Loading...
HomeMy WebLinkAbout21- Duneman Construction - 2021 Pear Street Booster Station Main Repair Project AGREEMENT FORM THIS AGREEMENT is dated as of the day of Q dAl tr in the year 2021, by and between CITY OF BOZEMAN,hereinafter called OWNER, and_Duneman Construction, Inc. 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 for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2021 Pear Street Booster Station Main Repair Project, City of Bozeman. Article 2. CONTRACT TIME. 2.1 The Work will be completed within 30 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 five hundred dollars ($ 500.00) 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 Ninety Six Thousand Nine Hundred Ten Dollars and no/00_($96,910.00_). 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. 6.6 CONTRACTOR 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. This prohibition shall apply to the hiring and treatment of the CONTRACTOR'S employees and to all subcontracts it enters into in performance of the agreement with the city of Bozeman. 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. 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 with addenda (by reference). 7.12 Appendices 7.13 Addenda listed on the Bid forms. 7.14 CONTRACTOR'S executed Bid forms. 7.15 Documentation submitted by CONTRACTOR prior to Notice of Award. 7.16 Notice of Award. 7.17 Notice to Proceed. 7.18 Any modification,including Change Orders, duly delivered after execution of Agreement. 7.19 Any Notice of Partial Utilization. 7.20 Notice of Substantial Completion. 7.21 Notices of Final Completion and Acceptance. 7.22 Non-discrimination affirmation and equal pay form. 7.23 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. 8.3 In the event it becomes necessary for either parry 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. IN WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first above written. �`� Gon st.ruc (CON CTOR) .t; ; BY `� e&�RATF '- TTF ) Title President a; (JOINT VENTURE) By (SEAL &) (ATTEST) Title City of Bozeman (OWNER) (SEAL &) �:'• ''� (ATTEST) Us 9T1zV Co. APPROVED AS TO FORM: ' o•o (CITY ATT Y) - PAYMENT BOND CONTRACTOR(name and address): SURETY(name and address of principal place of business): Duneman Construction, Inc. Travelers Casualty and Surety Company of America 8670 Trooper Trail One Tower Square Bozeman, MT 59715 Hartford, CT 06183 OWNER(name and address): City of Bozeman, Montana PO Box 1230 Bozeman, MT 59771 CONSTRUCTION CONTRACT Effective Date of the Agreement: Amount: $96,910.00 (Ninety Six Thousand Nine Hundred Ten Dollars and 00/100) Description(name and location): 2021 Pear Street Booster Station Main Repair Project, City of Bozeman Bozeman, Montana BOND Bond Number: 107448942 Date(not earlier than the Effective Date of the Agreement of the Construction Contract) DptoLii dw tdZ Amount: $96,910.00 (Ninety Six Thousand Nine Hundred Ten Dollars and 00/100) Modifications to this Bond Form: K None ❑ See Paragraph 18 \\N�\11111111Irr Surety and Contractor,i�tel(r�iDrftf>b(4�LIly bound hereby, subject to the terms set forth below, do each cause this Payment Bond tci \�ea�ltt(y executed. zr1 authorized officer, agent, or representative. F:CORPORATE` CONTRACTOR AS PRI �.PAI� - SURETY E AL Duneman Construction (IjCrrp��'''' (Seal) Travelers Casualty and Surety Company of America (seal) �, m r 6T \ Contractor's Name and Corpo(ratel$C01%%\\ Surety's Name and Corporate Seal By: By: l Signature Signature(attach power o attorney) Robert E. Deming Print Name Print Name —7 Attorney-in-Fact kE!1�,�l Title Title Attest: � �'-�I��� _ - Attest: Signature Signature Shauna Diehl Surety Account Manager Title Title Notes: (1)Provide supplemental execution by any additional parties,such as joint venturers. (2)Any singular reference to Contractor,Surety, Owner,or other party shall be considered plural where applicable. E1CDC®C-615,Payment Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 1 of 3 6. If a notice of non-payment required by Paragraph 5.1.1 is 1. The Contractor and Surety, jointly and severally, bind given by the Owner to the Contractor,that is sufficient to themselves, their heirs, executors, administrators, satisfy a Claimant's obligation to furnish a written notice of successors, and assigns to the Owner to pay for labor, non-payment under Paragraph 5.1.1. materials, and equipment furnished for use in the performance of the Construction Contract, which is 7. When a Claimant has satisfied the conditions of Paragraph incorporated herein by reference,subject to the following 5.1 or 5.2, whichever is applicable, the Surety shall terms. promptly and at the Surety's expense take the following actions: 2. If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies, and holds 7.1 Send an answer to the Claimant,with a copy to the harmless the Owner from claims, demands, liens, or suits Owner, within sixty (60) days after receipt of the by any person or entity seeking payment for labor, Claim,stating the amounts that are undisputed and materials, or equipment furnished for use in the the basis for challenging any amounts that are performance of the Construction Contract,then the Surety disputed;and and the Contractor shall have no obligation under this Bond. 7.2 Pay or arrange for payment of any undisputed amounts. 3. If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this 7.3 The Surety's failure to discharge its obligations Bond shall arise after the Owner has promptly notified the under Paragraph 7.1 or 7.2 shall not be deemed to Contractor and the Surety (at the address described in constitute a waiver of defenses the Surety or Paragraph 13) of claims, demands, liens, or suits against Contractor may have or acquire as to a Claim, the Owner or the Owner's property by any person or except as to undisputed amounts for which the entity seeking payment for labor, materials,or equipment Surety and Claimant have reached agreement. If, furnished for use in the performance of the Construction however, the Surety fails to discharge its Contract, and tendered defense of such claims, demands, obligations under Paragraph 7.1 or 7.2,the Surety liens,or suits to the Contractor and the Surety. shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to 4. When the Owner has satisfied the conditions in Paragraph recover any sums found to be due and owing to 3, the Surety shall promptly and at the Surety's expense the Claimant. defend,indemnify,and hold harmless the Owner against a duly tendered claim,demand,lien,or suit. 8. The Surety's total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney's 5. The Surety's obligations to a Claimant under this Bond fees provided under Paragraph 7.3,and the amount of this shall arise after the following: Bond shall be credited for any payments made in good faith by the Surety. 5.1 Claimants who do not have a direct contract with the Contractor, 9. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance 5.1.1 have furnished a written notice of non- of the Construction Contract and to satisfy claims, if any, payment to the Contractor, stating with under any construction performance bond. By the substantial accuracy the amount claimed Contractor furnishing and the Owner accepting this Bond, and the name of the party to whom the they agree that all funds earned by the Contractor in the materials were, or equipment was, performance of the Construction Contract are dedicated furnished or supplied or for whom the to satisfy obligations of the Contractor and Surety under labor was done or performed, within this Bond,subject to the Owner's priority to use the funds ninety (90) days after having last for the completion of the work. performed labor or last furnished materials or equipment included in the 10. The Surety shall not be liable to the Owner,Claimants,or Claim;and others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be 5.1.2 have sent a Claim to the Surety (at the liable for the payment of any costs or expenses of any address described in Paragraph 13). Claimant under this Bond,and shall have under this Bond no obligation to make payments to or give notice on 5.2 Claimants who are employed by or have a direct behalf of Claimants, or otherwise have any obligations to contract with the Contractor have sent a Claim to Claimants under this Bond. the Surety(at the address described in Paragraph 13). 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. EJCDC®C-615,Payment Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. 2 of 3 12. No suit or action shall be commenced by a Claimant under 8. The total amount due and unpaid to the this Bond other than in a court of competent jurisdiction in Claimant for labor, materials, or equipment the state in which the project that is the subject of the furnished as of the date of the Claim. Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a 16.2 Claimant: An individual or entity having a direct Claim to the Surety pursuant to Paragraph 5.1.2 or 5.2,or contract with the Contractor or with a (2) on which the last labor or service was performed by subcontractor of the Contractor to furnish labor, anyone or the last materials or equipment were furnished materials,or equipment for use in the performance by anyone under the Construction Contract,whichever of of the Construction Contract. The term Claimant (1)or (2) first occurs. If the provisions of this paragraph also includes any individual or entity that has are void or prohibited by law, the minimum period of rightfully asserted a claim under an applicable limitation available to sureties as a defense in the mechanic's lien or similar statute against the real jurisdiction of the suit shall be applicable. property upon which the Project is located. The intent of this Bond shall be to include without 13. Notice and Claims to the Surety, the Owner, or the limitation in the terms of "labor, materials, or Contractor shall be mailed or delivered to the address equipment" that part of the water, gas, power, shown on the page on which their signature appears. light, heat, oil, gasoline, telephone service, or Actual receipt of notice or Claims,however accomplished, rental equipment used in the Construction shall be sufficient compliance as of the date received. Contract, architectural and engineering services required for performance of the work of the 14. When this Bond has been furnished to comply with a Contractor and the Contractor's subcontractors, statutory or other legal requirement in the location where and all other items for which a mechanic's lien may the construction was to be performed, any provision in be asserted in the jurisdiction where the labor, this Bond conflicting with said statutory or legal materials,or equipment were furnished. requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal 16.3 Construction Contract: The agreement between requirement shall be deemed incorporated herein. When the Owner and Contractor identified on the cover so furnished,the intent is that this Bond shall be construed page, including all Contract Documents and all as a statutory bond and not as a common law bond. changes made to the agreement and the Contract Documents. 15. Upon requests by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and 16.4 Owner Default: Failure of the Owner, which has Owner shall promptly furnish a copy of this Bond or shall not been remedied or waived, to pay the permit a copy to be made. Contractor as required under the Construction Contract or to perform and complete or comply 16. Definitions with the other material terms of the Construction Contract. 16.1 Claim: A written statement by the Claimant including at a minimum: 16.5 Contract Documents: All the documents that comprise the agreement between the Owner and 1. The name of the Claimant; Contractor. 2. The name of the person for whom the labor was done, or materials or equipment 17. If this Bond is issued for an agreement between a furnished; contractor and subcontractor, the term Contractor in this 3. A copy of the agreement or purchase order Bond shall be deemed to be Subcontractor and the term pursuant to which labor, materials, or Owner shall be deemed to be Contractor. equipment was furnished for use in the performance of the Construction Contract; 18.Modifications to this Bond are as follows: 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 I EJCDC®C-615,Payment Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 3 of 3 PERFORMANCE BOND CONTRACTOR(name and address): SU RETY(name and address of principal place of business): Duneman Construction, Inc. Travelers Casualty and Surety Company of America 8670 Trooper Trail One Tower Square Bozeman, MT 59715 Hartford, CT 06183 OWNER(name and address): City of Bozeman, Montana PO Box 1230 Bozeman, MT 59771 CONSTRUCTION CONTRACT \ti Effective Date of the Agreement: 0c.� 1\ Amount: $96,910.00(Ninety Six Thousand Nine Hundred Ten Dollars and 00/100) Description (name and location): 2021 Pear Street Booster Station Main Repair Project, City of Bozeman Bozeman, Montana BOND Bond Number: 107448942 Date(not earlier than the Effective Date of the Agreement of the Construction Contract): 0<,``96 L U'L\ Amount: $96,910.00(Ninety Six Thousand Nine Hundred Ten Dollars and 00/100) Modifications to this Bond Form: [T] None ❑ See Paragraph 16 Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Performance Bond to be duly executed by an authorized officer, agent, or representative. � CONTRACTOR AS PRINCLp'�JOw }.. V SURETY Duneman Construction 1nc.: '1d�S .