, travel will not be paid. However, when an employee is required to travel over 70 miles one way, the employee may elect to receive the travel pay in lieu of the transportation. T Back to Table of Contents LINE CONSTRUCTION — EQUIPMENT OPERATORS Wage Benefit Travel: $35.04 $16.45 No Free Zone $60.00/day t Back to Table of Contents LINE CONSTRUCTION —GROUNDMAN Wage Benefit Travel:. $27.36 $15.60 No Free Zone $60.00/day t Back to Table of Contents LINE CONSTRUCTION— LINEMAN Wage Benefit Travel: $45.74 $17.60 No Free Zone $60.00/day T Back to Table of Contents MILLWRIGHTS Wage Benefit Zone Pay: $32.00 $13.57 0-30 mi. free zone >30-60 mi. base pay+ $4.00/hr. >60 mi. base pay + $6.00/hr. T Back to Table of Contents PAINTERS Wage Benefit Zone Pay: $28.00 $10.30 0-25 mi. free zone >25-50 mi. base pay + $2.50/hr. >50 mi. base pay + $3.00/hr. T Back to Table of Contents PILE BUCKS Wage Benefit Zone Pay: $31.00 $13.57 0-30 mi. free zone >30-60 mi. base pay+ $4.00/hr. Duties Include: >60 mi. base pay+ $6.00/hr. Set up crane; set up hammer; weld tips on piles; set leads; insure piles are driven straight with the use of level or plum bob. Give direction to crane operator as to speed, and direction of swing. Cut piles to grade. T Back to Table of Contents TRUCK DRIVERS Wage Benefit Zone Pay: Pilot Car Driver $22.39 $11.00 All Districts Truck Driver $28.06 $10.16 5550 1 n mi. base + $2.50/hr. Truck drivers include but are not limited to: >50 mi. base pay + .$3.00/hr. Combination Truck and Concrete Mixer and Transit Mixer; Dry Batch Trucks; Distributor Driver; Dumpman; Dump Trucks and similar equipment; Dumpster; Flat Trucks; Lumber Carriers; Lowboys; Pickup; Powder Truck Driver; Power Boom; Serviceman; Service Truck/Fuel Truck/Tireperson; Truck Mechanic; Trucks with Power Equipment;Warehouseman, Partsman, Cardex and Warehouse Expeditor; Water Trucks. T Back to Table of Contents 12 I I I I SPECIAL PROVISIONS 1. GENERAL The work to be performed under this contract generally involves furnishing all labor, materials, equipment, supplies and services necessary for the construction of cold milling and hot mix overlays, seal coating(chip seals),pedestrian ramps, and pavement marking replacements. All work shall be performed in accordance with applicable sections of the Montana Public Works Standard Specifications Sixth Edition (MPWSS), and as further modified by the City of Bozeman Modifications to MPWSS, which is hereby included as part of these specifications. All references to MPWSS sections, unless otherwise noted, is a reference to said Montana Public Works Standard Specifications. All correspondence and official authorization concerning the work shall be with the City Engineer or his designated representatives as identified at the preconstruction meeting. Any changes in the Work or schedule not authorized by the above shall be deemed as unauthorized and shall be done at Contractors risk at no cost to the Owner. All damages, reparations, and costs thus incurred during the progress of such unauthorized work shall be borne exclusively by the Contractor. 2. SCOPE OF WORK Schedule 1 consists of cold milling and hot mix overlays of various streets as shown on the plan sheets Schedule 2 consists of seal coating on various streets as shown on the plan sheets. Cul-se-sacs will receive a fog seal in lieu of seal coating. Schedule 3 consists of sidewalk and pedestrian ramp improvements as shown in the plan sheets. Schedule 4 consists of pavement markings on various streets as shown on the plan sheets. 3. AWARD OF CONTRACT If the contract is awarded,the Owner will award a single Contract in accordance with the Instructions to Bidders. Bidders shall submit a Bid for all schedules on a unit price basis for each item of Work listed as provided and described above. The Owner reserves the right to accept or reject the Bids,or portions of the Bids denoted as separate schedules or alternates. The award will be made by the Owner on the basis of that Bid from the lowest responsive,responsible Bidder which,in the Owner's sole and absolute judgment,will best serve the interest of the Owner. The low bidder will be determined on the basis of the lowest Total Base Bid for all schedules. The award of the contract,if awarded,will be made within the period specified in the Invitation to Bid to the lowest responsive, responsible Bidder who's Bid complies with all the requirements prescribed herein. The successful Bidder will be notified by letter,mailed to the address shown on the Bid,that his Bid has been accepted and that he has been awarded a contract. 1 SPECIAL PROVISIONS 4. TIME OF COMMENCEMENT AND COMPLETION DATE The beginning of the Contract Time shall be stated in a written NOTICE TO PROCEED written by the City Engineer to the Contractor. In establishing the date when Contract Time begins,the Engineer will consider that the contract time begins following delivery of the NOTICE TO PROCEED. A separate notice to proceed may be issued for each separate or combined bid schedule. Where multiple schedules are awarded under a single contract,the contract times shall run concurrently,unless the City agrees to issue separate notices to proceed. The Contract Time will expire automatically the number of calendar days stated as Contract Time, except as the Contract Time may be extended by change order. Due to funding considerations,work may not begin earlier than July 1,2019. Contact time may be suspended if the only remaining work item is pavement marking in order to allow for the necessary curing time. 5. LIQUIDATED DAMAGES Subject to the provisions of the Contract Documents,the Owner shall be entitled to liquidated damages for failure of the Bidder to complete the work within the specified contract time. The Bidder agrees to pay liquidated damages for compensation to the Owner for expenses incurred by the Owner during the contract time overrun. As compensation for expenses incurred,the Contractor shall be assessed a liquidated damage of$400.00 per calendar day for each day that the work remains uncompleted beyond the contract period. Liquidated damages shall be paid by deduction from monthly progress payments and the final payment. 6. COST LIMITATIONS The Owner reserves the right to eliminate or reduce certain proposal items from the project following the Bid Opening to make the project financially feasible with the limitations of the funds allocated for this project. The determination of which items shall be eliminated shall be the responsibility of the Owner. 7. NAMES, PRODUCTS AND SUBSTITUTIONS Where products or materials are specified by manufacturer,trade name,or brand,such designations are intended to indicate the required quality, type, utility, and finish. Requests for proposed substitution shall include complete specifications and descriptive data to prove the equality of proposed substitutions. Substitutions shall not be made without the written approval of the Owner. No substitutions will be considered until after contract award. 8. APPROVAL OF EQUIPMENT AND MATERIALS The Contractor shall furnish to the Owner or its Engineer for approval the name of the manufacturer of machinery,mechanical and other equipment and materials which he contemplates using in execution of the work,together with the performance capacities and such other information which may be pertinent or required by the Owner. 