Loading...
HomeMy WebLinkAboutRFP - Snow Removal Services - Bozeman Facilities FY26 - FY30 (003)Page 1 of 14 REQUEST FOR PROPOSALS (RFP) SNOW REMOVAL SERVICES Bozeman City Facilities – FY26 – FY30 CITY OF BOZEMAN Bozeman, MT City of Bozeman PO Box 1230 Bozeman, MT 59771-1230 August 2025 NOTICE IS HEREBY given that the City of Bozeman (City is seeking proposals from firms to provide snow removal and management services for buildings managed by the City of Bozeman Facilities Department. Copies of the Request for Proposals are available on the City’s website. All proposals must be provided as a single, searchable PDF document file and be submitted digitally as an email attachment to the RFP Recipient email address below. Respondents are advised that Recipient’s email attachment size limit is 25MB and that only one PDF file will be allowed per response. The subject line of the transmittal email shall clearly identify the RFP title, company name and due date/time. File sizes greater than 25MB in size may be uploaded to bzncloud.bozeman.net upon special arrangement of the Recipient; however, it is the respondent’s sole responsibility to ensure the file upload is completed, and that the Recipient is separately notified via email of same, prior to the given deadline. Deliver RFPs via email to the City Clerk by Thursday, September 11, 2025 at 2:00PM MST. It is the sole responsibility of the proposing party to ensure that proposals are received prior to the closing time as late submittals will not be accepted and will be returned unopened. The email address for submission is: procurement@bozeman.net NON-DISCRIMINATION AND EQUAL PAY The City of Bozeman is an Equal Opportunity Employer. Discrimination in the performance of any agreement awarded under this RFP on the basis of race, color, religion, creed, sex, age, marital status, national origin, or actual or perceived sexual orientation, gender identity or disability is prohibited. This prohibition shall apply to the hiring and treatment of the awarded entity’s employees and to all subcontracts. As such, each entity submitting under this notice shall include a provision wherein the submitting entity, or entities, affirms in writing 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 which also recognizes the eventual contract will contain a provision prohibiting discrimination as described above and that this prohibition on discrimination shall apply to the hiring and treatment of the submitting entity’s employees and to all subcontracts. In addition, pursuant to City Commission Resolution 5169, the entity awarded a contract under this RFP and any subcontractors must abide by the Equal Pay Act of 1963 and Section 39-3-104, MCA (the Montana Equal Pay Act), and affirm it will abide by the above and that it has visited the State of Montana Equal Pay for Equal Work “best practices” website, or equivalent “best practices publication and has read the material. Any administrative questions regarding proposal procedures should be directed to: Mike Maas, City Clerk (406 582-2321, procurement@bozeman.net. Questions relating to the RFP should be directed to: Max Ziegler, Facilities Assistant Superintendent (406 582-2439, wziegler@bozeman.net DATED at Bozeman, Montana, this Saturday, July 26. Mike Maas City Clerk City of Bozeman For publication on: Saturday, August 9, 2025 Saturday, August 30, 2025 I.INTRODUCTION The City of Bozeman (Owner), is seeking proposals from firms to provide snow removal and management services for buildings managed by the City of Bozeman Facilities Department. The Owner intends to enter into a contract with the selected firm that will include plowing and removing snow from parking lots and sidewalks at City Facilities, application of sand and ice melt, and onsite or offsite hauling and storage of accumulated snow and ice. This RFP shall not commit the Owner to enter into an agreement, to pay any expenses incurred in preparation of any response to this request, or to procure or contract for any supplies, goods or services. The Owner reserves the right to accept or reject all responses received as a result of this RFP if it is in the Owner’s best interest to do so. This procurement is governed by the laws of the State of Montana and venue for all legal proceedings shall be in the 18th Judicial District Court, Gallatin County. By offering to perform services under this RFP, all Submitters agree to be bound by the laws of the State of Montana and of the Owner, including, but not limited to, applicable wage rates, payments, gross receipts taxes, building codes, equal opportunity employment practices, safety, non-discrimination, etc. II.PROJECT BACKGROUND AND DESCRIPTION The City of Bozeman Facilities Department manages public facilities owned by the City of Bozeman. To provide a high level of service and ensure safe access to facilities for the public and City staff, the Facilities Department contracts third party contractors to provide overnight snow removal and management. Snow removal contractors hired by the City of Bozeman Facilities