� seal) Travelers Casualty and Surety Company of America (seal) Contractor's Name an rat Seal 01 :m = Surety's Name,cd Corporate Seal ' 1tRlOdb By: By: Signature it UO �` Signature(attach power of attorney Robert E. Deming Print Name Print Name -TVs �� ^� Attorney-in-Fact Title Title Attest: h�� i Attest: Ntvzwa�h/- Signature Signature Shauna Diehl �_, ❑ ,1_, Surety Account Manager Title Title Notes:(1)Provide supplemental execution by any additional parties,such as joint venturers. (2)Any singular reference to Contractor,Surety,Owner,or other party shall be considered plural where applicable. EJCDC®C-610,Performance Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 1 of 3 1. The Contractor and Surety, jointly and severally, bind Owner and a contractor selected with the Owners concurrence, themselves, their heirs, executors, administrators, successors, and to be secured with performance and payment bonds executed assigns to the Owner for the performance of the Construction by a qualified surety equivalent to the bonds issued on the Contract,which is incorporated herein by reference. Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 7 in excess of the Balance of 2. If the Contractor performs the Construction Contract,the Surety the Contract Price incurred by the Owner as a result of the and the Contractor shall have no obligation under this Bond, except Contractor Default;or when applicable to participate in a conference as provided in Paragraph 3. 5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable 3. If there is no Owner Default under the Construction Contract, promptness under the circumstances: the Surety's obligation under this Bond shall arise after: 5.4.1 After investigation, determine the amount for 3.1 The Owner first provides notice to the Contractor and which it may be liable to the Owner and, as soon as the Surety that the Owner is considering declaring a Contractor practicable after the amount is determined, make payment Default. Such notice shall indicate whether the Owner is to the Owner;or requesting a conference among the Owner, Contractor, and Surety to discuss the Contractor's performance. If the Owner 5.4.2 Deny liability in whole or in part and notify the does not request a conference, the Surety may, within five (5) Owner,citing the reasons for denial. business days after receipt of the Owner's notice,request such a conference. If the Surety timely requests a conference, the 6. If the Surety does not proceed as provided in Paragraph 5 with Owner shall attend. Unless the Owner agrees otherwise, any reasonable promptness,the Surety shall be deemed to be in default conference requested under this Paragraph 3.1 shall be held on this Bond seven days after receipt of an additional written notice within ten (10) business days of the Surety's receipt of the from the Owner to the Surety demanding that the Surety perform its Owner's notice. If the Owner, the Contractor, and the Surety obligations under this Bond, and the Owner shall be entitled to agree, the Contractor shall be allowed a reasonable time to enforce any remedy available to the Owner. If the Surety proceeds as perform the Construction Contract, but such an agreement shall provided in Paragraph 5.4,and the Owner refuses the payment or the not waive the Owner's right, if any, subsequently to declare a Surety has denied liability,in whole or in part,without further notice Contractor Default; the Owner shall be entitled to enforce any remedy available to the Owner. 3.2 The Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety;and 7. If the Surety elects to act under Paragraph 5.1,5.2,or 5.3,then the responsibilities of the Surety to the Owner shall not be greater 3.3 The Owner has agreed to pay the Balance of the than those of the Contractor under the Construction Contract, and Contract Price in accordance with the terms of the Construction the responsibilities of the Owner to the Surety shall not be greater Contract to the Surety or to a contractor selected to perform the than those of the Owner under the Construction Contract. Subject to Construction Contract. the commitment by the Owner to pay the Balance of the Contract Price,the Surety is obligated,without duplication for: 4. Failure on the part of the Owner to comply with the notice requirement in Paragraph 3.1 shall not constitute a failure to comply 7.1 the responsibilities of the Contractor for correction of with a condition precedent to the Surety's obligations,or release the defective work and completion of the Construction Contract; Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. 7.2 additional legal, design professional, and delay costs resulting from the Contractor's Default, and resulting from the 5. When the Owner has satisfied the conditions of Paragraph 3,the actions or failure to act of the Surety under Paragraph 5;and Surety shall promptly and at the Surety's expense take one of the following actions: 7.3 liquidated damages, or if no liquidated damages are specified in the Construction Contract,actual damages caused by 5.1 Arrange for the Contractor, with the consent of the delayed performance or non-performance of the Contractor. Owner,to perform and complete the Construction Contract; 8. If the Surety elects to act under Paragraph 5.1, 5.3,or 5.4,the 5.2 Undertake to perform and complete the Construction Surety's liability is limited to the amount of this Bond. Contract itself,through its agents or independent contractors; 9. The Surety shall not be liable to the Owner or others for 5.3 Obtain bids or negotiated proposals from qualified obligations of the Contractor that are unrelated to the Construction contractors acceptable to the Owner for a contract for Contract,and the Balance of the Contract Price shall not be reduced performance and completion of the Construction Contract, or set off on account of any such unrelated obligations. No right of arrange for a contract to be prepared for execution by the action shall accrue on this Bond to any person or entity other than EICDC®C-610,Performance Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 2 of 3 the Owner or its heirs, executors, administrators, successors, and allowance for the Contractor for any amounts received or to be assigns. received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all 10. The Surety hereby waives notice of any change, including valid and proper payments made to or on behalf of the changes of time, to the Construction Contract or to related Contractor under the Construction Contract. subcontracts,purchase orders,and other obligations. 14.2 Construction Contract: The agreement between the 11. Any proceeding, legal or equitable, under this Bond may be Owner and Contractor identified on the cover page,including all instituted in any court of competent jurisdiction in the location in Contract Documents and changes made to the agreement and which the work or part of the work is located and shall be instituted the Contract Documents. within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years 14.3 Contractor Default: Failure of the Contractor, which after the Surety refuses or fails to perform its obligations under this has not been remedied or waived, to perform or otherwise to Bond,whichever occurs first. If the provisions of this paragraph are comply with a material term of the Construction Contract. void or prohibited by law, the minimum periods of limitations available to sureties as a defense in the jurisdiction of the suit shall be 14.4 Owner Default: Failure of the Owner, which has not applicable. been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or 12. Notice to the Surety, the Owner, or the Contractor shall be comply with the other material terms of the Construction mailed or delivered to the address shown on the page on which their Contract. signature appears. 14.5 Contract Documents:All the documents that comprise 13. When this Bond has been furnished to comply with a statutory the agreement between the Owner and Contractor. or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said 15. If this Bond is issued for an agreement between a contractor and statutory or legal requirement shall be deemed deleted herefrom and subcontractor,the term Contractor in this Bond shall be deemed to provisions conforming to such statutory or other legal requirement be Subcontractor and the term Owner shall be deemed to be shall be deemed incorporated herein. When so furnished,the intent Contractor. is that this Bond shall be construed as a statutory bond and not as a common law bond. 16. Modifications to this Bond are as follows: 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 adjustments have been made including E1CDC®C-610,Performance Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 3 of 3 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERSJ St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint ROBERT E DEMING of BOZEMAN , Montana , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April, 2021. (IA,l 'p?s�+w`ryc ea*�1Y akpa SNa `y o HAWd M4 8 a NAATFORD, [/C�1P'.iJ'( 1 CONFL rS �y " 1 State of Connecticut By: City of Hartford ss. Robert L.Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. yry,p P!udylwf,,� IN WITNESS WHEREOF,I hereunto set my hand and official seal. *%- I r;oraAv My Commission expires the 30th day of June,2026 (* '{` Nowik,Notary Public e � This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President,any Secretary, any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this day of Sa�tylgrFOPA, a 'tL1NTFOfm, l CCY.'xA't r CU1iN. t� °' CONN. CSC Kevin E.Hughes,Assistant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorneys)-in-Fact and the details of the bond to which this Power ofAttorney is attached. BOZE MAN MT Engineering Division June 18, 2021 To: Prospective Bidders Subject: Invitation to Bid 2021 Pear Street Booster Station Main Repair Project City of Bozeman Prospective Bidders: By receipt of this letter provided directly to you by the City, you are invited to provide a unit price construction bid for a small-scale water renovations project immediately adjacent to the City's Pear Street Booster Station (Station). The Station is currently inoperable due to total failure of an existing 18"x18"x10" wye fitting on the Station's Pump No. 3 discharge line. The primary purpose of this project is to return the Station into service as it is a crucial component of the City's water distribution system. The project consists of three schedules with Schedule 2 and 3 being additive alternates. Schedule 1 consists of replacing the single failed wye. Schedule 2 consist of replacing three additional wyes and main. Schedule 3 consist of replacing additional main and installing a City-furnished gate valve. The City requests that bids be hand delivered by 5:00 p.m. on Thursday. July 1st, 2021. There will be no public bid opening, no pre-bid meeting, and bid security is not required. Return bids to: (call 582-2279 to open doorl Griffin Nielsen, PE 20 E Olive Street Bozeman, MT 59915 The Contractor shall complete the Bid Form in its entirety and submit with the full contract document package. The provided non-discrimination and equal pay affirmation form shall be signed and submitted with the bid. Respectfully, City of Bozeman mr Griffin Nielsen, PF 1 Engineer II o: 406.582.2279 gnielsen(a)-bozeman.net 0 • East OLive Street Bozeman,P.O. Box 1230 40. :• Q 40. .. TDD: 406-582-2301 THE MOST LIVABLE PLACE. `l CITY OF BOZEMAN 2021 Pear Street Booster Station Main Repair Project CONTRACT DOCUMENTS PREPARED BY CITY OF BOZEMAN ENGINEERING DEPARTMENT June 2021 July 1, 2021 City of Bozeman ATTN: Griffin Nielsen 20 E. Olive Street Bozeman, MT 59771 RE: Pear Street Booster Station Main Repair Project Griffin, Attached is our bid for the above referenced project. Per our telephone conversation the pipe supplier has indicated he cannot predict when the materials will be available but he estimates it will not be until at least the first of September. So we are submitting a bid but it is contingent on a mutually agreeable Notice to Proceed date. Respectfully, Keith E. Duneman Duneman Construction, Inc. President BID FORM 2021 PEAR STREET BOOSTER STATION MAIN REPAIR PROJECT CITY OF BOZEMAN BOZEMAN, MONTANA 59771 TO: Griffin Nielsen 20 E Olive Street Bozeman, MT 59771 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 the 2021 PEAR STREET BOOSTER STATION MAIN REPAIR PROJECT, 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 and honor its bid pricing for a period not to exceed 45 days. The undersigned Bidder agrees to furnish the required Bonds and Insurance and to enter into a contract within fifteen(15)calendar days after Owner's acceptance of this Bid and delivery of a Notice of Award to the successful Bidder,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 30 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 & 2.3 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. 