2 SPECIAL PROVISIONS 9. BIDDER'S QUALIFICATIONS The Contractor shall show evidence that he has the finances,organization,and equipment to perform the work with a limited number of subcontractors. The Contractor will be required to have a full-time resident General Superintendent on the job at all times while the work is in progress. He shall be in a position to direct the work and make decisions either directly or through immediate contact with his superior. Absence or incompetence of the superintendent shall be reason for the Owner to stop all work on the project. 10. WARRANTY If,within two years after acceptance of the work by the Owner,any of the work is found to be defective or not in accordance with the Contract Documents, and upon written notice from the Owner, the Contractor shall correct any work beginning within seven (7) calendar days of said written notice. Should the Contractor fail to respond to the written notice within the designated time,the Owner may correct the work at the expense of the Contractor. 11. SCHEDULING Prior to or at the PRECONSTRUCTION CONFERENCE,the Contractor shall provide the City Engineer the following schedules: A. A practicable CONSTRUCTION PROGRESS SCHEDULE showing the order,timing,and progress in which the Contractor proposes to prosecute the work. This schedule shall be in Bar Graph, CPM or PERT format. The schedule shall be updated and re-submitted as necessary to reflect project changes. B. A PAYMENT SCHEDULE showing the anticipated amount of each monthly payment that will become due the Contractor in accordance with the Construction Progress Schedule. C. A TRAFFIC CONTROL PLAN detailing the methods and means of controlling traffic for the specific conditions involved with each construction schedule. The Contractor shall limit working hours to 7:00 a.m. to 7:00 p.m.,Monday through Friday. No work shall be done outside of these hours unless specifically approved by the City Engineer. Re-paving of milled streets shall begin within seven calendar days following cold milling and clean-up operations. 12. PRECONSTRUCTION CONFERENCE After the contract(s)have been awarded,but before the start of construction,a conference will be held at the site of the project for the purpose of discussing requirements on such matters as project supervision, 3 SPECIAL PROVISIONS on-site inspections, progress schedules and reports, payrolls, payment to contractors, contract change orders, insurance, safety, and any other items pertinent to the project. The Contractor shall arrange to have all supervisory personnel and a representative from each of the affected utility companies connected with the project on hand to meet with a representative of the Owner to discuss the project and any problems anticipated. 13. SHOP AND FABRICATION DRAWINGS The Contractor shall prepare and submit fabrication drawings,design mix information,material testing compliance data, and other data, in accordance with the General Conditions. Following review, the Contractor shall resubmit copies of any drawings which required revision or correction. Any review by the Owner will not relieve the Contractor from responsibility for errors or omissions, inadequate design performance requirements,schedule requirements,and proper operation of any item required under the Contract. Notwithstanding any such review, Contractor shall remain solely responsible for full and complete performance in accordance with the terms, conditions, provisions, drawings and specifications set forth in the Contract Documents. 14. UNDERGROUND UTILITIES The Contractor shall be responsible for checking with the Owners of underground utilities such as the City,County,power and telephone companies,etc.as to the location of their underground installations in the project area. The Contractor shall be solely responsible for any damage done to these installations due to failure to locate them or to properly protect them when their location is known. It shall be solely the responsibility of the Contractor to fully coordinate his work with the agencies and to keep them informed of his construction activities so that these vital installations are fully protected at all times. A Montana One-call system, phone number 1-800-424-5555 has been set up to facilitate requests for underground facility located information. The Contractor is responsible for contacting the One-call system prior to any excavation. 15. EASEMENTS, RIGHTS-OF-WAY, ADJOINING PROPERTY The Contractor shall contain all of his construction operations within the easements and rights of way unless written approval is secured from the owner of the adjoining property or written approval is given by the Owner to utilize the adjacent land area. 16. TRAFFIC CONTROL A. General. The Contractor shall at all times conduct his operations so that there is a minimum interruption in the use of the City's streets affected by the work. Exact procedures in this respect shall be established in advance of construction with the City Engineer. 4 SPECIAL PROVISIONS Barricade function,design and construction shall conform to the latest edition of the Manual on Uniform Traffic Control Devices and the Standard Specifications for Road and Bridge Construction of the State Highway Commission of Montana latest Edition. Should construction of the project require the closure of any streets,roads or highways or require night- time or long-term traffic control, the Contractor will be required to prepare a detailed TRAFFIC CONTROL PLAN to address the methods and means of controlling traffic under the specific conditions. In regards to closures,the plan shall include specific details on traffic detours and estimated durations of the closures. Details of signing,barricades,flagging and other traffic control devices shall be presented. The traffic control plan shall be prepared by either an ATTSA (American Traffic Safety Services Association)certified Traffic Control Supervisor or Traffic Control Design Specialist or approved equal, or a Professional Engineer.The traffic control plan shall be approved by the Owner prior to construction. B. Traffic Access. Construction work shall be programmed by the Contractor so that local traffic will have continuous access within one block of any given property. It shall be the responsibility of the Contractor to notify all affected residents in the area of programmed work, of street closures, parking requirements and restrictions, and any other conditions, a minimum of twenty-four(24)hours prior to beginning work within the affected area. All signing, barricades, and other traffic control measures shall be provided by the Contractor. C. Warning Signals. All streets, roads, highways and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed,mounted or affixed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations within the construction area shall be provided with suitable barriers, signs and lights to the extent that adequate public protection is provided. All abrupt grade changes greater than one inch which traffic is required to pass over;and obstructions,including but not limited to, material stockpiles and equipment shall be similarly protected. All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sundown to sunrise. D. Measurement and Payment. No separate measurement and payment shall be made for construction traffic control unless listed as a bid item. Construction traffic control shall be considered an incidental cost to be included in other items in the contract requiring traffic control to complete that item. E. Reflective Traffic Vests. All workers working in public right-of-way shall at all times wear reflective vests that at a minimum meet ANSI Class II requirements. F. Removal