Department are responsible for overnight plowing and shoveling of parking lots and sidewalks, as well as applying sand and ice melt as needed. If snow conditions require it, the contractor may be requested to haul snow to on site or off site storage locations. Contractors are to provide all equipment, materials, and staffing necessary to maintain the performance standardas of this scope of services. To facilitate the bidding and distribute workload, this RFP breaks our portfolio of buildings into three groups. Group 1: -Bozeman Public Library – 626 E Main St. -Bozeman Senior Center – 807 N Tracy Ave. -Bozeman Public Safety Center – 901 N Rouse Ave Group 2: -Bozeman City Hall – 121 N Rouse Ave -Alfred Stiff Professional Building – 20 E Olive St Group 3: -Bozeman Fire Station 2 (New) – 575 W Kagy Blvd. -Bozeman Fire Station 2 (Old) – 410 N Rouse Ave -Bozeman Fire Station 3 – 1705 Vaquero Pkwy Contrators responding to this RFP shall submit proposals for all buildings within a group, and may submit proposals for any or all groups. These groups will not be further subdivided. III.SCOPE OF SERVICES Snow removal services are to be provided for all areas identified in the Snow Removal Plan maps included in Attachments A, B, and C. The general conditions for snow removal services under this contract are as follows: 1.General Conditions: a.Billing will be on an itemized basis for each service and each site independently. If more than one site is part of the contract each site will be invoiced separately. b.Snow removal for parking lots shall occur when snow accumulation is one (1) inch or greater and ½ inch for the sidewalks. c.Snow removal from all sidewalks shall be completed prior to 8 a.m., or within four hours after any snow or ice deposit. Snow will be disposed of in Snow Removal Storage Areas noted on Snow Removal Plan maps. d.If weather conditions warrant, aggregate may need to be applied to lots or sidewalks. Ice melt containing high concentrations of salt will be avoided, in order to protect landscaping and reduce saline run-off into adjacent waterways or storm sewers. e.Contractor shall maintain clear access to Fire Hydrants located within the work area as shown on Snow Removal Plan Maps f.Contractor shall keep storm drain inlets clear within parking lots to maintain drainage for snowmelt. Contractor is not responsible for stormwater inlets on public street frontages or in landscaped areas. g.The City may request the Contractor dispose of accumulated snow off-site if on- site storage reaches capacity. Identification of an off-site snow storage area will be the responsibility of the Contractor. The City does not have any designated snow storage areas. h.At the end of the snow season, the Contractor will be responsible for repairing any damaged irrigation heads and other irrigation components. The Contractor will also be responsible for the replacement and pinning of any curb stops disturbed during the snow removal process for that season and any other damage that occurs to City property or to the property of third parties. In the event curb stops are disturbed that create an immediate safety hazard that cannot wait until the end of season, they will be replaced and pin at the time in a timely manner following notification from City representative. i.Contractor may invoice the City on a monthly basis for services rendered. The invoice will list the dates of service, the type of service provided, for each city facility or parking lot. 2.Hours During Which Work is to be Performed: The work under this Agreement is to be performed during non-business hours. The hours will be established by the Contractor and conveyed to the City’s Representative. Hours will reflect the limitation of work hours established by Chapter 16, Article 6, Bozeman Municipal Code. Where possible, consideration will be given for adjoining property owners so as not to disrupt their activities. Specific hours will be agreed to prior to the commencement of services and any deviation from this schedule will be approved by the City’s Representative. 3.Emergency Call Out: In the event of an emergency, the Contractor will be notified by the City’s Representative and may be requested to provide immediate service. For emergency services, payment shall be performed at a cost not greater than one and one-half times the standard hourly rate. 4.Changes in Square Footages of Buildings Served: Any changes in square footages in any of the buildings served under this Agreement shall be forwarded by the City to the Contractor at least thirty days prior to any change in services to be provided. The addition or deletion of square footages shall be accommodated by adjusting the cost per facility on a cost-per- square-foot basis, per the amounts bid for each building. 