2 BID FORM BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sums: BID SCHEDULE Schedule 1: General Conditions, replacement of single wye Item Description Unit Est. Unit Price Total Price Quantity 101 Taxes, Bonds, Insurance L.S. 1 102 Mobilization L.S. 1 103 Erosion Protection L.S. 1 104 10"xl8"xl8" DI Wye EA 1 105 10" Connect to existing main EA 1 106 18" Connect to existing main EA 2 107 Insulation - 4" Rigid Board LF 10 108 Flowable Fill CY 3 109 Thrust Blocking EA I 110 Miscellaneous Work EA 2,000 $ 1.00 $ 2,000.00 TOTAL SCHEDULE 1 BID $ (TOTAL SCHEDULE 1 BID - WRITTEN WORDS) Additive Alternate Schedule 2: Replacement of three wyes, main, and supporting fittings Item Description Unit Est. Unit Total Price Quantity Price 201 10"x18"xl8" DI Wye EA 3 $ - 202 10" 450 DI Bend EA 1 $ - 3 BID FORM 203 8"x 10" DI Reducer EA 1 $ - 204 18" DI Water Main LF 27 $ - 205 10" Connect to existing main EA 2 $ - 206 8" Connect to existing main EA 1 $ - 207 1-1/2" Minus Crushed Base Course C.Y. 2 $ - 208 Insulation - 4" Rigid Board LF 27 $ - 209 Flowable Fill CY 18 $ - 210 Thrust Blocking EA 5 $ - 211 Reinforced Concrete Door Pad LS 1 $ - 212 1 Miscellaneous Work EA 3,000 $ 1.00 $ 3,000.00 TOTAL ADDITIVE ALTERNATE SCHEDULE 2 BID $ (TOTAL ADDITIVE ALTERNATE SCHEDULE 2 BID -WRITTEN WORDS) Additive Alternate Schedule 3: Replacement of main and install Owner-furnished side actuated ate valve Item Description Unit Est. Unit Total Price Quantity Price 301 Install 18" Side Actuated Gate Valve EA 1 $ - 302 18" DI Water Main LF 22 $ - 303 1-1/2" Minus Crushed Base Course C.Y. 3 $ - 304 Insulation -4" Rigid Board LF 22 $ - 305 Flowable Fill CY 14 $ - 306 Thrust Blocking EA 1 $ 307 Miscellaneous Work EA 2,000 $ 1.00 $ 2,000.00 4 BID FORM TOTAL ADDITIVE ALTERNATE SCHEDULE 3 BID $ (TOTAL ADDITIVE ALTERNATE SCHEDULE 3 BID - WRITTEN WORDS) BASIS OF AWARD If the contract is awarded, the Owner will award a single Contract. 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 I Bid plus any Additive Alternate Schedules the Owner may at its sole discretion choose to award. The undersigned Bidder acknowledged receipt of the following Addenda,which have been considered in preparation of this Bid: No. Dated No. Dated No. Dated No. Dated Submitted this day of , 2021. SIGNATURE OF BIDDER: Montana Contractor Registration Number If an individual: doing business as If a Partnership: by partner If a Corporation: 5 BID FORM (a) by (Seal & Title Attest) Business Address of Bidder: If Bidder is a joint venture, other party must sign below: 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) 6 BID FORM DUNECON-01 MSTOPPEL ACORO DATE(MMIDD/YYYY) `� CERTIFICATE OF LIABILITY INSURANCE F9/29/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Marci Stoppel, CISR First West,Inc. !HONE 406 922-6030 FAX ( ) P.O.Box 1800 A/C,No,Ext):( ) (A/c,No): 406 587-9162 Bozeman,MT 59771 n'ouRlEss:mstoppel@1stwestinsurance.com INSURERS AFFORDING COVERAGE NAIC# INSURER A:Cincinnati Insurance Company 10677 INSURED INSURER B:Montana State Fund 15819 Duneman Construction,Inc. INSURERC: 8670 Trooper Trail INSURER D: Bozeman,MT 59715-8076 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MMIDD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR EPP 0069979 3/27/2020 3/27/2023 DAMAGES( RENTED 500,000 X PREMISES Ea occurrence $ MED EXP(Any oneperson) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: I GENERAL AGGREGATE $ 2,000,000 POLICY PEC LOC PRODUCTS-COMP/OP AGG $ 21000,000 OTHER: $ A AUTOMOBILE LIABILITY Ee acccidentSINGLE LIMIT $ 1,000,000 X ANY AUTO EBA 0069979 3/27/2021 3/27/2022 BODILY INJURY Per person) OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ HIRED NON-OWNED PeOracadenl AMAGE $ AUTOS ONLY AUTOS ONLY A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 4,000,000 EXCESS LIAB CLAIMS-MADE EPP 0069979 3/27/2020 3/27/2023 AGGREGATE $ 4,000,000 DED X RETENTION$ O $ B WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY STATUTE Y N ER 033131913 10/31/2020 10/31/2021 100,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ 100,000 If yes,describe under 500,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) Re: 2021 Pear Street Booster Station Main Repair Project Certificate holder is additional insured for General Liability provided requirement is part of a written agreement currently in effect per the conditions and limitations of policy form GA472 09-18,available upon request. 45 day notice of cancellation. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Bozeman 8r State of Montana THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 1230 Bozeman,MT 59771-1230 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) @ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 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: 2.01.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 11.0l.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 fiom 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 II 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.B: 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 $ 3,000,000.00 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 Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 4 of 13 5 Products and Completed Operations Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 5 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 5.04.13. 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 6 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 7 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 6.02.13: Regular working hours are defined as 8:OOAM. To 5: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 in 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 willbe acceptable to Engineer asproviding 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 8 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 6.13Y 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 b e 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 9 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 fiom 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,) o a d i n g a n d 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 00810-6th Edition Supplementary Conditions to the General Conditions Page 10 of 13 equipment rental rates will be negotiated prior to t h e work being performed. SC-11.03 UNIT PRICE WORK Delete paragraph 11.03.13.1 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 d e d u c t e d from subsequent payments. Beginning with the s e c o n d 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.1.a. through 14.02.131.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 11 of 13 SC -14.02. . 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 14.02.13 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 wi II be in Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 12 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 any Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 13 of 13 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, whicli consent shall make specific reference to this paragraph; but no such consent shall constitute consent to mediation of any dispute not specifically described in sucli 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-16.01.0 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 i Page 14 of 13 MONTANA PREVAILING WAGE RATES FOR HEAVY CONSTRUCTION SERVICES 2021 Effective: January 1, 2021 Steve Bullock, Governor State of Montana Brenda Nordlund, Acting Commissioner Department of Labor& 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.mtwagehourboi)a.com or contact: Employment Relations Division Montana Department of Labor and Industry P. 0. 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 bestto 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.mtwagehourboi)a.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.mtwag-ehourbopa.com or contact the department at(406) 444-6543. BRENDA NORDLUND Acting Commissioner Department of Labor and Industry State of Montana TABLE OF CONTENTS MONTANA PREVAILING WAGE REQUIREMENTS: A. Date of Publication .......................................................................................................................................................................... 3 B. Definition of Heavy Construction ............................................................................................................................................... 3 C. Definition of Public Works Contract .............................................................................................................................................. 3 D. Prevailing Wage Schedule ............................................................................................................................................................. 3 E. Ratesto Usefor Projects ................................................................................................................................................................. 3 F. Wage Rate Adjustments for Multiyear Contracts ......................................................................................................................... 3 G. Fringe Benefits .................................................................................................................................................................................. 4 H. Dispatch City ...................................................................................................................................................................................... 4 I. Zone Pay 4 ............................................................................................................................................................................................ J. ComputingTravel Benefits ............................................................................................................................................................. 4 K. Per Diem ............................................................................................................................................................................................ 4 L. Apprentices ........................................................................................................................................................................................ 4 M. Posting Notice of Prevailing Wages .............................................................................................................................................. 5 N. Employment Preference ................................................................................................................................................................. 5 0. Projects of a Mixed Nature ............................................................................................................................................................ 5 P. Occupations Definitions Website ................................................................................................................................................... 5 Q. Welder Rates .................................................................................................................................................................................. 5 R. Foreman Rates .............................................................................................................................................................................. 5 S Proper Classification for Pipefitterand Laborer/Pipelayer Work on Waterand Waste WaterTreatment Plants .................... 5 WAGE RATES: BOILERMAKERS ........................................................................................................................................................................................ 6 BRICK,BLOCK,ANDSTONE MASONS ............................................................................................................................................. 6 CARPENTERS ............................................................................................................................................................................................ 6 CEMENT MASONS AND CONCRETE FINISHERS ........................................................................................................................... 7 CONSTRUCTION EQUIPMENT OPERATORS OPERATORSGROUP 1 ...................................................................................................................................................................... 7 OPERATORSGROUP 2 ....................................................................................................................................................................... 7 OPERATORSGROUP 3 ....................................................................................................................................................................... 8 OPERATORSGROUP 4 ....................................................................................................................................................................... 8 OPERATORSGROUP 5 ....................................................................................................................................................................... 8 OPERATORSGROUP 6 ....................................................................................................................................................................... 8 OPERATORSGROUP 7 ....................................................................................................................................................................... 9 CONSTRUCTION LABORERS LABORERSGROUP 1 ....................................................................................................................................................................... 9 LABORERSGROUP 2 ....................................................................................................................................................................... 9 LABORERSGROUP 3 ....................................................................................................................................................................... 