of On Street Parking. During seal coat and mill/overlay operations, it will be necessary to remove on street parking to complete the work. The contractor must follow the procedure described below whenever removal of on street parking is proposed: 5 SPECIAL PROVISIONS 1. The contractor shall place a door hanger on every effected property between 1 week and 2 weeks prior to the start of construction. The door hanger shall read as follows for chip seal work:"Notification of Upcoming Street Maintenance Work. Chip seal work will be taking place on the street adjacent to your property within the next two weeks. Temporary"No Parking"signs will be installed between 24 hours and 48 hours prior to the start of construction. No vehicles will be permitted to park on the street while the"No Parking"signs are in place. This work is scheduled to last three days (1 day for chip sealing & 2 days for cleanup). Streets will be closed to thru traffic when the work is actively occurring. Please contact (insert general contractor contact information) for additional information." The streets effected by mill/overlay work shall receive a similar door hanger;however,the timeline of work activities shall be modified as needed. 2. The contractor shall install temporary"No Parking"signs between 24 and 48 hours prior to the start of construction. The signs shall be installed for a maximum of four calendar days from the time they are placed until the time they are removed. If the contractor cannot complete the work within that timeframe,the signs must be removed and reinstalled when the work is able to be completed. The signs shall read as follows: NO PARKING 7AM—7PM FOR STREET MAINTENANCE WORK CONTACT(insert contractor information) FOR ADDITIONAL INFORMATION 17. DISPOSAL, EROSION, WATER POLLUTION, AND SILTATION CONTROL The Contractor is responsible for proper disposal of all waste soils and materials unless otherwise directed herein. Where waste materials are disposed on private property not owned by the Contractor, evidence of property owner's written permission shall be obtained and provided to the Owner. Contractor shall comply with all Local, State, and Federal laws and regulations pertaining to fill in wetlands and floodplains. The Contractor shall dispose of all refuse and discarded materials in an approved location. The Contractor shall exercise every reasonable precaution throughout the life of the project to prevent pollution or siltation of rivers,streams or impoundments. Pollutants such as chemicals,fuels,lubricants, bitumens, raw sewage, and other harmful wastes shall not be discharged into or alongside of rivers, streams,impoundments or into natural or manmade channels leading thereto. In addition,the Contractor shall conduct and schedule his operations to avoid muddying or silting of rivers, streams or impoundments. The Contractor shall meet the requirements of the applicable regulations of the Department of Fish, Wildlife and Parks, Department of Health and Environmental Sciences and other State or Federal regulations relating to the prevention or abatement of water pollution and siltation. The 6 SPECIAL PROVISIONS Contractor's specific attention is directed to the Montana Water Pollution Control Act and the Montana Stream Preservation Act. The Contractor shall be responsible for obtaining any required discharge permits associated with groundwater de-watering operations. Contractor's shall include all clean-up, restoration, etc., of any detention or discharge areas. All debris or waste materials shall be cleaned up by the end of the work day. Inlet Protection: all storm drain inlets shall be protected with filter fabric or approved equal method to prevent asphalt millings, loose aggregate, or other debris from entering the storm drain system. 18. PROTECTION OF EXISTING PAVEMENT All equipment shall be fitted with pads on the outriggers and other accessories as necessary to prevent damage to existing pavement during the course of the project. Any damages to pavement shall be corrected by the Contractor, at his expense, in a manner as directed by the Engineer. 19. MANHOLES, VALVE AND MONUMENT BOXES All manholes, valve and monument boxes on streets to be seal coated shall be protected with heavy builders paper AND a yellow or white reflective flexible road tab must be placed on top of the builders paper until final coating and compaction has occurred. Contractor shall dig out and clean completely all boxes and manholes which are not protected. All manholes and boxes which are at the edges of the defined limits of construction shall be treated as if they are completely within the construction area and the area immediately surrounding the raised and/or protected manholes and boxes shall be feathered in so as to provide a gradual transition over such manhole and/or box. It is imperative that manholes and valve boxes be accessible to the City for emergency maintenance of its utilities. The Contractor shall schedule his work to provide timely access to manholes and valve boxes. Manholes,and valve and curb boxes overlaid by the Contractor and not immediately re-exposed shall be subject to being uncovered by City crews without notice in response to emergency maintenance needs. The Contractor shall be responsible for reasonable restoration at no cost to the City. Manholes on Simmental Way shall be raised to grade prior to the pavement overlay. Patch around raised manholes as necessary with hot mix asphalt to fill in voids and hold them in place for the overlay. 20. OPERATION OF EXISTING VALVES All existing City of Bozeman water main valves shall be operated by authorized personnel of the City of Bozeman only. The Contractor shall not operate any existing valves without the written consent of the City of Bozeman. 21. SALVAGEABLE ITEMS 7 SPECIAL PROVISIONS Any items removed from the existing system under the terms of this contract shall remain the property of the Owner and shall be delivered to a site of the Owner's choosing within the property limits of said Owner. Should the Owner choose not to accept any salvageable items,then the Contractor shall dispose of those items at his expense at a site or landfill acceptable to the Engineer. Any costs for the above work shall be at the Contractor's expense. Excess seal coat aggregate shall be swept and removed by the Contractor and stockpiled at the Owner's yard on N. Rouse Avenue north of Griffin Drive. Milled asphaltic pavement material shall be properly disposed of or retained by the Contractor at his discretion. 22. FINAL CLEANUP AND SITE RESTORATION Following completion of the work, all construction debris shall be removed from the work area. All disturbed landscaped areas shall be restored with topsoil and re-seeded. The cost for final cleanup and restoration shall be included in other bid items; no separate payment shall be made for this work. 23. ACCESS TO RECORDS The Contractor shall allow access to any books, documents, papers and records which are directly pertinent to this Contract by the Owner, State or Federal agencies, or any of their duly authorized representatives for the purpose of making an audit, examination, excerpts or transcriptions. 24. INSURANCE Insurance coverages required under this contract shall extend, at a minimum,to the end of the contract time. 25. COORDINATION WITH ONSITE ENGINEER The contractor is required to provide actual quantities for asphalt pavement overlay work on a regular basis to the project engineer. Any discrepancies between the plan quantities and actual field quantities shall be discussed immediately with the project engineer. 