5.Inspection and Complaints: a.Any complaints received by the Contractor regarding the Contractor’s performance under this Agreement shall be directed by the Contractor to the City’s Representative shall be in writing, and shall state the nature of the complaint and, if possible, the complainant’s contact information. b.Services found by the City to be incomplete, defective or not accomplished as scheduled will be reported in writing to the Contractor for appropriate corrective action. c.In addition, if the City’s Representative determines the Contractor’s performance constitutes a hazard or creates an unsafe condition, the City’s Representative shall inform the Contractor and the Contractor shall take immediate corrective action at no additional expense to the City to correct the hazardous or unsafe condition. If authorized by the City’s Representative, the Contractor may take corrective action during the next work period. For subsections a – c, above, the City’s Representative shall forward a written report describing the corrective action to the Contractor for his/her record and response. Within ten (10) days of receiving the report the Contractor shall provide the City’s Representative with a written and signed response. The City shall retain the right to determine whether an adequate level of service and workmanship is being maintained. Repetitive nonconformity in any one area or consistent overall nonconformance to workmanship and standards may result in termination of the contract and/or other action as deemed necessary by the City. 6.Maintenance of Equipment. All Contractor supplies, equipment, and machines shall be kept out of traffic lanes, (except when moving material), or other areas where they might pose a hazard and shall be secured or removed from the premises at the end of each work period. 7.Maintaining of Contractor’s Log. The Contractor shall maintain a daily log for each facility, for each day of service showing the following information: a.Names of authorized Contractor's employees conducting the work; b.Time of entry and departure; and c.Note any safety or security problems that arise. The Contractor’s daily log shall be provided to the City on request. 8.Owner Inspections. The City may conduct inspections of services provided under this Agreement. The City may prepare a check-off sheet to record all work accomplished by the Contractor. 9.Equipment. The Contractor shall furnish all supplies and equipment necessary for accomplishment of all work as specified and all equipment shall be kept out of traffic lanes, (except when moving material), or other areas where they might pose a hazard and shall be secured or removed from the premises at the end of each work period. IV.PROPOSAL REQUIREMENTS Firms interested in providing the services described above are requested to submit the following information. Responses to each item should appear in the same order as in this RFP and should identify the item to which the responses applies. Please limit proposals to 20 pages or less. •Executive Summary •Firm/Individual Profile •Staffing and Equipment •Present and Projected Workloads •Recent and Current Work for the City of Bozeman •References •Price Proposal a)Executive Summary Provide a one (1) page executive summary of your firms proposal. b)Firm / Individual Profile Provide a brief overview of your company and its capacities. c)Staffing and Equipment Levels List your projected winter staffing levels and owned or leased equipment available for deployment under this contract. d)Present and Projected Workloads Provide metrics of your current and projected workloads, and available capacity to take on the buildings being proposed for. e)Recent Work for the City of Bozeman Detail any current or past work provided to the City of Bozeman. f)References Provide three (3) references from current or past clients. g)Price Proposal Provide a price proposal for each building in a group of buildings you wish to take on. Please follow the price proposal format in Attachments A, B, and C. h)Affirmation of Nondiscrimination (see Appendix A) Non-completion of the Affirmation of Nondiscrimination is cause for disqualification of firms. V.TIMELINES, DELIVERY DEADLINE, AND INSTRUCTIONS EVENT DATE/TIME Publication dates of RFP Saturday, August 9, 2025 Saturday, August 30, 2025 Deadline for receipt of proposals Thursday, September 11, 2025 Evaluation of proposals Friday, September 26, 2025 Interviews (if necessary) and Selection of contractors TBD With the exception of the advertising dates and advertised due date, the City reserves the right to modify the above timeline. Deliver RFPs via email to the City Clerk (procurement@bozeman.net) by Thursday, September 11, 2025 at 2:00PM MST. It is the sole responsibility of the proposing party to ensure that proposals are received prior to the closing time as late submittals will not be accepted and will be returned unopened. All proposals must be provided as a single, searchable PDF document file and be submitted digitally as an email attachment to the RFP Recipient email address agenda@bozeman.net. Respondents are advised that Recipient’s email attachment size limit is 25MB and that only one PDF file will be allowed per response. The subject line of the transmittal email shall clearly identify the RFP title, company name and due date/time. File