10 LABORERSGROUP ....................................................................................................................................................................... 10 DIVERS ....................................................................................................................................................................................................... 10 DIVERTENDERS ...................................................................................................................................................................................... 11 ELECTRICIANS ......................................................................................................................................................................................... 11 INSULATION WORKERS- MECHANICAL(HEATANDFROST) ..............................................................................I..................... 11 IRONWORKERS-STRUCTURALSTEEL AND REBAR PLACERS .............................................................................................. 12 LINE CONSTRUCTION EQUIPMENTOPERATORS ................................................................................................................................................................. 12 GROUNDMAN .........................................................................................................................................................I.............................. 12 LINEMAN ................................................................................................................................................................................................. 12 MILLWRIGHTS ............................................................................................................................................................................................ 13 PAINTERS .................................................................................................................................................................................................. 13 PILEBUCKS ............................................................................................................................................................................................... 13 PLUMBERS,PIPEFITTERS,AN D STEAM FITTERS ........................................................................................................................... 14 SPRINKLERFITTERS ................................................................................................................................................................................ 14 TRUCKDRIVERS ..................................................................................................................................................................................... 15 2 A. Date of Publication January 4,2021 B. Definition of Heavy Construction The Administrative Rules of Montana (ARM),24.17.501(4) - (4)(a),states "Heavy construction projects include, but are not limited to,those projects that are not properly classified as either 'building construction', or'highway construction.' Heavy construction projects include, but are not limited to,antenna towers, bridges (major bridges designed for commercial navigation), breakwaters, caissons (other than building or highway), canals, channels, channel cut-offs, chemical complexes or facilities (other than buildings), cofferdams, coke ovens, dams, demolition (not incidental to construction), dikes, docks, drainage projects, dredging projects, electrification projects (outdoor), fish hatcheries, flood control projects, industrial incinerators (other than building), irrigation projects,jetties, kilns, land drainage (not incidental to other construction), land leveling(not incidental to other construction), land reclamation, levees, locks and waterways, oil refineries (other than buildings), pipe lines, ponds, pumping stations (prefabricated drop-in units - not buildings), railroad construction, reservoirs, revetments, sewage collection and disposal lines, sewers (sanitary, storm, etc.), shoreline maintenance, ski tows, storage tanks, swimming pools (outdoor), subways (other than buildings), tipples, tunnels, unsheltered piers and wharves, viaducts (other than highway), water mains, waterway construction, water supply lines(not incidental to building), water and sewage treatment plants (other than buildings) and wells." C. Definition of Public Works Contract Section 18-2-401(11)(a), MCA defines "public works contract" as "...a contract for construction services let by the state, county, municipality, school district, or political subdivision orfor 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 Heavy 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, Highway Construction and Nonconstruction Services occupations can be found on the internet at www.mtwaF-Fehourbopa.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 rates applicable to a particular public works project are those in effect at the time 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 months to fully 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." 3 G. Fringe Benefits Section 18-2-412, MCA states: "(1)To fulfill the obligation...a contractor or subcontractor may: (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. department of labor." 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 from the following list which is closest to the center of the job: Billings, Bozeman, Butte, Great Falls, Helena, Kalispell, and Missoula." 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 overthe shortest practical maintained route from the dispatch city orthe 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 diem'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 fringe 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. 4 M. Posting Noticeof 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 and fringe 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. 0. Projectsofa Mixed Nature Section 18-2-408, MCA states: "(1) The contracting agency shall determine, based on the preponderance of labor 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 forthat project classification" P. Occupations Definitions You can find definitions for these occupations on the following Bureau of Labor Statistics website: htti)://www.bls.gov/oes/current/oes 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. S. Proper Classification for Pi pefitter and La bore VPipelayer Work o n Water and Waste Water Treatment Plants The proper classification for the following work is Pipefitter, when it is performed inside a building structure or performed at a location which will later be inside of a building: Joining steel pipe larger than 12 inches in diameter with bolted flange connections that has been pre-fabricated off site and does not require any modification such as cutting, grinding, welding, or other fabrication in order to be installed. All other work previously classified as pipefitter remains in that classification. The proper classification for that work when it is at a location that will always be outside a building is Pipelayer, which is under the Laborer Group 3 classification. 5 WAGE RATES BOILERMAKERS Wage Benefit Travel: $33.17 $30.88 All Districts 0-120 mi. free zone Duties Include: >120 mi.federal mileage rate/mi. Construct, assemble, maintain, and repair stationary steam boilers, boiler house auxiliaries, process vessels, pressure Special Provision: vessels and penstocks. Bulk storage tanks and bolted Travel is paid only at the beginning and end of the job. steel tanks. Per Diem: All Districts 0-70 mi.free zone >70-120 mi.$65.00/day >120 mi.$80.00/day r Back to Table of Contents BRICK, BLOCK,ANDSTONE MASONS Wage Benefit Travel: $35.28 $15.69 0-20 mi. free zone >20-35 mi.$30.00/day Duties Include: >35-55 mi.$35.00/day Lays out, lays, cuts, installs, and finishes all brick, structural >55 mi.$77.00/day tile, refractory materials, precast units, concrete, cinder, glass, gypsum, terra cotta block, and all other natural and artificial masonry products to construct or repair walls, partitions, stacks,furnaces, or other structures. Sets stone to build stone structures such as piers, walls, and abutments, and lays walks, curbstones, or special types of masonry for vats, tanks, and floors. May set, cut, and dress ornamental and structural stone in buildings. This classification is tended by Tender to Masons Trades: Brick and Stonemason, Mortar Mixer, Hod Carrier t Back to Table of Contents CARPENTERS 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. r Back to Table of Contents 6 CEMENT MASONS AND CONCRETE FINISHERS No Rate Established Zone Pay: 0-30 mi. free zone Duties Include: >30-60 mi.base pay+$2.95/hr. Smooth and finish surfaces of poured concrete, such as >60 mi.base pay+ $4.75/hr. 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: $28.21 $13.65 0-30 mi.free zone >30-60 mi.base pay+ $3.50/hr. This group includes but is not limited to: >60 mi.base pay+ $5.50/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: $29.33 $13.65 0-30 mi. free zone >30-60 mi.base pay+ $3.50/hr. This group includes but is not limited to: >60 mi.base pay+$5.50/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 j Back to Table of Contents 7 CONSTRUCTION EQUIPMENT OPERATORS GROUP 3 Wage Benefit Zone Pay: $29.75 $13.65 0-30 mi. free zone >30-60 mi.base pay+ $3.50/hr. This group includes but is not limited to: >60 mi.base pay+ $5.50/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. r Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 4 Wage Benefit Zone Pay. $30.75 $13.65 0-30 mi. free zone >30-60 mi.base pay+$3.50/hr. This group includes but is not limited to: >60 mi.base pay+ $5.50/hr. Asphalt\Hot Plant Operator; Cranes, 25 tons up to and incl. 44 tons; Crusher Operator; Finish Motor Patrol; Finish Scraper. r Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 5 Wage Benefit Zone Pay: $31.75 $13.65 0-30 mi.free zone >30-60 mi.base pay+$3.50/hr. This group includes but is not limited to: >60 mi.base pay+ $5.50/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: $32.75 $13.65 0-30 mi.free zone >30-60 mi.base pay+ $3.50/hr. This group includes but is not limited to: >60 mi.base pay+ $5.50/hr. Cranes, 75 tons up to and incl. 149 tons; Cranes, Whirley (All). i Back to Table of Contents 8 CONSTRUCTION EQUIPMENT OPERATORS GROUP 7 Wage Benefit Zone Pay: $33.75 $13.65 0-30 mi. free zone >30-60 mi.base pay+ $3.50/hr. This group includes but is not limited to: >60 mi.base pay+ $5.50/hr. Cranes, 150 tons up to and incl. 250 tons; Cranes, over 250 tons—add $1.00 for every 100tons over 250 tons; Crane,Tower(All); Crane Stiff-Leg or Derrick; Helicopter Hoist. r Back to Table of Contents CONSTRUCTION LABORERS GROUP 1/FLAG PERSON FOR TRAFFIC CONTROL Wage Benefit Zone Pay: $23.08 $11.27 0-30 mi.free zone >30-60 mi.base pay+ $3.05/hr. >60 mi.base pay+ $4.85/hr. r Back to Table of Contents CONSTRUCTION LABORERS GROUP 2 Wage Benefit Zone Pay: $25.90 $11.27 0-30 mi.free zone >30-60 mi.base pay+$3.05/hr. This group includes but is not limited to: >60 mi.base pay+$4.85/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. r Back to Table of Contents 9 CONSTRUCTION LABORERS GROUP 3 Wage Benefit Zone Pay: $26.04 $11.40 0-30 mi. free zone >30-60 mi.base pay+ $3.05/hr. This group includes but is not limited to: >60 mi.base pay+ $4.85/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 LABORERSGROUP4 Wage Benefit Zone Pay. $26.76 $11.27 0-30 mi. free zone >30-60 mi.base pay+ $3.05/hr. This group includes but is not limited to: >60 mi.base pay+ $4.85/hr. Hod Carrier***;Water Well Laborer; Blaster; Wagon Driller; Asphalt Raker; Cutting Torch; Grade Setter; High-Scaler; ***Hod Carriers will receive the same amount of travel Power Saws (Faller&Concrete); and/or subsistence pay as bricklayers when requested to Powderman; Rock&Core Drill; Track or Truck Mounted travel. Wagon Drill and Welder incl. Air Arc T Back to Table of Contents DIVERS Wage Benefit Zone Pay: Stand-By $43.06 $17.36 0-30 mi.free zone Diving $86.12 $17.36 >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. >100-150ft. $3.00 per ft. >150-220ft. $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 10 DIVER TENDERS Wage Benefit Zone Pay: $42.06 $17.36 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: $34.59 $16.33 District 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 INSULATION WORKERS-MECHANICAL(HEATAND FROST) Wage Benefit Travel: $38.87 $19.87 0-30 mi. free zone >30-40 mi.$25.00/day Duties Include: >40-50 mi.$35.00/day Insulate pipes, ductwork or other mechanical systems. >50-60 mi.$50.00/day >60 mi.$60.00/day plus ■ $0.56/mi.if transportation is not provided. ■ $0.20/mi. if in company vehicle. >60 mi.$95.00/day on jobs requiring an overnight stay plus ■ $0.56/mi. if transportation is not provided. ■ $0.20/mi. if in company vehicle. T Back to Table of Contents 11 IRONWORKERS-STRUCTURAL STEEL AND REBAR PLACERS Wage Benefit Travel: $29.15 $27.05 0-45 mi. free zone >45-60 mi.$45.00/day Duties Include: >60-100 mi.$70.00/day Structural steel erection; assemble prefabricated metal >100 mi.