26. SUPPLEMENTAL TECHNICAL SPECIFICATIONS Cold Milling Cold milling shall be done in accordance with Section 411, "Standard Specifications for Road and Bridge Construction", Latest Edition, adopted by the Montana Department of Transportation. Seal Coating 8 SPECIAL PROVISIONS The proposed emulsified asphalt application rate for the seal coat improvements is 0.40 gal/SY. The contractor shall apply the appropriate quantity of 3/8" aggregate to achieve the necessary coverage to achieve good embedment of the aggregate without excessive asphalt bleeding or excessive loose aggregate following the compaction rolling. Adjustments of the application rates may be required to achieve the desired coverage. Sweeping and removal of excess aggregate shall be the responsibility of the Contractor. Sweeping of the roadways may not commence sooner than 24 hours after the seal coat is placed and shall be completed within 4 days after the seal coat is placed. Following the completion of seal coat placement,"Loose Gravel"warning signs shall be placed at the beginning and end of the work zones until sweeping operations are completed. The Street Department will sweep streets to be seal coated prior to the start of the project. Additional cleaning or sweeping of the streets by the Contractor may be necessary immediately before the beginning of seal coat operations as directed by the Engineer. Cul-de-sacs shall be treated with a fog seal in lieu of a seal coat. The cationic emulsified asphalt for Seal Coat Improvements shall be CRS-2P, in accordance with the following table (Table 702-8, Montana Standard Specifications): TABLE 702-8 LATEX OR TEST METHOD LMCRS-2 CRS-2P POLYMER MODIFIED CRS- 2 EMULSIFIED ASPHALT PROPERTY Viscosity at 122 OF AASHTO T-59 75-400 50-400 50 °C , sec. Sieve, percent AASHTO T-59 0.3 max. 0.3 max. Settlement, 5 days, AASHTO T-59 5 max. 5 max. percent Demulsibility, AASHTO T-59 40 min. 40 min. percent Storage Stability AASHTO T-59 1 max. 1 max. Test, 1 day, percent Particle Charge AASHTO T-59 Positive Positive Ash Content, AASHTO T-111 0.2 max. 0.2 max. percent Tests on Residue AASHTO T-59 65 min. 65 min. by Evaporation: Percent Residue Penetration, 100 g, AASHTO T-49 100-200 100-250 5 sec. at 77 OF 25 9 SPECIAL PROVISIONS °C), dmm Ductility at 77 OF AASHTO T-51 40 min. 75 min. (25 °C), 5 cm per minute, cm Elastic Recovery, ercent AASHTO T-301 58 min. Torsional Recovery, MT-333 18 min. percent Pavement Markings All pavement markings listed as"thermoplastic"in the contract drawings shall be inlaid thermoplastic pavement markings. Pavement markings shall be replaced following paving and seal coating operations. Epoxy markings shall be installed in accordance with Section 620 of"Standard Specifications for Road and Bridge Construction", Latest Edition, adopted by the Montana Department of Transportation (reproduced herein).No interim markings shall be required.Apply epoxy pavement markings a minimum of 10 days and a maximum of 30 days after new pavement is placed.Apply epoxy pavement markings a minimum of 30 days and a maximum of 45 days after seal coating is placed.Apply inlaid thermoplastic markings a minimum of 10 days and a maximum of 30 days after either paving or seal coating is placed. The Contractor shall provide temporary marking tabs on lane lines at approximate 100' intervals. Thermoplastic Treatment This work is the preparation of existing plastic pavement markings prior to the seal coat operation. Mechanically scarify and roughen existing plastic pavement marking surfaces to produce a uniformly roughened surface that,when sealed,is smooth and matches the adjacent surfaces. Cleanup and remove all debris from this process prior to the seal coat operation. Section 02910 - Seeding 2.1 Seed Use the following seed mixture to seed all disturbed landscaped areas at a rate of 6 lbs per 1000 square feet: Sheep Fescue 33% Hard Fescue 34% Canada Bluegrass 33% ("Dryland Lawn Mix" by Ag Depot, or approved equal) 10 SPECIAL PROVISIONS N I 27. WES T OAK STREET TRAFFIC CONTROL s In addition to special provision#16,the following traffic control restrictions shall apply to mill/overlay work on West Oak Street: f • West Oak Street must be open to two-way traffic overnight and when no work is taking place on the street The contractor must maintain eastbound traffic on West Oak Street between the hours of lam—9am Monday thru Friday to accommodate commuters into the City. s . The contractor must maintain westbound traffic on West Oak Street between the hours of 4pm—6pm Monday thru Friday to accommodate commuters out of the City. 28. NOTICE OF ROAD CLOSURES The contractor shall be advised,there is a sewer improvements project scheduled in the areas of Baxter Meadows and Cattail Creek Subdivisions this summer. Some roads in these areas will be inaccessible at times which may result in decreased access to work areas, increased haul times, and alternate traffic control detours. Once a contractor is selected for this project,contact information will be provided to the contractor to help schedule work associated with this contract. The following roads will be impacted by the upcoming sewer improvements project: Davis Lane from Cattail Street to Valley Center Road • Cattail Street from Davis Lane to North Ferguson Avenue North Ferguson Avenue from Cattail Street to Kimberwicke Street • Kimberwicke Street from North Ferguson Avenue to Arabian Street • Arabian Avenue from Kimberwicke Street to Equestrian Lane �I 1 f r f� II SPECIAL PROVISIONS i �I � 1 -� . . 11 � i . � ; � , � ; � . � � � ► f . . . �� , I � � �' I i I !� I i SECTION 00100 MEASUREMENT AND PAYMENT The quantities listed in the Bid Form are estimates for the purpose of bidding only. Payment to the Contractor will be made based on the actual satisfactorily completed work quantities measured in the field. Under the terms of this contract,the unit price as contained in this Bid Form shall be applicable to quantity overruns. The following measurement and payment sections do not necessarily name every incidental item required by the Contract Documents to complete the work. Cost of all such incidental items shall be included in the various related bid items. The cost of taxes, bonding and insurance associated with this project are considered incidental items. The contractor will not receive separate payment to cover the cost of these items and they should be factored in to the other bid prices accordingly. Items 101• Cold Milling of Existing Pavement (2" nominal depth). Cold Milling of existing pavement shall be measured and paid for by the square yard of pavement removed to the specified nominal depth. Should the City Engineer direct,in writing,removal to a depth greater than specified,the measured area involved will be increased by the ratio of the ordered depth to the specified minimum depth. Such price and payment shall be full compensation for cold milling, salvaging, hauling, handling and stockpiling, or disposal of the milled materials, and incidentals necessary to complete this item. Items 102• Hot Mix Asphalt Surface Course Type B Plant Mix, in place. This item shall be measured and paid for by the ton (2,000 pounds) of compacted Hot Mix Asphalt Surface Course, Type B Plant Mix, in place. The unit price and payment shall constitute full compensation for cleaning underlying course; application of SS-1 tack coats; for furnishing,handling, hauling,placing,shaping,compacting and finishing of the paving mix;matching