sizes greater than 25MB in size may be uploaded to bzncloud.bozeman.net upon special arrangement of the Recipient; however, it is the respondent’s sole responsibility to ensure the file upload is completed, and that the Recipient is separately notified via email of same, prior to the given deadline. VI. AMENDMENTS TO SOLICITATION Any interpretation or correction of this request will be published on the City’s webpage. The deadline for questions related to this document is 12:00 PM MST on Monday, August 25, 2025. VII. CONTACT INFORMATION Any administrative questions regarding proposal procedures should be directed to: Mike Maas, City Clerk, (406 582-2321, procurement@bozeman.net Questions relating to scope of services should be directed to: Max Ziegler, Facilities Assistant Superintendent, (406 582-2439, wziegler@bozeman.net VIII. SELECTION PROCEDURE A review committee will evaluate all responses to the RFP that meet the submittal requirements and deadline. Submittals that do not meet the requirement or deadline will not be considered. The review committee will rank the proposals and may arrange interviews with the finalist(s) prior to selection. Selection may be made directly based on the written RFP submission. If interviews occur, the selection of finalists to be interviewed will be made by a selection committee representing the City of Bozeman. The selection of interview candidates will be based on an evaluation of the written responses to the RFPs. All submitted proposals must be complete and contain the information required as stated in the "Request for Proposals.” IX.SELECTION CRITERIA Proposals will be evaluated based on the following criteria: •[5 points]Executive Summary •[5 points]Firm Profile •[15 points]Staffing and Equipment Levels •[10 points]Present and Projected Workloads •[10 points]Recent Work for the City of Bozeman •[5 points]References •[50 points]Price Proposal X.FORM OF AGREEMENT The Contractor will be required to enter into a contract with the City in substantially the same form as the professional services agreement attached as Attachment B. XI.CITY RESERVATION OF RIGHTS / LIABILITY WAIVER All proposals submitted in response to this RFP become the property of the City and public records and, as such, may be subject to public review. A SUBMISSION IN RESPONSE TO THIS REQUEST FOR QUALIFICATIONS CONFERS NO RIGHTS UPON ANY RESPONDENTS AND SHALL NOT OBLIGATE THE CITY IN ANY MANNER WHATSOEVER. THE CITY RESERVES THE RIGHT TO MAKE NO AWARD AND TO SOLICIT ADDITIONAL REQUEST FOR QUALIFICATIONS AT A LATER DATE. A.This RFP may be canceled or any or all responses may be rejected in whole or in part, as specified herein, when it is in the best interests of the City. If the City cancels or revises this RFP, all Respondents who submitted will be notified using email. B.The City reserves the right to accept or reject any and all proposals; to add or delete items and/or quantities; to amend the RFP; to waive any minor irregularities, informalities, or failure to conform to the RFP; to extend the deadline for submitting proposals; to postpone award for up to 60 days; to award one or more contracts, by item or task, or groups of items or tasks, if so provided in the RFP and if multiple awards or phases are determined by the City to be in the public interest. C.The City of Bozeman reserves the right to reject the proposal of any person/firm who previously failed to perform properly to the satisfaction of the City of Bozeman, or complete on time agreements of similar nature, or to reject the proposal of any person/firm who is not in a position to perform such an agreement satisfactorily as determined by the City of Bozeman. D.The City of Bozeman reserves the right to determine the best qualified Contractor and negotiate a final scope of service and cost, negotiate a contract with another Contractor if an agreement cannot be reached with the first selected Contractor, or reject all proposals. E.The professional services contract between the City of Bozeman and the successful Contractor will incorporate the Contractor's scope of service and work schedule as part of the agreement (see Appendix B for form of professional services agreement. The professional services agreement presented to the Contractor may differ from this form as appropriate for the scope of services). F.This RFP does not commit the City to award a contract. The City assumes no liability or responsibility for costs incurred by firms in responding to this request for proposals or request for interviews, additional data, or other information with respect to the selection process, prior to the issuance of an agreement, contract or purchase order. The Contractor, by submitting a response to this RFP, waives all right to protest or seek any legal remedies whatsoever regarding any aspect of this RFP. G.The City reserves the right to cancel, in part or in its entirety, this RFP including, but not limited to: selection procedures, submittal date, and submittal requirements. If the City cancels or revises this RFP, all Contractors who