$90.00/day buildings; cut, bend,tie, and place rebar; energy producing windmill type towers; metal bleacher seating; handrail Special Provision: 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: $34.94 $16.41 No Free Zone $60.00/day Duties Include: All work on substations T Back to Table of Contents LINE CONSTRUCTION - GROUNDMAN Wage Benefit Travel: $27.36 $15.79 No Free Zone $60.00/day Duties Include: All work on substations T Back to Table of Contents LINE CONSTRUCTION - LINEMAN Wage Benefit Travel: $45.74 $17.32 No Free Zone $60.00/day Duties Include: All work on substations T Back to Table of Contents 12 MILLWRIGHTS Wage Benefit Zone Pay: $36.97 $14.02 0-30 mi. free zone >30-60 mi.base pay+ $4.00/hr. >60 mi. base pay+ $6.00/hr. j Back to Table of Contents PAINTERS Wage Benefit Travel: $25.00 $0.00 No travel or per diem established. t Back to Table of Contents PILE BUCKS Wage Benefit Zone Pay: $32.00 $13.57 0-30 mi. free zone >30-60 mi. base pay+ $4.00/hr. Duties Include: >60 mi.base pay+ $6.00/hr. All pile driving, bridge, wharf, building, and caisson work,on both land and water. General pile driving work includes all labor employed in the barking, shoeing, splicing, form building, heading, centering, placing, driving, staying, framing, fastening, demo,tooling of the cutter head, Lagging, automatic pile threading, pulling, and/or cutting off of all piling, to include all pile of any make and material as well as similar pre-cast structural shapes or units the setting of which is performed with a pile driver, derrick, crane, or similar power equipment. Fabrication, forming, handling, and setting of all such pre-cast, pre-stressed and post-stressed shapes that are an integral part of any heavy structure, rafting, boring, reeving, dogging, or booming of piles or other material. This includes the unloading of piling of all types together with the wailing and bracing included. j Back to Table of Contents 13 PLUMBERS, PIPEFITTERS,AND STEAMFTTTERS Wage Benefit Travel: $37.78 $19.86 0-70 free zone >70 mi. Duties Include: 0 On jobs when employees do not work consecutive Assemble, install, alter, and repair pipe-lines or pipe days: $0.55/mi.if employer doesn't provide systems that carry water, steam, air, other liquids or gases. transportation. Not to exceed two trips. Testing of piping systems, commissioning and retro- commissioning. Workers in this occupation may also 0 On jobs when employees work any number of install heating and cooling equipment and mechanical consecutive days: $105.00/day. control systems. j Back to Table of Contents SPRINKLER FITTERS Wage Benefit Travel $34.45 $23.00 All Districts Duties Include: The following travel allowance is applicable when traveling Duties Include but not limited to any and all fire protection in employee's vehicle. systems: Installation, dismantling, inspection, testing, maintenance, repairs, adjustments, and corrections of all 0-60 mi. free zone fire protection and fire control systems, including both >60-80 mi.$19.00/day overhead and underground water mains, all piping, fire >80-100 mi.$29.00/day hydrants, standpipes, air lines,tanks, and pumps used in >100 mi.$105.00/day. connection with sprinkler and alarm systems. Special Provision When traveling >100 miles, mileage at$0.54/mi.+ $8.59 for every 15 miles traveled at beginning and end of job. The following travel allowance is applicable when traveling in employer's vehicle. 0-100 mi.free zone >100 mi.$105.00/day Special Provision When traveling >100 miles, $8.59 for every 15 miles traveled, at beginning and end of job. Per Diem: All Districts No per diem is applicable when traveling in employee's vehicle The following per diem is applicable when traveling in employer's vehicle. 0-100 mi.free zone >100 mi.$105.00/day T Back to Table of Contents 14 TRUCK DRIVERS Pilot Car Driver No Rate Established Wage Benefit Zone Pay: Truck Driver $31.28 $9.37 All Districts 0-30 mi. free zone >30-60 mi.base pay+ $3.05/hr. Truck drivers include but are not limited to: >60 mi. base pay+ .$4.85/hr. Combination Truck and Concrete Mixer and Transit Mixer; Dry Batch Trucks; Distributor Driver; Dumpman; Dump Special Provision: Trucks and similar equipment; Dumpster; Flat Trucks; Zone pay only applies to the Truck Driver classification. No Lumber Carriers; Lowboys; Pickup; Powder Truck Driver; zone pay was established for Pilot Car 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 15 SPECIAL PROVISIONS 1. GENERAL The work to be performed under this contract involves furnishing all labor, materials, equipment, supplies and services necessary for the repair to the transmission main adjacent to the Pear Street Booster Station in the City of Bozeman. All work shall be performed in accordance with applicable sections of the Montana Public Works Standard Specifications Sixth Edition(MPWSS), 6th Edition,and as further modified by the City of Bozeman Modifications to MPWSS, 6th Edition, which is hereby included as part of these specifications. All references to MPWSS sections, unless otherwise noted, are 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 The work involves replacement of a single wye fitting with the possible addition of replacing three wyes, main, and installing a City furnished side actuated gate valve. 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 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 I Bid plus any Additive Alternate Schedules the Owner may at its sole discretion choose to award. The award of the contract, if awarded,will be made within 45 days of the bid due date 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. 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 after the number of calendar days stated as Contract Time, except as the Contract Time may be extended by change order. 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 $500.00 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 2 SPECIAL PROVISIONS may be pertinent or required by the Owner. 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. 12. PRECONSTRUCTION CONFERENCE After the contract(s) have been awarded, but before the start of construction, a conference will be held in person at the City Engineer's Office, 20 E. Olive Street and virtually through a City hosted video conference,for the purpose of discussing requirements on such matters as project supervision, on-site inspections,progress schedules and reports,payrolls,payment to contractors,contract change 3 SPECIAL PROVISIONS 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 locate 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 B. 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 and trails 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 (MUTCD) 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 trails, 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. Traffic control plans shall be in conformance with the requirements of the Manual on Uniform Traffic Control Devices. 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 approved by the Owner prior to construction.The Contractor may be required to modify or adjust a traffic control set-up to fit specific field conditions encountered during construction. C. 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. D. Warning Sig als. 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. E. Notifications. The Contractor shall coordinate all of the Contractor's construction activities to minimize conflicts at the work site,off-site events,or other construction projects nearby. The Contractor shall notify all affected residents and businesses,the Bozeman Police,Fire, Street, and Sanitation Departments, Laidlaw Bus Service, Streamline Bus Service, AMR Ambulance Service,and Allied Waste Services of all planned street closures a minimum of 24 hours before any actual street closure. In addition,all businesses affected by a street closure shall be given seven(7) days advance notice of the upcoming street closure. The Contractor shall maintain a log of all advance notifications that have been made for each street segment construction site.Prior to closure of any collector or arterial street, the Contractor shall prepare a news release announcing the 5 SPECIAL PROVISIONS upcoming street closure which shall specify at a minimum the impact of the construction upon the public and the duration of the work. At least three days prior to the street closure, the Contractor shall submit the news release to all local news media, and shall cause the news release to be published as a display ad in the Bozeman Daily Chronicle. F. Signalized Intersections. The Contractor shall coordinate with the City of Bozeman Street Department and the Montana Department of Transportation when working in or near a signalized intersection. Signals shall not be disrupted without prior approval by City of Bozeman Street Department and the Montana Department of Transportation. G. Work Methods. 1. The Contractor shall position all traffic control devices according to plan prior to positioning personnel or equipment on the traveled way. 2. The Contractor shall inspect and check the work zone traffic control frequently including weekends, holidays, and other non-working days, and shall correct any deficiencies discovered. The Contractor shall keep a log of all inspections. 3. Construction traffic control devices shall be removed or covered when they are not being used for construction activities. 4. If the Contractor fails to correct a deficiency in the traffic control system that the Engineer deems a necessary traffic control modification to expedite the movement of traffic or an emergency hazard to life and/or property, the Owner may correct the deficiency and be reimbursed for all costs from the next progress payment to the Contractor. 5. Flagging shall be only performed by certified and properly equipped flagpersons. Flagging shall be done as described in the booklet"Instructions to Flagpersons"published by the Montana Department of Transportation. 6. Sidewalks and crosswalks shall remain free of debris and open to pedestrians to the greatest extent possible. When necessary, pedestrian detours shall be established or the sidewalk shall be properly closed to travel in accordance with the MUTCD and City of Bozeman requirements. 7. The Contractor shall schedule the work to minimize inconvenience to the Owner and to adjacent property owners and to minimize interruptions to utility service and through traffic. The Contractor shall maintain vehicular access to local businesses at all times. Work shall be scheduled so as to minimize disruptions to local mail and freight delivery. The Contractor shall maintain vehicular access to residences able to be used after each shift. 6 SPECIAL PROVISIONS Street closures shall be closures to through traffic with local traffic allowed. Provide channelization, flaggers, or other measures necessary to allow the safe passage of local vehicles to access residences that are within the work zone but not blocked by construction. Notify all residents at least 24 hours in advance of any access restrictions for individual approach or street closures. Schedule work such that individual approach closures last no more than a single shift. The Contractor shall utilize whatever means he deems necessary to allow traffic on driveway curbs and aprons a maximum of 10 days after they are poured unless approval is specifically granted by the homeowner to leave them closed for a longer period of time. The Contractor will be responsible for any cracking or broken sidewalk that may result from use of the driveways. 8. The Contractor shall designate one (1) employee whose primary purpose shall be to coordinate traffic control and shall provide a 24 hour per day telephone number or numbers to contact this person. 17. DISPOSAL,EROSION, WATER POLLUTION, AND SILTATION CONTROL The Contractor is responsible for proper disposal of all waste soils, materials, and slurries 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. This project is less than 1.0 acres in area and therefore a storm water pollution prevention plan (SWPPP)is not required,however,a Construction Stormwater Permit—Site Less than One(1)Acre must be obtained from the City of Bozeman Stormwater Division prior to any construction activity performed under this contract. The Contractor shall exercise all reasonable precautions throughout the life of the project to prevent pollution or siltation of the city stormwater system, rivers, streams or impoundments. Pollutants such as chemicals, slurries,fuels,lubricants,bitumens,raw sewage,and other harmful wastes shall not be discharged into the city stormwater system or 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 Montana DEQ, 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 Contractor's specific attention is directed to the Montana Water Quality Act and the Montana Stream Preservation Act. 7 SPECIAL PROVISIONS 18. PROTECTION OF EXISTING STRUCTURE All work shall be conducted to prevent damage to existing the existing booster station structure and appurtenances; including but not limited to interior and exterior pluming, electronics, power and backup power supply; during the course of the project. Any damages 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 shall be protected with heavy builder's 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. 20. SALVAGEABLE ITEMS Any items removed from the existing system under the terms of this contract shall remain the property of the 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 referenced work shall be at the contractor's expense. 21. 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. 22. INSURANCE Insurance coverage required under this contract shall extend, at a minimum, to the end of the contract time. 8 SPECIAL PROVISIONS 23. 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. 