finished street grade to existing manhole,valve box,and curb box grade;for improving unsatisfactory areas;for placing leveling courses as required; for all materials (inclusive of asphalt), manipulation, labor,tools, equipment, and incidentals necessary to complete the work in full compliance with these specifications. Item 103• Asphalt approach Transition Work This item shall be paid for on a lineal foot basis for milling & overlaying paved drive approaches as specified in the contract documents to create a smooth transition between asphalt overlaid roadway and existing drive approaches. The lump-sum price and payment shall constitute full compensation for all materials, placement, compaction, cleaning, labor, tools, and incidentals necessary to complete this work. 1 MEASUREMENT AND PAYMENT Item 104: Adjust Valve Box. This item shall be measured and paid for by the number of valve boxes adjusted to the finished street grade through 1) the proper adjustment of the existing valve box adjustment mechanisms (slip-type or screw-type),or 2)installation of a Tyler Corporation No. 69 screw-type adjustable riser if compatible,or 3) installation of an East Jordan Iron Works 8500 valve box riser. The unit price and payment shall constitute full compensation for all incidental materials, excavation, backfill, compaction, cleaning, labor, tools, and incidentals necessary to complete this work. Item 105: Adjust Manhole Ring and Cover. This item shall be measured and paid for by the number of sanitary sewer storm sewer rings and covers adjusted to the final street grade through the use of concrete adjusting rings as defined in the specifications. The unit price and payment shall constitute full compensation for all materials, excavation,backfill,compaction,cleaning,labor,tools,and incidentals necessary to complete this work. Item 106: Adjust Telephone Manhole Ring and Cover. This item shall be measured and paid for by the number of telephone manhole rings and covers adjusted to the final street grade through the use of concrete adjusting rings as defined in the specifications. Items 107, 203, 308 & 419: Construction Traffic Control This item shall be measured and paid for as per MPWSS Section 01570 Part 4, lump sum basis. Item 108, 204, 309, 420: Miscellaneous Work The item Miscellaneous Work has been provided in the proposal for any work and/or materials which may be encountered during construction, but which is not addressed elsewhere in the contract. Miscellaneous work will be measured by the respective unit for material and/or work performed as directed in writing by the Engineer. Payment for Miscellaneous Work,measured as provided above,will be,at agreed upon prices. or on force account basis. The number of units in dollars set down in the contract is an estimated amount only,which may be adjusted up or down by the Engineer in'accordance with the needs of the project. Item 201: Cationic Emulsified Asphalt(CRS-2P) in place This item shall be measured and paid for by the number of gallons at the contract unit price for"CRS-2P Emulsified Asphalt" material used and accepted in the work, corrected to gallons at 60 degrees F. The unit price and payment shall constitute full compensation for all demurrage, storage, handling and all other charges, tools, equipment, labor and performance of all work necessary or incidental to the furnishing, delivery, unloading, heating, hauling and spreading of the asphalt material specified. Payments will be made only for the asphalt required and actually used in the work. The Owner will 2 MEASUREMENT AND PAYMENT accept no responsibility for any oil shipped in excess of requirements because of tank-truck or tank-car capacities or for other reasons. Item 202• Seal Coat Aggregate, 3/8" Gradation, in place. This item shall be measured and paid for by the square yard for 3/8" seal coat aggregate at the contract unit price bid. The unit price and payment shall constitute full compensation for the furnishing, delivering, and placing of the material; compacting and rolling; for covering excess asphaltic material; sweeping and cleanup as specified in the Contract Documents; and for all labor, equipment,tools, and incidentals necessary to complete this item. Items 301: Concrete removal and disposal. This item shall be measured and paid for by the square foot (SF) at the unit price bid for "Concrete removal and disposal", which price and payment shall constitute full compensation for furnishing all materials, tools, equipment, labor, loading, hauling, disposal, and incidentals necessary to sawcut and remove and dispose of existing PCC or asphaltic concrete pavement or sidewalks, straight curbing, or integral curb and gutter. Item 302: Combined concrete curb and gutter. This item is measured and paid for by the lineal feet of combined curb and gutter in place at the contract unit price bid for"Combined concrete curb and gutter". Price and payment is full compensation for all materials, preparation of gravel base, curing of concrete, painting face of gutter with tack oil, all pre- molded mastic material for expansion joints, steel dowels and sleeves, all equipment,tools,labor, and for the performance of all work and incidentals necessary to complete the item,and for backfilling of the curb and seeding and restoration of all disturbed areas. Item 303: 6"concrete sidewalk in place Measurement and payment for this item shall be as per MPWSS,Section 02529 4.4,square foot method. Item 304: 4" Concrete sidewalk in place Measurement and payment for this item shall be as per MPWSS,Section 02529 4.4,square foot method. Item 305: Concrete Valley Gutter&Fillet Measurement and payment for this item shall be as per MPWSS,Section 02529 4.4,square foot method to grade and prepare the subbase and to pour concrete valley gutter and fillet per City of Bozeman standard details. Item 306: Asphalt Patching Measurement and payment will be by the square foot for asphalt patching adjacent to curb and gutter, 3 MEASUREMENT AND PAYMENT valley gutter and other concrete replacement. Payment shall include full compensation for saw cutting and removing the existing asphalt, preparing and grading the subbase and repaving against the new concrete with hot mix asphalt (4" depth). Item 307: Detectable warning This item is measured and paid for by the square foot at the contract unit price bid for "Detectable warning". Price and payment is full compensation for furnishing and installing cast iron or ductile iron detectable warning panels in accordance with manufacturer's recommendations. Items 401, 403 &406: Striping—white epoxy Epoxy pavement markings are measured by the gallon to the nearest whole gallon.Only those pavement markings represented by a Manufacturer's Material Certification at the time of application,and actually used and witnessed on the project are eligible for payment. Should the actual quantity measured by the Owner's representative using tank stabs or totalizer exceed the quantity calculated using an application rate of 22 mils times the width and length of line applied, the lesser quantity will be paid for.Payment shall be made at the contract unit price bid for striping at the specified width in white epoxy, said price and payment constituting full compensation for furnishing and installing linear pavement markings in accordance with the Contract specifications. Items 402, 404 &405: Striping—yellow epoxy Epoxy pavement markings are measured by the gallon to the nearest whole gallon.Only those pavement markings represented by a