submitted proposals will be notified using email. H.Projects under any contract are subject to the availability of funds. XII.NONDISCRIMINATION AND EQUAL PAY POLICY The City of Bozeman requires each entity submitting under this notice shall affirm, on a separate form provided, that 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, sexual preference, gender identity, or disability in fulfillment of a contract entered into for the services identified herein and that this prohibition on discrimination shall apply to the hiring and treatment of the submitting entity’s employees and to all subcontracts it enters into in the fulfillment of the services identified herein. Failure to comply with this requirement shall be cause for the submittal to be deemed nonresponsive. The City also requires each entity submitting under this notice shall affirm 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. XIII.MISCELLANEOUS A.No Oral Agreements. No conversations or oral agreements with any officer, employee, or agent of the City shall affect or modify any term of this solicitation. Oral communications or any written/email communication between any person and City officer, employee or agent shall not be considered binding. B.No Partnership/Business Organization. Nothing in this solicitation or in any subsequent agreement, or any other contract entered into as a result of this solicitation, shall constitute, create, give rise to or otherwise be recognized as a partnership or formal business organization of any kind between or among the respondent and the City. C.Employment Restriction and Indemnity. No person who is an owner, officer, employee, contractor, or consultant of a respondent shall be an officer or employee of the City. No rights of the City’s retirement or personnel rules accrue to a respondent, its officers, employees, contractors, or consultants. Respondents shall have the responsibility of all salaries, wages, bonuses, retirement, withholdings, worker’s compensation and occupational disease compensation, insurance, unemployment compensation other benefits and taxes and premiums appurtenant thereto concerning its officers, employees, contractors, and consultants. Each Respondent shall save and hold the City harmless with respect to any and all claims for payment, compensation, salary, wages, bonuses, retirement, withholdings, worker’s compensation and occupational disease compensation, insurance, unemployment compensation other benefits and taxes and premiums in any way related to each respondent’s officers, employees, contractors and consultants. D.Accessibility. Upon reasonable notice, the City will provide assistance for those persons with sensory impairments. For further information please contact the ADA Coordinator Mike Gray at 406-582-3232 or the City’s TTY line at 406-582-2301. E.Procurement. When discrepancies occur between words and figures in this solicitation, the words shall govern. No responsibility shall attach to a City employee for the premature opening of an RFP not properly addressed and identified in accordance with these documents. F.Governing Law. This solicitation and any disputes arising hereunder or under any future agreement shall be governed and construed and enforced in accordance with the laws of the State of Montana, without reference to principles of choice or conflicts of laws. XIV.ATTACHMENTS The following exhibits are incorporated in this RFP: Appendix A: Non-Discrimination Affirmation Appendix B: Form of Professional Services Agreement Attachment A: Building Group 1 Scope of Services and Maps Attachment B: Building Group 2 Scope of Services and Maps Attachment C: Building Group 3 Scope of Services and Maps Attachment D: Montana Prevailing Wage Rates for Non-Construction Services END OF RFP Appendix A NONDISCRIMINATION AND EQUAL PAY AFFIRMATION ____________________________________(name of entity submitting) hereby affirms it will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability 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, ____________________________________(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 APPENDIX B Professional Services Agreement for Snow Removal Services City of Bozeman Facilities – FY26 – FY30 Page 1 of 11 PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into this _____ day of ____________, 202__ (“Effective Date”), by and between the CITY OF BOZEMAN, MONTANA, a self-governing municipal corporation organized and existing under its Charter and the laws of the State of Montana, 121 North Rouse Street, Bozeman, Montana, with a mailing address of PO Box 1230, Bozeman, MT 59771, hereinafter referred to as “City,” and, ____________, _______________, hereinafter referred to as “Contractor.” The City and Contractor may be referred to individually as “Party” and collectively as “Parties.” In consideration of the mutual covenants and agreements herein contained, the receipt and sufficiency whereof being hereby acknowledged, the parties hereto agree as follows: 1.Purpose: City agrees to enter this Agreement with Contractor to perform for City services described in the Scope of Services attached hereto as Exhibit A and by this reference made a part hereof. 