24. LANDSCAPING RESTORATION CONTRACTOR shall be responsible for the restoration of any and all landscape features disturbed during construction. All landscaping disturbed by construction activities must be restored to a condition equal to or better than the conditions existing prior to construction as judged by the ENGINEER. The CONTRACTOR shall be required to stockpile and replace all topsoil and irrigation systems disturbed by construction. No measurement or payment shall be made for this item and the work shall be considered incidental to the project. 25. WATER PIPE MATERIALS AND SPECIALS A. Water main piping materials shall be pressure class 51 ductile iron pipe as referenced in Section 02660, MPWSS, and City of Bozeman Modifications to MPWSS. 26. MAINLINE CONNECTIONS The CONTRACTOR is advised that the City cannot guarantee 100% shutdowns for water main connections. Existing valves may leak. The CONTRACTOR shall have all equipment necessary to handle any water present and make connection without the complete stoppage of water. No payment will be made for dealing with water. All costs associated with less than complete shutdown shall be included in other bid prices. 27. INSULATION BOARD Water line insulation board shall have a closed cell structure with an R-Value of 5 per inch of thickness.Maximum water absorption shall be 0.1%by volume and minimum compressive strength shall be 60 psi. Insulation board shall be Styrofoam Brand High Load 60 or approved equal. Insulation board shall be installed with 2-inches of sand bedding(or 3/4"washed rock)and 2-inches of sand(or%"washed rock)over the top of the insulation board.Insulation board shall be installed as specified on the plans over all water mains,service lines,or hydrant leads when depth of cover is less than 6.5 feet. 9 SPECIAL PROVISIONS 28. CHLORINATION AND TESTING Coordination CONTRACTOR shall coordinate and receive prior approval of its chlorination and disinfection plan with the City of Bozeman Water and Sewer Operations Superintendent, John Alston. Water Water required for water main flushing, filling, and hydrostatic pressure and leakage testing shall be provided at no cost to the CONTRACTOR. Flushing CONTRACTOR shall provide a means for flushing and bleeding air from water lines. For flushing, a minimum of one 2" tap (corp and saddle) for pipe less than 12 inches diameter and two 2" taps (corp and saddles -with 1' separation) for pipe 12 inches diameter and greater, shall be installed on the piping if other means (fire hydrants, tapped plugs, etc.) are not available. CONTRACTOR shall be responsible for the proper disposal of all chlorinated water. For bleeding air, it shall require a minimum of 3/4" tap (corp and saddle) on the piping if other means (fire hydrants, tapped plugs, etc.) are not available. Corps shall be removed after testing is completed and replaced with brass plugs. Any corp, saddles, or other pipe or fittings required for flushing or bleeding air from water lines shall be incidental to the water main construction. Chlorine If the "tablet" method of chlorination is used, only the granule hypochlorite shall be used. 29. REINFORCED CONCRETE All reinforced concrete shall conform to Division 3 of the MPWSS. 30. ENGINEERING MATERIALS TESTING AND CONTROL TESTING A. The Contractor shall be responsible for testing including, but not necessarily limited to: 1. Dates of acceptable tests for water mains,which shall include hydrostatic and leakage testing and bacteriological testing. These tests shall be conducted by the Contractor in the presence of the City. The written test results shall be provided to the City prior to acceptance of the water main. 10 SPECIAL PROVISIONS 2. Elevations shall also be recorded and provided for the top of water main at 50' intervals.The Contractor shall cooperate with the City to document these elevations, including providing the equipment necessary to shoot the elevations. The City will have a representative on-site to record the data as the pipe is being installed. The Contractor shall provide safe access to the City for these inspections and cooperate with the City to ensure that adequate documentation is obtained. 3. Verification that all thrust blocking is installed in accordance with the approved plans and specifications.The Contractor shall provide safe access to the City for these inspections and cooperate with the City to ensure adequate documentation is obtained. B. Neither tests made by the Owner or the Owner's Testing Company will relieve the Contractor from his obligation to perform the work in accordance with the Technical Specifications. C. Materials, compaction, densities, or other construction items which do not meet the requirements of these specifications shall be replaced and retested at the Contractors' expense. 31. USCHEDULED EMPLOYMENT OF CITY WATER/SEWER SERVICE WORKERS One City Of Bozeman Water/Sewer Operations Dept service worker will be available 7:15 AM till 5:15 PM Monday-Friday with the exception of City recognized holidays for the water and sewer main replacement portion of the work. Work scheduled outside these times with less than 24 hours notice will be billed at 1.5 times the service worker's base pay rate of$ 28.00 per hour. Call outs (emergency response with no notice) will be billed 2 hours double time the base rate. Each succeeding hour thereafter 1.5 times the base rate. The CONTRACTOR is required to respond to affected property owners within the project and resolve complaints/issues that are raised. If the City is contacted due to non-responsiveness on the part of CONTRACTOR,the City will resolve the issue and charge the CONTRACTOR for its time at the rates provided for in this section. 32. DELAYS The Contractor shall schedule the Work to be completed within the Contract Time(s) stipulated in the Agreement, including an allowance for time lost due to abnormally cold weather, abnormal precipitation,or other natural phenomena. Time extensions will not be granted for rain,wind,flood, or other natural phenomena of normal intensity for the locality where Work is performed. Such events will not constitute justification for an extension of time unless agreed upon by both the Engineer and Contractor, and the total time lost to such events exceeds 5% of the Contract Time. For purposes of determining extent of delay attributable to unusual weather phenomena, a determination shall be made by comparing the weather for a minimum continuous period of at least one-fourth of the Contract Time involved with the average of the preceding 5—year climatic range during the same time interval based on U.S. Weather Bureau statistics for the locality where the Work is performed. 11 SPECIAL PROVISIONS 33. CONSTRUCTION TRAFFIC ROUTES To the greatest extent possible, the Contractor shall utilize the arterial and collector streets in the area for access to and from the site. This includes general construction traffic in addition to the transport of equipment and materials to and from the site. The streets in the area that meet this designation include; Story Mill Street. The Contractor shall receive prior approval from the Engineer in order to use any local residential streets for a short term construction traffic route. 34. SUBSTANTIAL COMPLETION The project shall be considered substantially complete when the following has been completed and accepted by the engineer: 1. Water main installation, including: all appurtenances, valves, fittings, connections, and testing. 2. All flowable fill, thrust blocking, and reinforce concrete instillation and testing. 35. GROSS RECEIPTS TAX The City will withhold from each pay request 1% of the gross amount due the Contractor under each pay request approved the Engineer and will transmit this withholding to the MT Department of Revenue. 12 SPECIAL PROVISIONS 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. Item 101: (Taxes,Bonds,Insurance) To be paid on the first progress pay estimate one-hundred percent (100%) upon mobilization to begin construction, only if the bid price for this item is less than five percent (5%) of the total price. For that portion of the taxes, bonds, and insurance greater than five percent (5%), if any, payment shall be made on the basis of the percentage of the work completed of each progress estimate. Item 102: (Mobilization)Fifty percent(50%)to be paid on the first progress estimate when mobilizing to begin construction, and fifty percent (50%) to be paid following substantial completion and acceptance of the work. Item 103: (Erosion Control and Permitting)Twenty five percent(25%)to be paid with the first progress payment after beginning construction. The remaining seventy five (75%) to be paid based on the percentage of the construction contract completed at the time of the pay request.Payment at the contract unit price shall constitute full compensation for obtaining a City of Bozeman's Construction Stormwater Permit, implementing, inspecting, and maintaining the approved permit throughout the project; including all materials, labor, tools, equipment, and incidentals necessary to complete the item. The contractor shall be required to follow guidance from the City Stormwater Department to receive full payment for this item. Items 104,201,202, 203: (Tees,bends,crosses,&reducers)Measurement and payment shall be as per MPWSS Section 02660 4.3 A. Item 105, 106,205,206 : (Connection to existing main)Measurement and payment per connection to an existing water main. Payment shall include all materials, equipment and labor to complete the connection, including any necessary thrust restraint, thrust blocks, or gravity blocks,pipe spools, and couplings. Item 107,208, 304: (Insulation)Measurement shall be made on a lineal foot basis along the centerline of the pipeline being insulated. Payment at the contract unit price shall constitute full compensation for furnishing and installing the insulation board to the required dimensions as well as any required additional excavation, furnishing and placement of sand bedding, backfill and compaction, all for all 1 MEASUREMENT AND PAYMENT tools, equipment and incidentals necessary to complete this item. Item 108, 209, 305: (Flowable Fill)Measurement and payment shall be made cubic yard basis. Payment shall also include all equipment, labor, and materials necessary for installation as well as hauling and disposal of excess trench excavated materials off site and all incidental costs to complete this item. Item 109, 210, 306: (Thrust Blocking) - Measurement and payment shall be made cubic yard basis. Payment shall also include all equipment, labor, and materials necessary for installation as well as anchoring rods,hauling and disposal of excess trench excavated materials or excess concrete off site, and all incidental costs to complete this item. Item 110, 212, 307: (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. Items 204, 302: (Ductile iron pipe) Measurement of water mains is made in lineal feet along the centerline of pipe through all valves,fittings,and appurtenances.Payment for water mains will be made at the contract unit price bid per lineal foot of the various sizes and classes of ductile iron pipe called for, which includes furnishing and installing pipe, furnishing and placing Type 1 pipe bedding, furnishing and installing polyethylene encasement, trench excavation, backfill, and compaction, including, cleaning, testing, and disinfecting the water main, providing any and all necessary joint and thrust restraint, dewatering,proper disposal of all waste materials, and all other work necessary or incidental for completion of the item. Item 207,303: (11/2"Minus Crushed Base Course)Measurement and payment shall be as per MPWSS Section 02235 4.1. Item 211: (Reinforced Concrete Door Pad)—Measurement and payment for the reinforce concrete door pad shall be lump sum, which will include all include all materials, equipment, labor, and testing necessary or incidental for completion of the item.Payment for this item shall be made in(100%)upon full completion and submission of test results. Items 301: (Valves)Measurement of water valves is made by numerical count of the sizes and type of valves listed in the Contract Documents.Payment for water valves is made at the contract nit price bid each;which includes installing the valve and valve box,all excavation,backfill,and special compaction required for the installation,thrust and anchor blocking, and all other work necessary or incidental for completion of the item. 2 MEASUREMENT AND PAYMENT Item 107, 208, 304: (Insulation)Measurement shall be made on a lineal foot basis along the centerline of the pipeline being insulated. Payment at the contract unit price shall constitute full compensation for furnishing and installing the insulation board to the required dimensions as well as any required additional excavation, furnishing and placement of sand bedding, backfill and compaction, all for all tools, equipment and incidentals necessary to complete this item. 3 MEASUREMENT AND PAYMENT BID FORM 2021 PEAR STREET BOOSTER STATION MAIN REPAIR PROJECT CITY OF BOZEMAN BOZEMAN, MONTANA 59771 TO: Griffin Nielsen 20 E Olive Street Bozeman, MT 59771 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 the 2021 PEAR STREET BOOSTER STATION MAIN REPAIR PROJECT, 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 pennanent part of, the work; tools, equipment, supplies, transportation, facilities, labor, superintendence, and services required to perform the Wor1c; Bonds, Insurance and Submittals; all as indicated or specified in the Contract Doctunents to be performed or fiunished by Conti-actor within the time and for the prices set forth in the following schedules. The undersigned Bidder agrees to be bound and honor its bid pricing for a period not to exceed 45 days. The undersigned Bidder agrees to furnish the required Bonds and Insurance and to enter into a contract at r"eo-Zlb i e_ delivery of a Notice of Award to the successful Bidder,and farther 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 30 calendar days. Where multiple schedules are awarded under a single Contract, the contract times shall run concuyrently unless separate notices to proceed are issued for the awarded schedules. Liquidated Damages shall be as specified in Article 2.2 & 2.3 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 rmade, 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 refiain 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. 