Manufacturer's Material Certification at the time of application,and actually used and witnessed on the project are eligible for payment. Should the actual quantity measured by the Owner's representative using tank stabs or totalizer exceed the quantity calculated using an application rate of 22 mils times the width and length of line applied,the lesser quantity will be paid for. Payment shall be made at the contract unit price bid for striping at the specified width in yellow epoxy,said price and payment constituting full compensation for furnishing and installing linear pavement markings in accordance with the Contract specifications. Item 407,408, 409 & 410: Words, symbols &Arrows—white epoxy Epoxy pavement words, symbols and arrows shall be measured by numerical count for each word, symbol and arrow installed. Only those pavement markings represented by a Manufacturer's Material Certification at the time of application, and actually used and witnessed on the project are eligible for payment.Should the actual quantity measured by the Owner's representative using tank stabs or totalizer exceed the quantity calculated using an application rate of 22 mils times square footage of the word or symbol applied. Payment shall be made at the contract unit price bid for"Words, symbols&arrows— white epoxy",said price and payment constituting full compensation for furnishing and installing word and symbol pavement markings in accordance with the Contract specifications. 4 MEASUREMENT AND PAYMENT Items 411 412 &413• Thermoplastic striping material. These items shall be measured and paid for as per MPWSS Section 02582,4.1. Price and payment shall constitute full compensation for furnishing and installing inlaid-thermoplastic striping in accordance with the Contract specifications. Items 414 415 416 &417• Thermoplastic Words Symbols & arrows. Measurement and payment shall be on a per unit basis. Installation shall follow the contract specifications. Price and payment shall constitute full compensation for furnishing and installing inlaid- thermoplastic word, symbol and arrow pavement markings in accordance with the Contract specifications. Item 418• Thermoplastic treatment This item shall be measured and paid as a lump-sum for treatment of existing plastic pavement markings as specified in the contract documents. The lump-sum price and payment shall constitute full compensation for all materials, tools, equipment, labor and performance of all work necessary or incidental for treatment of existing plastic pavement markings on Laurel Parkway between Durston Road and W. Oak Street. 5 MEASUREMENT AND PAYMENT APPENDIX A Estimated Quantities & Standard Drawings -� � � i i � i it � I ' � � � i , I � � � ' � i i , � � � � i � - li i ' � I r I � _ � � � � 2020 SEAL COAT - ESTIMATED QUANTITIES Epoxy Paint Inlaid Thermoplastic White CRS-2P(gal) (0.40 4"Yellow 24"Yellow 24"White 4"White White Sharks Bike Symbol White Turn Combined White"Only" 4"Yellow 24"White White sharks 8"White STREET From To Area(S.Y.) gal/SY) (gal.) (gal.) (gal.) (gal.) 8"White(gal.) B"Yellow(gal.)Teeth(ea) &Arrow(ea) Arrow Arrow Marking Stripe(LF) (LF) teeth(ea) (LF) Trout Meadows Davis Lane Blackbird Drive 3,999 1600 Fen Way Trout Meadows Typha Court 11,845 4738 Blackbird Drive Trout Meadows End(South) 11,158 4463 Catamount Street Davis Lane N 27th Avenue 11,170 4468 20 40 9 Sora Way Catamount St Sundew Lane 2,058 823 - Sundew Lane Fen Way Blackbird Drive 2,001 801 Warbler Way Catamount St N 27th Avenue 11,035 4414 Catalyst Street Warbler Way N 27th Avenue 2,200 880 Foxtail Street Catron Street Downy Lane 1,563 625 Downy Lane Fen Way Blackbird Drive 1,945 778 Marlyn Court Warbler Way End 744 298 Hamilton Court - Warbler Way End 744 298 Savannah Street Davis Lane Warbler Way 2,575 1030 Catkin Lane Fen Way Warbler Way 1,942 777 N 27th Street Catamount St Cattail Street 12,765 5106 25 38 _ 10 Cattail Street Davis Lane N 27th Avenue 9,951 3980 20 Cattail Street N 27th Avenue N 19th Avenue 7,601 3041 14 1 1 1 200 32 260 Catron Davis Lane N 27th Avenue 8,083 3233 8 10 Ferguson Avenue Kimberwicke Baxter Lane 8,005. 3202 16 0.5 21 8 192 30 0 Kimberwicke Street Gallatin Green Harper Pucket 9,916 3966 188 16 40 Gallatin Green Kimberwicke Baxter Lane 5,877 2351 168 26 56 Equestrian Vaquero Parkway Harper Pucket 12,054 4822 56 8 80 Milkhouse Avenue Kimberwicke Equestrian 3,075 1230 40 8 Lasso Avenue Kimberwicke End(South) 4,771 1908 40 8 Riata Road Baxter Lane Equestrian 2,719 1088 Aldalusian Avenue Baxter Lane Kimberwicke 5,600 2240 Drafthorse Drive Andalusian Danube 1,112 445 Danube Lane Andalusian Equestrian 3,130 1252 40 8 Galloway Street Lasso Gallatin Green 2,651 1060 Bosal Street Lasso Gallatin Green 2,651 1060 24 40 Farrier Lane Kimberwicke McCafferty 2,009 803 A48 8 Thoroughbred Lane Kimberwicke Equestrian 3,084 1234 8 McCafferty Thoroughbred Andalusian 2,009 803 Vaquero Parkway Equestrian End(north) 8,364 3345 Laurel Parkway Durston Oak Street 11,628 4651 q 5 21 8 4 12 7 1 7 12 252 Loxley Drive Shadow Glen Annie Street 3,296 1318 Longbow Lane Saxon Way Glenwood Drive 6,040 2416 Forest Glen Glenwood Dr W Oak Street 6,804 2721 Westgate Avenue Durston Glenwood Drive 1,527 611 Saxon Way Annie Laurel Parkway 7,102 2841 Shadow Glen Drive Westgate Laurel Parkway 3,707 1483 Glenwood Laurel Parkway End(West) 4,464 1786 Ethan Way Laurel Parkway Loxley 830 332 Annie Street Laurel Parkway End(West) 6,710 2684 25 2 1 48 3 Glenellen Drive Laurel Parkway End(West) 4,481 1792 1.5 College Street N 13th Ave N 15th Ave 4 16 Ferguson Avenue Harvest prkw I I 48 7 236,996 94798 76.5 4.5 9 145 10 5 16 47 8 2 8 200 1199 172 728 2020 STREET IMPROVEMENTS-CITY OF BOZEMAN 2"MILL AND OVERLAY-estimated quantities Epoxy Paint Inlaid Thermoplastic Asphalt Gravel White Turn Combination Bike Symbol Approach Approach/Shoulder Manhole Valve Box 4"white 8"White 4"yellow 24"white 24"yellow White straight Arrow Symbol White"Only" straight&turn &Straight 24"White 8"White STREET Milling(SY) Plant Mix(tons) Transitions Transitions Adjust.(ea) Adjust(ea) epoxy(gal.) expoxy(gal) epoxy(gal.) epoxy(gal) epoxy(gal) arrow(ea) (ea) Marking arrows Arrow(ea) (LF) (LF) W Oak Street 11062 1256 0 0 2 4 20 4 20 1 2.5 6 3 3 2 13 Simmental Way 2163 1218 313 LF 0 9 0 35 18 Wheat Drive 5278 602 0 0 2 2 15 Total Est.Quantity 18444 3076 313 0 13 6 20 4 55 1 2.5 6 3 3 2 13 33 0 rv-64 ain61d (Amwo}sno sm SON1MM 1NBLUAVd -1O8WAS -IVOIdAl O 4.48ft 5.12ft pmv N pppp .ZI ^'9 y pO4�I.P A I==ONO o ti Eoo m ij n o � v N 47 (NNa N W N V A fJ C O f� p °�.1 Tp c AwN m '�4 mmcnN p Mtg ? 11 wr" W4 v T N m� bs Co. 7.68ft 5.12ft (.ppn N fA A cn D.�1 r pOo Nm O O N s loft. vimv� 0�0 Du u� Coo Do>yN T 2ft-Bin 1 & 4R 4 14R-lOYIn N Ao� m �_ o copIk 7� m NT poi �� a M ;u vc nyOmOm= °O �ON2 MM6E8r ZDm p Af 06 p gmm °m O j -m` S O c 0000 o°r _ 1Sozc°r� Too m -06Z npm ti 0 3 6"--BA� mm zn ��°�o ACp 0{p,0 � cT-im jai oo c;0 m M*0 um,60M m ={z�z a 2 z O=� ZOm 0 -O]O—p m 30,06) c3 mz mcA3p 6649 =��>mmD�Dc�i� 1 �zO�D KM ° yzyzmmq lao OO, ISO DCmmm Na, p(n KZp 11m �=am ��m'O m O o p)m'9 p�0 33 mm p=,.� RE: amgo�m� NO � D°coon Fr fp fo ZmfTm 'Om P�OOX°mZ fn,OD��'Cz Dca'cw u � y po UTCZ mmZ nm0 °m MOM / mD�� m c� m°� °� i z{ ? v I CO) �m 0 C N N N� EDGE OF PAVEMENT 0 I O z ,r� o 7 (56)V6I SONINi JVW 1NDWEIndd LOOZ aagwanoN I lily „ R ' � w r =1116. ..: { -ur • ' - t)6 . I i 1 If f .A N Ili •. _ � = c .�.i ti R VL - •L i _ �ti y J y � � ,1 � •{I i� J _ Y FI I_I� ' U) #3N3': W:E m v i {mrn �� _ W� W �7 Cn 0 UI m O :xt1.VlY1 f' A W W N f_ 2 O � 1 R`: O ()1 O Q, fTt - r m� z y O o (,,I c � _m Z �-P, O v W J p Ln W W N D F 1 0 J O O C1� O UU n Z d Z rn G7 l� O Z Z Z N O D D (n n 7c A 0 • Q (, osa'� �,v°°nrro5n�z -,°gN m Z r ao=�o o,Z�v'"asaTv u�a� ��o D N�7 fTl frl �m a to `0 0 0`'o^ ' i _ P • �aNSaro77�E�ouoox NNA m- n •.�•� Z 'I ^oomac)�Tm �po'Z zo�^ D (n a'�•c mmumin oC nzOR Ic m •' I O --� S' 'o m c I g o —O77n�- D non' I ooaoy �>' I Z D =moo of 0=�° I =•mry Aja ann. �u 3o °ca n Sao N D � o r�oa to• P:Ec- n D Z Z n o = o 3 n m C O P o on m �7Z 3Q Sy°o' PE o r o o a 3 c =$ o x o moD � ~s.�Z o u C7 O 3-• D n 9.3 o- z a, ^o^ m -10 noau ?0 00 3 0�� �y0Oi m � ZCL °v F mZ�x boy = m�1 3 T S" _° 3 a 5 o C7 lD U) C om �a� 7 Z - O fTl a 0 ° a�o nc3 0 - fp O OCt < a = .0 ° ;ft jIiIQ K ° _ O ^ V l O Q. C O 0 n CD C V O ^ O - CD J CD O J N MP vao kd' �0 Or•Uc m ? �� m u,•A �1mw v00 m rN m O In o t)tH#t�i.' o b m =o ZZ O C7+ O U+ = C A D 10 O Tab 0.. 1-3 ➢� N F -0-A N f+ 2>n m-I� O Uwi O Cz Z b 0OD 0m ao Z in 0 d mho D t� O AO�E : �' <� > o z z �D= z � Z D co Jrri Q U ? W N °o-➢o G^vc pN T<•OA ZO .ZDJ ijpi m"3A('')a�'.B ma 3 DO a Z$ _a N f N'1 O 5 0 3 3,o rm�c/1��C<p 00 2�r71 m 6� m •6w.. O N "�popa �nZpA"no, • rn D :C7 on"5a�»_ oaom0"mx -r� r Z m o o mv"nxSQ ma 600 GZia"o C D D m�•crinO�Dpc avZ�� me r Z �n-i ° V a l w Ta 1 • r m D C{7 "5 -a•,?"° iiN'Dz^'m c P o"�.0 1� zI "'gm o = C Nf' 0°= Q vauO0 , r D n Via° a30 �a C.) m°o 0 0 p °p 1 µ: p O 0 N m V= Cl 56 m D Z 02. 3 = 0 m o" p Z r ,.rtm w 3" uo Eroff^ Q $ 0 o n 7 ` mc3 Ag ps o oy° ��OOO D ZJ u"3 R o� z { =0.3 Ozc 0 00 03IA DDNC Fi"om g o a " mO,x o m .Z7 r a • _ °° 0 0 3 E 0 A Z m r 3 D rriv mo �o �3 (n So? CT 3 R S� 0 3 �c 0 0 "m� C) a 0 O 0 w y m 3-• in • . ._.r 0 " _ Cfl 0 0 o O a .00 V -u--• -u au rn s mX 0 51co M D ma 0 ;I Fdf^I z d � � o t� do > � f..y > A L4 N N D❑ v�-^aVl Jcn Z o r--V ° F-o m Ln,a o •9 0 o m ❑.cno G❑ n cn a Z 00� N r m 0 m U) m Zn 0o� a��° oz a°' OD mfTl �° m- p mz Oo p 0, 09 ❑.VI a— o x: =;D -,O v a O ° ; r❑+-O`� m l I fD Z = F a O -- O CIO '� to O_,o vi z-U C D zm ❑ o COP 0 NNCD Ir9 Z D vET wm �mom- F � O 03 ITI O co F- 7- D Ozc � a❑. ❑ 1Nn7uX Al MM D n 3 � � m � o m < y C Z 0 p p r C7ZJ —� Orri � ❑a ° y ° o rrI > Z OCDM o PA r0 50 09 s� ; D O 0K: 00 o0 a Op o ❑ -u = O rT1 0 ,° 0 3 0 X m ° Q o 0 _ cn o 0— D 0 f NF w o p ❑ cCD � N 6' a G� 0 p d s 3 " 7 -O •'T7 a a o m _, (n o a' � � c ET o CO 0 n s 0 0 ❑ J Ul - o -0, rn m - m o x f< I m� ili-r 1� m r 5 ,i if.f jIl .A 1 Cl) �-~-7 0 9 O =,;4 IN ^~ Cn F G4 N 4 N r ❑ Q r '�`❑.m 'O .'� U o * Z O p f V ID r— N m ❑ ry 0 O S O O v < 7rn m � o ° Z ° C.z -0N � — z 0 (A nw ?K'- o oon 0 a� N Z � nC a_ z C) ❑ I w ° O > ❑ — o-'� (D � � � 71 M m 'oo m O m Z c N FLAGGING STATION .. mfn 0° C in � -fDi o0 oZ OR, al p N G z o 00 ❑ p ° ^Z 7..� to ° o ° a 7 co a On I En O n 0.0 rD C 3 0" ❑ '< s rrt � Z D Zi `(d cn ) 0. La m o 3 N '{ N F N 7 G7 a j O m D -71 I " 7 0 o m .« �_rn Z ^ 0, T� � -„ ,• Z =N Q O p W m O In O ° Via. vx O cn 0.D X O (D09 ' �10 N d„ 1' oo msmh sfl r m ❑ C) co o m o o 3 a C< ° < o ° o o � � 3 E �Droau — 7 3 7 ' m _ p c�Zc N ° (D � C o ° o� ° m v ( z _ --� =� ° o ° a x O ' (D r l ITI ° S ::Y o o '; o'+ f ❑ 0 ❑ (D O (D N l —O U ❑ S (,...�.,.n��.i C Z N a !D -1 p rt ° �,1 1 , V1� D 7"O t/1 ❑ C 2 0 7 ° <`G O' 1 'Q O i ak6Af ' . V n co C ° 0 0 — rt IV1 O v — LOOZ 833 3d(1SO10 Al ym 01S 3NON ONIKVHC C[HV(INVILS L—OZ5 �O 'ON ),8VdOdW31 dOJ 30d1NOO :31b'OS NVWHZOE[ 10 A,LIO 31JJVK N`dId1S3a3d 3N00 a0 SWnd(i 0I3jV2J1 311S A60M NOIS bZX„0£ 383H SS080 OV3HV (13SO10 )IlVM301S (d)L L-68 „BIXutiZ 03SO10 NlVM301S 'AVMOVOH 3H1 JO MIS H3H10 3H1 NO S1SIX3 NlVM301S l3llV3d V 03Sn30 ,llNO J.VW 'V32JV MOM 01M 3Hl Ol ONISSO213 lV03l -LSIWi IN 3H1 1V 030V1d 38 Ol 3dV SNOIS SLxjz 03SO10 �IlVM301S „I ZX„0£ Id3H SS080 OV3HV 03SOlo AWM30IS (l)L L—62J �A n ol3 a -DNIIWVHCI CIHVCINd,LS LOOZ 833 HIM 3NON 9-0/-SLID 'ON 3dnSm0 >hvm3aIS :31VOS NVWHZOE do Ulo (V38V A80M Ol I,VM XIVM W083 30NViSI0 S(1330X3 ,Ot snNIW 1HO13H dl) SNOUVOdO OV3Ha3A0 WJ 038inO38 38 AVW AWM2l3A00 V — TOM 830N01 ?10A 03UnO3a S321(1S010 3NVl 210d 03Sf1 38 11IM S3bf110f1211S 1N3NVW2i3d 38 ism NVld IOUNOO MOM 'NOI1Vl1V1SNI (S),VO 0£ � 01d3V2i1 31VILIdONddV NVHl SS31) VQJ31 180HS 80J ! SNOI1 ndis90 03sn AM NMOHS SV ONION3d J0 dV310 ld3N ONV H100WS 38 1Sf1W Jkvm>IIVM I 'ONION33 N33M138 i VMV dV310 ,ti NIVINIVW ism 6-68 03SO10 ONION33 A lVM301S ONION33 G3180dcjns J.131Vf1030V dWV8 SS300V A8V80JH31 03SO10 i �I1VM301S ' �� 6-6d 4 ,s 90OZ JUdV'Aa- d MUM QUOM ONPAVI&I C[UVCNVIS I-EIZZO *ON INMUSflfGV HrIOHXVW :01VOS mmazoEl do ADD 'JOAOO of TDVA ZLTI-V 'I V(I-IO'9ZOT JOWU JO'JOAOO ff-ZLL `0=4 UL 009'MAOO V5000W04 90C ION gm:'aAOO PIM&91 QTORWM'L .0okm P=bQl UMqO C4 99CIu IUOMISdp9 pol2UB OPMUW pnba PQAWddu.IO Wg=d UORmpav osfl Imm jo apses pw umw Wag gam cq paMfpq aq"XOAOO PUU 2U!l OlOqUM lmlbopoAwddazo..3pX-mu&oqnuqsWuommlulof OJOTrmu puia'9&m 2ungd ws oloquuua=mpq oVaof -g pa'aum doh Isuon UV ,fty-ud=jaq opm Gq flup juaummif.pv oloqum I=.a-t, IQOAS jo o&lsqoq;m cq pmib u gg a=g aloqwm odolS-C '%MA T-nm(n pwpfl=Vmijo gaonm tnya ffutauidai pus Axnw=u 98 guonwg lomq pus mwo SuiAouaw Aq pxR&umop zloqmw Isaw*z -aumij.mpun g2uTl Su4mfpg ipyA pmm&salotpmm;gnf.pV-1 :Sfflox nifsomm SY SOON Dl� Ow ssi alMd"03 'Hirt ------------------------------ Ll"Wwy DNIOV-IbnS 133,/ ,VOOZ 'qa3 TV13a 3NON DNIAVHCI QZIVC[NV,LS Z-£ IZZO 'ON 1N3hisn ab 3A-IVA a3lVM :3�vos Nvytazog do AILIo •jalloo alomoo o yllM ldaoxa Jollwls sl luawlsnfpa anion JaloM i ad,C1 •luowlsnfpo anion .1010M p adAl so polou6lsap sl uMogs luawlsn(po xoq anion •C •bluo saxoq anion 6wlslxo lan(po jo asloj of pasn aq ,(ow siesu adXl—Majos algolsnfpo sljoM ual uopJop lso3 'salaas 0999 69 'oN IBPoW 'Z •bullooa logs aJolaq puo 6ulnod jalfo apow aq llogs luawlsnfpo loul3 •pajlnbai so pJoMUMop Jo pjoMdn sanlon aaloM lsnfpv -( :S310N 30V808nS v 3sV8 0310VdY103 \\�\\i\\�\ \ P\ .Iy9 'XVri „4 f "NIW ,Q 1 �L 1N3YV3AVd M3N d0 d01 P0S aslA9N 2�311f10 8Nf10 3NON ONIMVHCI CIEWINVIS L -8ZSZ0 'ON 3ANON00 3VNORN1 :31`dOS NvWsZOH d0 IU13 •asoq lenoJ6 sy} jo; pasn aq Aow glow paysom 's}oafoid }uaw90oldai ja}}n6 puo qmo jod (TO £OOZ 'S03dS MdW) S£ZZO u0l}0aS ;o s}uawailnbei ay} }saw Iloys asoq I9ADJ6 peysru0 •9 '0004—W ss010 aq Iloys a}alou00 'q •aAl}o}uasaidai sly ao aaaulbu3 A110 ay} Aq uol}oadsul wao; lout; o }noy}lM pe0old aq poys Ja}}n6 puo gjno ON •y •ja}}n6 puo gin0 ay} ;o y}dap lln; ay} gbnoiy} pua}xa lloys loua}ow uolsuodxa ayl •SIOAJa}ul ,00£ Uoy} avow }ou }0 puo swn}ai gjno '9•1'd '9'0'd Ilo }o paoold aq lloys loua}ow }ulof uolsuodxa wZ/[ £ • q/t ;o y}p!m wnwlulw puo „q/g ;o y}dap wnwlulw o aAOy goys puo SID/UO}ul OL }o paoold aq poys s}ulof uol}3oJ}uo0 Z ('pa 9664 ''soadS •M•d'W) 0£ZZO u0110as 01 tuJo;uo0 Iloys u01}0odwoo asinoo asoq jo apoa6gnS '�3I01� wino �lldS SdINVLI NVIUS303d 2l03 minx do210 SXVM3A180 803 aNnO dOdO 9'6 .,9 �' 3d015 ,l 213d .Z l UOlS .I N3d 3d01S .L 83d •i'/£—_ 9,0 MvHoenS 0310V&M \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ 03an0321 SV 3sJn00 3sVe-ens 0 0 0 0 0 o 0 0 0 0 0 0 0 0 o 0 0000000000000000000000000000000 'NIW „2 — 3SVe O O O O O O O O O O O O O O O 33AV89 03Hsmo O O O O O O O O O O O O O O O O O O O O \ D /\ L'7 3d01S j 43d Ol,4/£ .