2 BID FORM BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sums: BID SCHEDULE Schedule 1: General Conditions, replacement of single wye Item Description Unit Est. Unit Price Total Price Quantity 101 Taxes,Bonds, Insurance L.S. 1 c� -:z 1 3 �-o 0)W-I�s 102 Mobilization L.S. I (P)GOO 103 Erosion Protection L.S. 1 * i2vcz, 2cS nm 104 10"xl8"xl8" DI Wye EA 1 J 105 10" Connect to existing main EA 1 19 2,71<;:6- 106 18" Connect to existing main EA 2 V-0 c"9 AP 107 Insulation-4" Rigid Board LF 10 (�0 108 Flowable Fill CY 3 > 109 Thrust Blocking EA 1 AZ e� Caiso 110 Miscellaneous Work EA 2,000 $ 1.00 $ 2,000.00 TOTAL SCHEDULE 1 BID $ ICjO 00 L� (TOTAL SCII DULE 1 BID -WRITTEN WORDS) Additive Alternate Schedule 2: Replacement of three eyes, main, and supporting fittings Item Description Unit Est. Unit Total Price Quantity Price 201 10"x18"x18" DI Wye EA 3 N1�r - �`��} 202 10" 45' DI Bend EA I L $ ct� __ � ~sue 3 BID FORM i 203 8"x 10" DI Reducer EA I $ - 204 18" DI Water Main LF 27 $ - S_ 205 10" Connect to existing main EA 2 27 $ L� �� - 206 8" Connect to existing main EA 1 $ p� - Zc�iso — 207 1-1/2"Minus Crushed Base Course C.Y. 2 � 208 Insulation -4" Rigid Board LF 27 209 Flowable Fill CY 18 $ 210 Thrust Blocking EA 5 , $ c•,G - Pic-o-US ki,-IS-o 211 Reinforced Concrete Door Pad LS 1 44 ,\ $ ( - 212 Miscellaneous Work EA 3,000 $ 1.00 $ 3,000.00 TOTAL ADDITIVE ALTERNATE SCHEDULE, 2 BID $ LX (TOTAL AD ITIVE ALTERNATE SCHEDULE 2 BID - WRITTEN WORDS) Additive Alternate Schedule 3: Replacement of main and install Owner-furnished side actuated ate valve Item Description Unit Est. Unit Total Price Quantity Price 301 Install 18" Side Actuated Gate Valve EA 1 10, $ - 2 � �0 302 18" DI Water Main LF 22 $ r3�" - 303 1-1/2" Minus Crushed Base Course C.Y. 3 $ - 304 Insulation-4" Rigid Board LF 22 �� $ - 305 Flowable Fill CY 14 $ 25�0GQlb - 306 Thrust Blocking EA 1 cp $ lklytA� g S _ 307 Miscellaneous Work EA 2,000 $ 1.00 $ 2,000.00 4 BID FORM TOTAL ADDITIVE ALTERNATE SCHEDULE 3 BID r (TOTAL ADDITIVE ALTERNATE SCHEDULE 3 BID - WRITTEN WORDS) BASIS OF AWARD If the contract is awarded,the Owner will award a single Contract. 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 fi•orn 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 Bid plus any Additive Alternate Schedules the Owner may at its sole discretion choose to award. The undersigned Bidder acluiowledged receipt of the following Addenda,which have been considered in preparation of this Bid: No. Dated No. Dated No. Dated No. n Dated Submitted this day of , 2021. SIGNATURE OF BIDDER: Montana Contractor Registration Number 5 642- If an individual: doing business as If a Partnership: by partner r If a Corporation: 5 BID FORM Gon S t ruC''���i •.7 (a) Z� 0apORAr by ;bs.( eat & c Title �L.S\ Business Address of Bidder: If Bidder is a joint venture, other party must sign below: 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) 6 BID FORM Attachment A NONDISCRIMINATION AND EQUAL PAY AFFIRMATION Nv\�, 'oc4., \� ,.1 h4name 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 and acknowledges and understands the eventual contract will contain a provision prohibiting discrimination as described above and this prohibition on discrimination shall apply to the hiring and treatments or proposer's employees and to all subcontracts. In addition, �i%�\ c-��=�� �R\C �W-\ ",(-'(-name of entity submitting) hereby affirms it will abide by the Equal Pay Act of 1963 and Section 39-3-104, MCA (the Montana Equal Pay Act), and has visited the State of Montana Equal Pay for Equal Work "best practices" website, https://equalpay.mt.gov/BestPractices/Employers, or equivalent "best practices publication and has read the material. Name and title of person authorized to sign on behalf of submitter 2021 Pear Street Booster Station Main Repair DUNEMAN CONSTRUCTON, INC. 8670 TROOER TRAIL BOZEMAN, MT.59715 Contact: KEITH DUNEMAN Phone: 406-580-2056 Fax: Quote To: C.O.B. Job Name: ATTN: GRIFFIN NIELSEN Date of Plans: Phone: Revision Date: Fax: ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 101 Taxes. Bonds& Insurance 1.00 LS 3,400.00 3,400.00 102 Mobilization 1.00 LS 6,000.00 6,000.00 103 Erosion Protection 1.00 LS 3,200.00 3,200.00 104 10"x 18"x 18" DI Wye 1.00 EA 3,200.00 3,200.00 1 OS 10" Conncct to Ext'g Main 1.00 EA 2,750.00 2,750.00 106 18" Connect to Ext'g Main 2.00 EA 4,900.00 9,800.00 107 Insulation-4" Rigid Board 10.00 LF 60.00 600.00 108 Flowable Fill 3.00 CY 200.00 600.00 109 Thrust Blocking 1.00 EA 950.00 950.00 110 Miscellaneous Work 1.00 EA 2,000.00 2,000.00 Schedule I Bid $32,500.00 201 10" x 18"x 18" DI Wye 3.00 EA 3,200.00 9,600.00 202 10"45 degree DI bend 1.00 EA 1,800.00 1,800.00 203 8" x 10" DI Reducer 1.00 EA 1,000.00 1,000.00 204 18" DI Water Main 27.00 LF 425.00 11,475.00 205 10" Connect to Ext'g Main 2.00 EA 2,750.00 5,500.00 206 8" Connect to Ext'g Main 1.00 EA 2,400.00 2,400.00 207 1 1/2" Minus Crushed Base Course 2.00 CY 75.00 150.00 208 Insulation-4" Rigid Board 27.00 LF 60.00 1,620.00 209 Flowable Fill 18.00 CY 200.00 3,600.00 210 Thrust Blocking 5.00 EA 950.00 4,750.00 211 Reinforced Concrete Door Pad 1.00 LS 400.00 400.00 212 Miscellaenous Work 1.00 LS 3,000.00 3,000.00 Schedule 2 Bid $45,295.00 301 Install 18" Side Actuated Gate Valve 1.00 EA 2,800.00 2,800.00 302 18" DI Water Main 22.00 LF 425.00 9,350.00 303 1 1/2 " Minus Crushed Base Course 3.00 CY 75.00 225.00 304 Insulation-4" Rigid Board 22.00 LF 45.00 990.00 305 Flowable Fill 14.001 CY 1 200.001 2,800.00 306 Thrust Blocking 1.001 EA 1 950.00 950.00 Page 1 of 2 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 307 Miscellaneous Work 1.00 LS 2,000.00 2,000.00 Addative Alternate Schedule 3 Bid $19,115.00 GRAND TOTAL $96,910.00 NOTES: Page 2 of 2 NOTICE OF AWARD Dated: TO: ADDRESS: PROJECT: CONTRACT FOR:2021 Pear Street Booster Station Main Repair Project You are notified that your Bid opened on ,for the above Contract has been considered. You are the apparent Successful Bidder and have been awarded a Contract for the:2021 Pear Street Booster Station Main Repair Project The Contract Price of your Contract is: Dollars ($ 1. Four(4)copies of each of the proposed Contract Documents(except Drawings)accompany this Notice of Award. Two (2)sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen(15)days of the date of this Notice of Award, that is,by 1. You must deliver to the OWNER Four (4) 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(Article 20),and the General Conditions(paragraph 5.01). 3. List other conditions precedent: You must deliver with the executed Agreement the Certificates of Insurance as specified in the General Conditions(Article 5)and Supplementary Conditions(paragraphs SC-5.04 and SC-5.06). 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 two fully signed counterpart of the Agreement with the Contract Documents attached. CITY OF BOZEMAN,MONTANA ATTEST: BY: BY: (CITY MANAGER) (CITY CLERK) DATE: Notice to Proceed Date: Project: Owner: Owner's Contract No.: Contract: Engineer's Project No.: Contractor: Contractor's Address: [send Certified Mail,Return Receipt Requested] You are notified that the Contract Times under the above Contract will commence to run on . On or before that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 4 of the Agreement, the date of Substantial Completion is , and the date of readiness for final payment is [(or) the number of days to achieve Substantial Completion is , and the number of days to achieve readiness for final payment is Before you may start any Work at the Site, Paragraph 2.01.B of the General Conditions provides that you and Owner must each deliver to the other (with copies to Engineer and other identified additional insureds and loss payees) certificates of insurance which each is required to purchase and maintain in accordance with the Contract Documents. Also,before you may start any Work at the Site,you must: [add other requirements]. Owner Given by: Authorized Signature Title Date Copy to Engineer EJCDC C-550 Notice to Proceed Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 1 of 1 Field Order No. Date of Issuance: Effective Date: Project: Owner: Owner's Contract No.: Contract: Date of Contract: Contractor: Engineer's Project No.: Attention: You are hereby directed to promptly execute this Field Order issued in accordance with General Conditions Paragraph 9.04.A, for minor changes in the Work without changes in Contract Price or Contract Times. If you consider that a change in Contract Price or Contract Times is required,please notify the Engineer immediately and before proceeding with this Work. Reference: (Specification Section(s)) (Drawing(s)/Detail(s)) Description: Attachments: Engineer: Receipt Acknowledged by Contractor: Date: Copy to Owner EJCDC C-942 Field Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 1 of 1 Work Change Directive No. Date of Issuance: Effective Date: Project: Owner:City of Bozeman Owner's Contract M Contract: Date of Contract: Contractor: Engineer's Project M You are directed to proceed promptly with the following change(s): Item No. Description Attachments(list documents supporting change): Purpose for Work Change Directive: ❑ Authorization for Work described herein to proceed on the basis of Cost of the Work due to: 0 Nonagreement on pricing of proposed change. ❑ Necessity to expedite Work described herein prior to agreeing to changes on Contract Price and Contract Time. ❑ Other: Estimated change in Contract Price and Contract Times: Contract Price$ (increase/decrease) Contract Time (increase/decrease) If the change involves an increase,the estimated amounts are not to be exceeded without further authorization. Recommended for Approval by Engineer: Date: Authorized by Owner: Date: Accepted for Contractor by: Date: Approved by Funding Agency(if applicable): Date: CHANGE ORDER No. DATE OF ISSUANCE EFFECTIVE DATE OWNER CONTRACTOR Contract: Project: OWNER's Contract No. ENGINEER ENGINEER's Contract No. You are directed to make the following changes in the Contract Documents: Description: Reason for Change Order: Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price Original Contract Times: Substantial Completion: $ Ready for final payment: (days or dates Net Increase(Decrease)from previous Change Net change from previous Change Orders No._to Orders No._to_: No. Substantial Completion: $ Ready for final payment: (days) Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial Completion: $ Ready for final payment: (days or dates Net increase(decrease) of this Change Order: Net increase(decrease) this Change Order: Substantial Completion: $ Ready for final payment: (days) Contract Price with all approved Change Orders: Contract Times with all approved Change Orders: Substantial Completion: $ Ready for final payment: (days or dates) Contractor certifies and agrees that there are no additional costs or claims for extra work,additional time,delays or omitted items,of any nature whatsoever,associated with the subject change order items,except as identified and set forth herein and unless expressly stated otherwise in the Change Order. And further,that the price agreed-upon herein represents the full cost and value for the subject work performed and the materials supplied under the terms of the contract and that the work quantities and value were properly determined and are correct. CONTRACTOR(Authorized Signature) Date RECOMMENDED BY: APPROVED BY: (ENGINEER- Signature) Date OWNER(Authorized Signature) Date EJCDC 1910-8-B (1996 Edition Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America and the Construction Specifications Institute. Page 1 of 2 \\NAS\Departments\Engineering\CIP Projects\CURBS\Curb Replacement 2021 -Garfield\Spec BookM-COB Change Order Form.doc CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating Change Orders to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed in the Agreement, any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order should be used. B. COMPLETING THE CHANGE ORDER FORM Engineer normally initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor, or requests from Owner, or both. Once Engineer has completed and signed the form, all copies should be sent to Owner or Contractor for approval, depending on whether the Change Order is a tine order to the Contractor or the formalization of a negotiated agreement for a previously performed change. After approval by one contracting party, all copies should be sent to the other party for approval. Engineer should make distribution of executed copies after approval by both parties. If a change only applies to price or to times, cross out the part of the tabulation that does not apply. Page 2 of 2 \\NAS\Departments\Engineering\CIP Projects\CURBS\Curb Replacement 2021 -Garfield\Spec Book\16-COB Change