� s I a„tr .. (du) a {� v IIOSd01 • D „z ,6 „tz (.Sti'0) „tb'S 20OZ '030 N01103S831N1 133d1S HOJ 3NON ONI'kVa(, C'HVC'NV,LS 6-6ZSZO 'ON TV130 d311m 33onoa :33d0S NvwazOH d0 )U10 '831Ln0 318n00 30 s3003 3AOBV 4/L OL 8/l 38 01 30viNns 13381s 03HSINId 'SNOILVOIlddV lVn0IA10NI 30 S1NYUHin038 NOIS30 3H1 A3SILVS Ol ANVA AVW 1N3ANI 1VN011NOd0Nd HIM HIM 3H1 :S310N OI80 Z X ,Z NO SWG V—V NOLLOEIS ti# HAM 33HOAM J aid „z/t 33V�8ns L33HIS NIW 0—,9 318VI8VA ASIA NVId SNVB 30 ON3 3N0 3N0 3O1S 1401H 3H1 Sl S3en1 NOISVdX3 HIM SIHl N3HM 73NNVHO 'a3Ao0 30 Z/L £ H11M 137100 MO-4 01 S831N30 ,l NO 030VdS d311n9 ONWO dnl3N L333 Ol A8W 'XO8ddV 9£I X 9 B38HII HIOOVIS l3M00 auno ONIISIX3 -41 03a1n03N 38 1lIM SINIOP .9 3O31d 3NO SV 13771d f/ NNn13& ayn,3 1411AI 3NI1M013 eNn0 30 nve d INIOP 1O81NOO 1NIOf NOISNVdX3 —x 83J-LnO 30 33V3 Wi) 8 ,9l e21n0 30 30V3 S318VA - H101M �{ e6n0 OL e8n3 'V66 6 'onv 3NON ONIAVa(I aaVaNVZS Z-6Z9Z0 'ON 13�113 G8VGNb1S :3�VOS NvyiazoS do 'kilo (1VNOI1dO) S13MOO 1331S „*/£ ('d),L) a ,5l 13381S Ol 98no JO 30Vd ( W08J H1d3O 9 1V 1NIOf NOISIS NVdX3 X3 38 01 31380NOO '831V380 SI 83A3HOIHM '3SV8 13 US 80 3SV8 13AV89 O31OM400 „£ NO O30Vld 38 Ol 131113 (03sn 38V S13MOO dl) NOISNVdX3 8OJ MOIIV 01 13MOO 1331S d0 ON3 1SVd „,/£ S38f11 NOISNVdX3 ON31X3 „O l 8 �9 1NIOf NOISNVdX3 ?�31V3S MOP Sf10NIWf1118 HlIM 1V3S — 1NIOf 1081NOO 3 NIV80 SSO80 uioJp ssoJo }o y}piM y}iM l3AWJ9 „£ XIa}ouoi}iodo-id AJoA 11!M y}daa,k 0 — ,9 900z Iladv paslAab (08VA3ln0s 'NIN ,q'S/snlavd •xvw ,gl) -DNIIWV9(1 C18WINVIS 966 L 'AON dVlVd NVIKS303d NMOHS Sv 8vin010N3db3d 131VOS mvwazoa d0 -Am 8-6ZSZ0 'ON N-1VM301S O8dA3inoo '%Z paooxa ;ou poys sad0ls—ssw3 110MaplS 'g wnwlulw g aq goys gjp1M dwoa 'y •l0no3ddo s aaaul6u3 A113 uodn Aluo pajjlwjad su0110301 anpowa}lV sdwoJ }o wLuoa3}sdn„ palowlsuoo aq Ilogs sjalul uloap WJGJS '£ 'AIlooly}pouou3 pa3nod aq uoo gjno puo dwoa 'Z •spJonalnoq g•g ulw puo ',gL=N gjno •xow q}IM 'uo!j3ngsuo3 Mau o; sallddo pjopuojs 'L ,77VaS ON :S31ON NOI10ndISNO0 0-0 NOIZORS ,77VOS ON V-V NOIsaRS ('dJll) 3SVe 13A O „£ dWV?J 'JNIONYJ X VM341S NOIJa3s eana 313bONOO „9 1 wSS3ad3a .0 Z QUdO NV1S „9 77VOS ON g g dIl ON E-9 NOI,LOIS ONIONVI SMIVA dll ON :]Nil MOl3 NlVM301S ,S .11 „S'S �1VM301S 5318VA 3080N 0 'NOLLVA313 N'MM3aIS 1VYViJON Ol NOIIISNV2LL e8nO 10 d011 I I,ZL „o-"1.5 ,.Zt HS3N MIM 300VO Olx9x9 HIM 80 'A'O/'sql Z/L L A 31V8 V 1V,.HS3VW38U HJJM SdVM NI 3J380N00 30NOAN138 (NOLLVOOI 1V01dAL) '3NI1 MOId 3H1 NOW ,9 NVHI 38OV4 3B AVM ITNI NIVNO MOLS ONIN8VM 3113M313q 3HL JO 3003 ONIOV31 3H1 N/O, 3B 11SOm aONINaVMN3-ISVID3130 3H11 J0 Wt�1N0�O 13N0 'SOdVdOV H1IM30NIAldVIO3aS oviN�S00NINWM aull Mo13 Naswd)o�� 31BV103130 HJJM 03lon8 SNOO 38 01 SJVM 30Vd21nS 313NONO3 N0IH1 .9 ('dAL) 'OA18 ,Z/L 9 13MO S= „� ;,77VOS 94NVI ..... ('dkL) NlVM301S ,9 0 vXVYI OZ L r LIVM301S •..•� ..,,g,x�g,. vV/ V •• • 'O 'XVYV '/.z tP. p, v o I. O v S1NIOf v NOVB I0IM £l6V838 NOISNVdX3 •�P' 9'ON .4Z HJJM 13MOO v >V !d p. V mno eo Hove 90OZ IIddV dViVd NVId1S3a3d 31VOS Ol ION ONIMVUC[ Q2IVQNVLS d9-6ZSZ0 'ON NOUISNddl (130N3�0 NVWHZOE d0 LLIO arms wmx v v tDtzOas RNNI-.AA o9T2fl 0lx9x9 JO WO/ 9T3 a'J 6 XM%L- .'r )FAWI 3s wunA Ul s dn Ott I llGVMX vbaais auvaxvas IIatvtK or.aaiunbau sv awm Imf rtOIWdX3 xvHt%z 1T uopmm.L%MD azvraaais 4mo doiG XXX imor hoisxvI ;N Is)xzvmssoxo am Mo(iaxaaLKao`aam ,v aO we M4IK v as 01 DMLRWM g'Iavj--IaLaa a-saszo orunsvda advarzvis s•o•o xaa sdw"axvamns ao asn MU.L%Maxa Enoxv MOI -JasxarM ao'sruavx 9-dM'avte-ao-,LHf)M luaYA axvnaM09 of aria sxoLLv.LB n axRHM dK"MOLUSMM aaaMaZa asn C LOZ I!JdV pas!Aa�j (S0NISS0d0 «V,, 3d)11) 966 � '83J S0NISSOH:D NVIdIS301d dOJ 3N0N �NIMd?3Q Q2i�QNt�,LS l — 18SZO 'ON :3-id0S NVWRZOH A0 A,LIO S0NI>I2�dW 1N3W3Add Ib01d�1 'SONISS0Z10 0311O8iN0O 8oA S3N11 aU!� pla!� dO1S 'SONISSO83 0311O�11N00Nn a�!AIM 2J0d 3N11 0131)1 3sn (�) 'NOIS30 ONI833NI0N3 NO 03SVI3 A3V813S ' S3H0V0dddV 3NV1-I1 m �JO3 'S3HOV0�JddV 3NV1 310NIS NO3 vinMNIW ,b (Z) SJI1VM301S 3H1 30 ® � N0UVO01 N0dn 1N30N3d3Q 3NV S3N11 >nVMSS02JO 3H1 30 N0IIV0O1 3H1 (L) I Z 141 Z 310N S310N 33S PJDPUDIS ,8 au!l dojS� al!gm „VZ �. l �pJDpuD�S a�!yM „8 1 aino 1VOUTA 30 30VJ w 8 LmO 30 3003 N ONA ,L 2lOZ I!add paslna�j (SONISSO60 I,8« 3d)11) ONI&VUCI Q2IdQNVJS 9661 '83J SONISSOdO -1OOHOS d03 3NON Z- 189Z0 'ON SON1>1ddW 1N3t•N3AVd �b01d�11 '3WDS NVWHZ09 40 AID ONIMVaO GWONVIS 33S) SONISS083 O311081N00 80J 3N11 dOlS 'SONISSOi10 0311081NOONn �JOJ 3NI1 O131,k 3sn (l) 'S>IIVM301S 3Hl 30 N011V301 NOdn 1N30N3d30 3W S3NIl I :.`•::::; :;:: >iIVMSSO210 3Hl JO N011V001 3Hl (l) :SRON Ipo!d4i g Z® 6uissoaO IooyoS aui do a ! .� �S �.uM „bZ ,Z I �� IV LOZ '100 3NI� 3OIA83S 3NON DNIMVHa Q2IVQNVILS 2-02LZO 'ON 83M3S JkdViINVS d33(l :33V:DS NVWHZOEI AO )UIO '1dnO3 03AONJdd HO 13NS` O X 13ASV0 008VH 38 TI`dHS SONIlll3 N0211 31110na '2 BnlS 30 NOIIdA313 a3mnW3 l ONINIMM30 2J03 31GISNOMS l 38 lldHS 03NION3 'BnlS 30M13S 30 aN3 V ,9 38 7VHS d3A00 30 H1d30 'NIW 'Z (Z-0ELz0 ONIMd210 (1bbaNV-LS 213d) N011b'll`d1SNl (IMIN`d1S HIM ,9.9 a330X3 111M 0N3 8n1S IV 83AOO JO H1d30 31 03Sn 38 A`dW N011tflldlSNI SIHl 'L NIPM0813 .gjv :S31ON 3dld OAd 9z 2J(l 'SONI H IJ d3M3S N0211 31110na aN38 .9-b Onld 'xdw 100A aid „Z/l ''NIW 1003 213d w-V/l = 3dMS '3NI1 301M3S 83>18VW (lOOM �z x z (SNOII`d001 3-LVNN3.LIV 03AMJdd`d SVH ALTO 3H3HM S30Md1SWnoHio -IV103dS NI 1d30X3 1dOld),L) ('S03dS 33S) ('dAL) -IIU>IO` G 0310`ddW00 :'• r:,,; ,5'z :. . 37ansNn0210 >IIVM3OIS ,S 30)MnS 133211S ('du) aavn3lnoe z/L s 3NI1 1N3W3S 210 3NIIIl J ALN3d021d 301A83S 30 ON3 IV ISOd 1331S N3380 90OZ 40-IDw •Aaa 20OZ '03a 3" OHNVH 3NON ONIMVZIa axVQNVIS 9-0£LZO 'ON dO80 adVONd1S :TIVOS NVW51ZO9 d0 KII3 a-a V_V uoisoas dwDlo adld IIDM o}ul w£ Iaa}s ssalulD}S adid Jam 10 DIO spa }noj6 k;od3 IIDM aloyuDw •y}dap adld adld jaMas •}ooj Lodi,l}Ioa aduuDols 0 Z/l• aloyuDw 'poJI poaJy}—IID {.— ;o snlpDN laa}s ssalulDIS sayoul g sl ssaujoly} wnwiuiw 'asoq }sooajd •sa4oul 9 sl adld Molaq ssauply} a}ajouoo wnwiulw 'asoq aoold—ui—pajnod •asoq aoold—ul—painod jo }sDoaJd did ;o -Dip = IauuD40 asoq o}uI }sDo Mogla •06 pa}aIsDO d m m D (dfq) }ula}say ad!d c� c ao m � N d � C D 991 pa}a�sDO o }ulof pa}ajso6 alglxa13 °n o• o � o � uIw 09) pajlnbai sy N r. o '9Lti-0 uoI}Du6lsap Nl1S'd 41IM o aouopJooaD ul pajn}oD;nuow Janoo puD rt JaslJ aloyuDw 919J0000 paDJo}ulaJ }sDoaJd spa}uao �g y o }D sda}s aloyuDw N V N 'IIDM aloyuDw puD adld James uaaM}aq }daoxa s}ulof IID .10; Ionba Jo �IaN—wodw aq poys loua}ow 6ul}ulor v 1461}Pa}oM aq IIDys aloyuDw o}ul adld James buluad0 punoJD puD 'uol}oas do} puD 6uu aloyuDw 'suol}oas aloyuDw uaaM}aq s}ulof IN :310N •xDW .al '•ulw Z 's6uu algD}snfpy Janoo gDls }D13:7 i z � G1L"GGLGGGUGZG •saloy {old u l oM} 9no4 IIDys sJ9n00 •Ionba panojddD .10 'sauas ZLL£ I LLL£ MIP3 'Janoo JaAoo 2R 6uI}soo pJopuD}S 9L<<-y 4}lM 6uu ZL L L-`d l 1? 0 jay}la aq o} Janoo puD awDJd ZOOZ/9 psslneN 1V661 'onv SadbaNd1S 3NON DNIMV2IQ a2ldaNV,LS 1-0 L860 'ON NOUV` Id1SNI NOIS :31VOS mvwazOg d0 U10 �I` I:Kl N0liVGNnoj 1SOd NOIS 6 �I WHONV 31321ONOO 000,—W 'Y 'BWnld 3A331S OJ NI „9l 1SOd NOIS 183SNI ' ' ' 0311V1SNI 38 11VHS S1SOd NOIS (INV S3A331S 11V OvnO3 03AO8ddV NO „HONnd HInO„ �;.. aVdS131) 3A331S 1SOd NOIS 38nl 3 mos 031V8033Hd—NON 3OnVJ Z L „oc X „ti( Z 41 '301S 31ISOddO OlNI 13A18 3AIN4 1N3SNI lOVdWI 03103dX3 30 MIS 31lSOddO W083 0V3H ° „Z 30VHS HSINId 1108 183SNI '39V80 HSIN13 3AO8V „z( L (SZ£•V) ° 1108 d3NNOO „931�- HIIM 3A331S Ol 1SOd N31SV3 0 (39nVO 1W 1SOd,-----*", 0 38n1 38vnOS 031Va0338d Z I NOIS lk230,Lv"IllDaa NOIS 2Iz}iHvyi ,LMIJIS (NOIS �13d Z 'NIW) SAMJ ]ANG „g/£ HlIM 1SOd Ol SNOIS HDV-LLV NIW ,L (ivn03 a3noaddv NO avdSIR) 1Sod 3enl 3avnos 03MO338d �Z O l 'NIW NIW ,Z SKIS NOIS� 1SOd NO N0V9 SNVId NO 031JIO3dS 210.E Z'Z 0 L960 01 NOVG 031Nnm SV 3ZIS 'S021VONVIS OOInW N01103S 33S SANV18 NOIS Had SV M 18 NOIS kdolvinO38 3WVN 13381S 30V18 1V13 ZOOZ 'jdaS N011` OMNOIS dDidvm 3NON ONIMdda adVGNblS -V-0 �260 'ON 133d1S �dOldJl '31VOS NVMIZ08 J0 kIIO NOIS 30 3Oa3 Ol mino j0 jovi WOdA 33NV�JVI-IO NIW ,Z ,5 NOIS �J]AiJ m 'dJd,6 133'is � >nvmSSOdO � i i , � j � � ,, ' � � , � '� I