Order Form.doc Certificate of Substantial Completion Project: Owner: Owner's Contract No.: Contract: Engineer's Project No.: This [tentative] [definitive] Certificate of Substantial Completion applies to: ❑All Work under the Contract Documents: G The following specified portions of the Work: Date of Substantial Completion The Work to which this Certificate applies has been inspected by authorized representatives of Owner, Contractor, and Engineer, and found to be substantially complete. The Date of Substantial Completion of the Project or portion thereof designated above is hereby declared and is also the date of commencement of applicable warranties required by the Contract Documents,except as stated below. A [tentative] [definitive] list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. The responsibilities between Owner and Contractor for security, operation,safety, maintenance, heat,utilities,insurance and warranties shall be as provided in the Contract Documents except as amended as follows: ❑Amended Responsibilities ❑Not Amended Owner's Amended Responsibilities: Contractor's Amended Responsibilities: EJCDC C-625 Certificate of Substantial Completion Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications institute. Page 1 of 2 The following documents are attached to and made part of this Certificate: This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of Contractor's obligation to complete the Work in accordance with the Contract Documents. Executed by Engineer Date Accepted by Contractor Date Accepted by Owner Date EJCDC C-625 Certificate of Substantial Completion Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 2 of 2 CERTIFICATE OF COMPLETION AND ACCEPTANCE OWNER: PROJECT TITLE: DATE OF ACCEPTANCE: PROJECT NO.: PROJECT DESCRIPTION: PROJECT LOCATION: CONTRACTOR: ENGINEER: Substantial Completion Date: Two-year warranty expiration date: The Work performed under the Contract for the above Project has been inspected by a representative of the Owner, Contractor, City of Bozeman, and Engineer and has been found to substantially comply with the approved Contract Documents and is hereby declared complete. Acceptance by the Owner and City of Bozeman and recommendation thereto by the Engineer does not affect the "Contractor's Continuing Obligation" as described in Article 14.15 of the Standard General Conditions of the Construction Contract, or the Owner's contractual obligations. Maintenance Bond with City of Bozeman named as dual obligee is attached. ENGINEER'S RECOMMENDATION On the basis of observation of the Work during construction, final inspection and review of project testing, final application for payment and accompanying documents, the Engineer is satisfied and hereby certifies that the Work has been completed in accordance with the approved Contract Documents. This acceptance shall not relieve the Contractor of his obligations under the Contract Documents. By: Engineer Printed Name: P.E. # Date CONTRACTOR'S CONCURRENCE WITH ENGINEER'S RECOMMENDATION By: Contractor Printed Name: Title: Date: OWNER'S ACCEPTANCE AND GRANT OF POSSESSION On the basis of independent observations and inspections and the recommendations of the Engineer, the Owner accepts the Project as complete. This acceptance does not relieve the Contractor of continuing obligations as described above. The Contractor is reminded this Project is under warranty beginning and that bonds shall remain in effect for two years after the Date of Acceptance specified above. The Owner hereby grants possession of all public infrastructure improvements completed by this Project to the City of Bozeman and warrants against defects in these improvements for a period of two years from the Date of Acceptance specified above. By: Owner Printed Name: Title: Date: CITY OF BOZEMAN'S ACCEPTANCE The City of Bozeman hereby accepts possession of all public infrastructure improvements, subject to the above indicated warranty. This acceptance does not relieve the Owner or Contractor of his continuing obligations for this work as described above or otherwise required through Improvement Agreements, conditions of plat approval, or his other contractual commitments. City of Bozeman By: Title: Date: 2 Attachment A NONDISCRIMINATION AND EQUAL PAY AFFIRMATION 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 and acknowledges and understands the eventual contract will contain a provision prohibiting discrimination as described above and this prohibition on discrimination shall apply to the hiring and treatments or proposer's employees and to all subcontracts. In addition, �� ��� a -�Ccfa�S�tz��_ �111 �F(-name of entity submitting) hereby affirms it will abide by the Equal Pay Act of 1963 and Section 39-3-104, MCA (the Montana Equal Pay Act), and has visited the State of Montana Equal Pay for Equal Work "best practices" website, https://equalpay.mt.gov/BestPractices/Employers, or equivalent "best practices publication and has read the material. Name and title of person authorized to sign on behalf of submitter M N � ENS�O 2021 PEAR STREET MAIN REPAIR PROJECT _DI9.,NT L ,TT NLDI ®e C EA_ m-- CITY OF BOZEMAN MONTANA k JUNE 2021 i .j GENERAL NOTES LEGEND W Ei 1. ALL WORD(ON THIS PROJECT SHALL BE DONE N ACCORDANCE WITH THE MONTANA PUBLIC FORTIS - ---------- -- ------ EXISTING WATER WIN O .N...• STANTARD S•ETIFICAlONS,GTH EDITION.AND THE CITY OF DOII]WN MOGFICATONS TO THE MONrAA W � SPII2FICATIONS,IFTH EDITION,NCUJDFID A DENIDU 6,THESE PRAMS,AND THE INDEX T D EXISTING WATER SERVICE Z THE LOCATION OF OXISiNO UTILITIES SHOWN SHOULD BE CONSIDERED APPROXIMATE AND THE Q p I C°Afli SHEET Cl CDNTRAC7M SHALL TTELD VERIFY UTILITIES PRIOR TO CONSTRUCTION.THE coNntACTOR IS RESPONSIBLE FOR UTILITY LOCATES PRIOR 7O AND DURING COlSTM1CRON. 71E CONTRACTOR SHALL TA(E ALL IF.AS EXISTING TELEPHONE I!@ �7 •—�— _ PER STREET MAN REPAIR STA.0+90 TO 1+60 C2 NECESSARY TO PROTECT COSTING UTILITIES. ~ DETAILS SHEET 01 1 DOSTNG WATER LIES SHALL BE FIELD LOCATED PRIOR TO"MIENT OF NEW WATER LINES AUOIiEM OF H� LINES MAY RECAARE MODIFICATION AS PAT W THIS PROJECT BASED ON EXISTING OVERHEAD POWER 1883 (�� &Q \ L MANWN A MNIMUY OF I S FEET OF COVER OVER THE NEW WATER MUMS.WHERE MINIMUM COVER EXISTING WATER GATE VALVE W ^ CN1oT BE OBTAINED.PRIDE NSIAATON BOARD AS DETAILED ON THE PLATS S TYPE 1 PPE EFDONC SHWA BE USED FOR ALL NEW WATER MAILS UNLESS THE ENGINEER V CHAT. Ley AURORAS THE USE OF TYPE 2 BMNO F UNSTABLE COWTIO6 ARE ENCOLHTERM OR WHERE ExsnN0 FIRE HDDP.WT E'R FLOWAS E BACKFILL 6 CALLED FOR. B TRANSITIONS TD WATCH EX6LNG WAM14ES WY REOUTRE SPOOLS.COUPLINGS.OR OTHER FUTNGS EXtSho POWER POLE TO COMPLETE CONfECTON&EXISTING WATER UNI S VARY IN COMPOSITION AND MAY BE DTP..C.LP..OR I o OTHER MATERIALS.ALL JOINTS THAT ARE NOT SUBJECT TO THE PRESSURE TEST SHALL BE VISUALLY IL UNDER LINE PRESSURE BY CM OF BOZEMAN PERSONNEL PRIOR TD BAdO G IUH DOSTINO CONTOUR VICINITY MAP 7. WHERE COHDITM ARE ENCOUNTERED WHICH DEVATE FROM THOSE N IDPLANSDICAT ON THE PS OR N THE SAECFIGVOM THE CONIRACTOR SHALL NOTFY THE PROJEf,T ENGINEER OR i6 PROPOSED i�I{1ppAM t o DI RFPRESENRATNE PRIOR 7O W a ANY CHANCES IN THE WOW T I J4 jjj B THE CONTRACTOR IS RESPONSIBLE FOR ALL JOBWTE SAFETY FOR HIS WORMERS AND THE PUBLIC Y w GAMY' F- Gann Dr- A EMATE SANITATION FACILITIES SHALL BE PROVIDED BY THE CONTRACTOR FOR HIS PERSONNEL W PROPOSED WATER GATE VALVE 9.THE CONTRACTOR SHALL.PROTECT ADJACENT PUBLIC AID PRIVATE PROPERTY FROM DAMAGE DIARIG o• n D CONSTRUCTION AND SHALL REPAIR ANY DAMAGE AT HIS OWN EXPENSE.1 EXISTING THAT IS ABAHDOED IN PLACE PLACE SHALLBE CAPPED OR MUGGED WITH CONCRETE AT W/Va WITH VALVE BOX L ALL "- 11. THE CONTRACT SHALL AAX AD AT ALL VALVE BRAES MANHOLES TO FINAL GRADE IRON PROPOSED WATER MAN OR CDLPLETOH OF ALL COSTWMTION.ANY BOXES OR WHOLES DAMAGED OR OTHERWISE DISTURBED BY W THE CONTRACTOR OR ANY SUBCOHTRACM SHALL BE RERNIED AT THE EXPENSE OF THE CONTRACTOR It, XMIX 12. THE PENTE STREETS IS RESPONSIBLE FOR O 10 COAT DUST AND EROSION DURING CONSTRUCTION FG FINISH GRADE SPOT ELEVATION O AT f�EXPENSE M WATTS SHALL BE WATIIRED TO CONTROL DUST AWHENCCORDANCE ANCE IT BY T E A PRO ED ../ Bryant St. �W���1 WATER TNNION P�BE COHIADUID N ACCORDVHCE CORN THE APPROVED PROPOSED CONCRflE W 9re&D Dr o 10. THE CONTACTOR 94ALL WNTAN SERVICE OF AL EXISTING UTIMES. F STD SFAVICE IS ../ , DAMAGED.THE CONTRACTOR SHALL IMMEDIATELY REPAIR THE IIUNGE AT CONTRACTORS E]PE SE EXISTING GENERATOR S H--1 Bond St yS• ` 14. ALL PROFILES INPfff5DU EXSTND GROUND(DASHED LINE)AND FINISHED TOP OF CURB ALDW THE ALGNMINTS INDICATED ON PLANS. a 15. ACCESS FOR OTHER CONTRACTORS WORXNO ON THE SITE AND OEERGE NC!VEHICLES SWAM BE ` PRESERVED AT ALL TIMES IN ACCORDANCE WITH THE SPECIAL PROVISIONS THE PRDIECr MANII.u_ S ak PO Blg Gulch Dr 16.THE PROJECT IS SUBJECT TO PREVAILING WAGE REDUREIAENTS. W PROPOSED WORK o AREA C reh S � St. 6 °`�� Start W crack St. z 0 A sf e El 9 On St❑ ®�f Ar(• CIO II QE ❑❑❑� I El El F1 I El El 1:10❑ GAGA St ❑ i°ng St O ®e S ' N EL ridl ° 0 V01D St❑ ' sf � Davls St Be St a� t E2 E:010❑ C 1 or a GRIFFIN M MARKER DESCRIPTION NIELSEN No.63321PE 1� PROPOSED 18"x18'x10'MJ DI WYE-SCHEDULE 1 l�CENSE� 7 2❑ PROPOSED 18"x18"x10'MJ DI WYE-SCHEDULE 2 A 3❑ REPLACE 8'x4'CONCRETE ENTRANCE PAD,SEE SHEET D1 DETAIL 3-SCHEDULE 2 ffn om ®®en_ Scdr. 1'- 10 � ® PROPOSED 18"DI MJ SIDE ACTUATED GATE VALVE-VALVE TO BE PROVIDED BY CITY•SCHEDULE O 2.5 S to y7L hiT-�1 ,S� 5❑ PROPOSED 10"45'PE x MJ 01 BEND-SCHEDULE 2 00 r C: a�_ - © PROPOSED 8"x10"PE X MJ DI REDUCER-SCHEDULE 2 L L 70 EXISTING POWER POLE-COORDINATE WITH POWER COMPANY TO PROTECT DURING CONSTRUCTION r t 3 a y� r , ° r © EXISTING 18"x18"x12"DI TEE z EXISTING 12"MJ DI SIDE ACTUATED GATE VALVE c j 47 52 0Q 10 EXISTING 18"CAST IRON MAIN(VERIFY) EXISTING 10"CAST IRON MAIN(VERIFY) 12 EXISTING B"CAST IRON MAIN(VERIFY) EXISTING GENERATOR SD — —H 0+90 1+00 = — — — N CONSTRUCTION NOTES: „.. 1. CONTRACTOR TO PROTECT EXISTING STRUCTURE FOUNDATION.PROVIDED ADEQUATE SHORING AS NECESSARY. m 5 4 2. TRENCH BACKFILL SHALL BE FLOWABLE FILL. 10 2 2 2 3. THRUST BLOCKING AND MECHANICAL RESTRAINT REQUIRED ON ALL NEW FITTINGS UNLESS OTHERWISE DIRECTED. �Tr o p i 4. RESTRAIN ALL JOINTS IN ACCORDANCE WITH MANUFACTURE'S RECOMMENDATIONS. C) u 0 475 2.50 5. THE PROPOSED MAIN AND FITTINGS MUST BE ENCASED IN POLYETHYLENE WRAP. �a $ .=Q Ir•:y� Cl 5N I Vr, W v d g HORIZ. SCALE: I" = 10' d ~. 4754 VERT. SCALE: 1" = 2' • ~� 4754 PLOWABLE BACKFILL PLOWABLE BACKFILL STA 1+02-1+29 INSTALL 27 LF 18"CL51 D.I.P. STA 1+29-1+51 INSTALL 22 LF 18"CL51 D.I.P. SCHEDULE 2 SCHEOULE 3 [- U W — — — 4752 � 4752 w a ZPf,� w w r 0� um�i `Q rn w r r NNc �-; �� mH.- cam Jo rwm Swo win g��= F�v 'wu a �-+p w�o o _ 7- to ❑p F- F+j O e X X o n ;(W X w° O w c O Z a ~=C w y m �=a m== m=Q m=Q �_.� w=wr Z 4750 4750 wpm XU� XN� XN= _ �- ZN ;ago o [yam Z N N N N N N N O O.N w Q U ' U U 2 w j!A p d U U ISG Q i' O 4748 W a w Ek 4748 P; m H 4746 pW, 4746tj Its N 4745 N 4745 w o rn rn rn o � N M C7 CV N N N MEW No.2 u) C2 w 0+90 1+00 1+20 1+40 1+60 OF GRIFFIN M NIELSEN N..63321PE DAM Br..am REHAB ANCHOR SLOPE AT 1.0%±0.5%AWAY FROM STRUCTURE ClIDIC110110 BY.— APPROM Illy, MINIMUM OF 4000 PSI CONCRETE STD HOOKED —0 PILL A%:)tro,:, E%Ds P-() �'S ANCHCR.7.HILTI!i �5'1.11;EMBED!21- 7 112- CONCREM ANCHORS w B 7 1/2" -EXISTING CONCREETE..ALL 12-5 CONT W.0 FODTING B. W 2 DC,.. L- 18" > �­jciD I-ORM REDUCER NOTE COAT RODS WITH'KOPPEFW BITUMASTIC NO.50 COAMNO OR EQ(JA1_ 2 z MIN, THRUST MJ=DIMENSIONS I PSI -Aj b_I_c_Iw rB_I_C_I r r r r It r-r r Rm r r—Y r I L E� NOTE:P I.-above an—I.--ddg prts-it-In spum. DETAIL 3 — CONCRETE ENTRANCE PAD MATCH EXISTING THRUST BLOCIONG AND ANCHORS ARE REOUPIRED ON ALL 5*VALVES AND LARGER UNLESS SPECIFIED BY THE ENGINEER. NTS TEE TEE (Plugged) BEND 1103A-LUO OR APPROVED FORA_"IT RESTPAINTS MAY BE USED IN LIEU OF CONCRETE THRUST MOM. TMPST BLOCKS HOT RMUIRED ON TAPPING VALVES E� STANDARD DlhfENSIONS FOR THRUST BLOCKING CITY OF BOZEMAN SCALE: THRUST BLOCKING FOR NO. 02660-3 Im I&PLM semw 4emm#wta NONE WATER MAIN VALVES DEC 2003 mrhw v IMS STANDARD DRAWING sm A a A a A a A a It-10 , I 1-r 11-0' l=Jll V-r i ir jt�-r o,-e &I-Ir 'r-Al X-C* Al-e r-11 P-4- 2'-3" 1171 ir-e J'_v , 4=D. S-10" J'-0' 4'-3" r'-r' lIt-1111 EXISTING Ir f-v X-101 4-r 4`14-a" x-r jl_r r-71 ". , i MINIMUM 6" of 1 I I & 14' r-r X-1w I W-0. 4'-Tj- v-r X-4- x-S. I r'-a' SURFACE COURSE TO BASE REMAIN MINUS CRUSHED u AGGREG ti 1WE77VC DIMENSIONS FOR THRUST BLOCKING COURSEATE BASEO F"m mu mim 4eAW& Wd= A 8 A a A 9 A 9 4' MINIMUM TRENCH WIDTH HIGH DENSITY tam aft asm Aft aft Dim IBM as," I&n INSULATION BOARD P-4 20fim dam CLEM 1.01" Ilorn Ift lem Aft cLam .............. (STYROFOAM rr BRAND HIGH LOAD -11 ream 11ft 1.0m 1.2" Tbm Dim MOM of an" 60 OR APPROVED I I FLOWABLE mm J�mm &4m L#n mm l.ft aft j PROVIDE 2"aft EQUAL). PROVIDE 2" THICK TRENCH BACKFILL MINIMUM OR 12" am tsm I.*" lam t&n um um 1.0m aft OF SAND INSULATION BOARD VARI BLE Nomy, BEDDING OR F�/ F DEPTH OF MAXIMUM 1.NW MOM ARE ON f W PW&Al= LWW AU M7Ww VIH PM�MWD& 3/8- MINUS E-4 W&94W MOM COVER IS 6.5' TO TO UNDISTURBED sm pwmw kao WL SE4111M wy CRUSHED ........ ....................................................*.....* .."1", 6 ....I......­­............T..................... ................... ...... I ROCK 5'. AND 4- THICK AGGREGATE INSULATION BOARD m MONTANA PUBLIC WORKS THRUST BLOCKING TrANDAW DRAYM ABOVE AN BASE COURSE BELOW IF DEPTH OF STANDARD SPECIFICATIONS NONE FOR WATER MAIN FITTINGS NO,02880-1 co INSULATION VER IS LESS BOARD 6"MINIMUM THAN 5'. ------�I;T WATER MAIN . .'PE 1 PIPE T( BEDDING a DETAIL 4 PIPE INSULATION DETAIL DETAIL 5 TRENCH SURFACE RESTORATION NTS 3 OF 3