2.Term/Effective Date: This Agreement is effective upon the Effective Date and will expire on the 30th day of June, 2030, unless earlier terminated in accordance with this Agreement. 3.Scope of Services: Contractor will perform the work and provide the services in accordance with the requirements of the Scope of Services. For conflicts between this Agreement and the Scope of Services, unless specifically provided otherwise, the Agreement governs. 4.Payment: City agrees to pay Contractor the amount specified in the Scope of Services. Any alteration or deviation from the described services that involves additional costs above the Agreement amount will be performed by Contractor after written request by the City, and will become an additional charge over and above the amount listed in the Scope of Services. The City must agree in writing upon any additional charges. 5.Contractor’s Representations: To induce City to enter into this Agreement, Contractor makes the following representations: a.Contractor has familiarized itself with the nature and extent of this Agreement, the Professional Services Agreement for Snow Removal Services City of Bozeman Facilities – FY26 – FY30 Page 2 of 11 Scope of Services, 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 Scope of Services. b. Contractor represents and warrants to City that it has the experience and ability to perform the services required by this Agreement; that it will perform the services in a professional, competent and timely manner and with diligence and skill; that it has the power to enter into and perform this Agreement and grant the rights granted in it; and that its performance of this Agreement shall not infringe upon or violate the rights of any third party, whether rights of copyright, trademark, privacy, publicity, libel, slander or any other rights of any nature whatsoever, or violate any federal, state and municipal laws. The City will not determine or exercise control as to general procedures or formats necessary to have these services meet this warranty. 6. Independent Contractor Status/Labor Relations: The parties agree that Contractor is an independent contractor for purposes of this Agreement and is not to be considered an employee of the City for any purpose. Contractor is not subject to the terms and provisions of the City’s personnel policies handbook and may not be considered a City employee for workers’ compensation or any other purpose. Contractor is not authorized to represent the City or otherwise bind the City in any dealings between Contractor and any third parties. Contractor shall comply with the applicable requirements of the Workers’ Compensation Act, Title 39, Chapter 71, Montana Code Annotated (MCA), and the Occupational Disease Act of Montana, Title 39, Chapter 71, MCA. Contractor shall maintain workers’ compensation coverage for all members and employees of Contractor’s business, except for those members who are exempted by law. Contractor shall furnish the City with copies showing one of the following: (1) a binder for workers’ compensation coverage by an insurer licensed and authorized to provide workers’ compensation insurance in the State of Montana; or (2) proof of exemption from workers’ compensation granted by law for independent contractors. Contractor shall post a legible statement of all wages and fringe benefits to be paid to the Contractor’s employees and the frequency of such payments (i.e., hourly wage employees shall be paid weekly). Such posting shall be made in a prominent and accessible location at the Contractor’s normal place of business and shall be made no later than the first day of services provided under this Agreement. Such posting shall be removed only upon expiration or termination of this Agreement. In performing the services under this Agreement, Contractor shall give preference to the employment of bona fide residents of Montana, as required by §18-2-403, MCA, as such term is Professional Services Agreement for Snow Removal Services City of Bozeman Facilities – FY26 – FY30 Page 3 of 11 defined by §18-2-401(1), MCA. When making assignments of work, Contractor shall use workers both skilled in their trade and specialized in their field of work for all work to which they are assigned. Pursuant to §§18-2-403 and 18-2-422, MCA, Contractor shall pay wages, fringe benefits, and expenses, including travel allowances as set forth in the current Montana Prevailing Wage Rate for Non Construction Services in effect and applicable to Gallatin County, Montana, which schedule is incorporated herein. Contractor shall pay all hourly wage employees on a weekly basis. Violation of the requirements set forth in the above State of Montana schedule of prevailing wage rates may subject the Contractor to the penalties set forth in §18-2-407, MCA. Contractor shall maintain payroll records during the term of this Agreement and for a period of three (3) years following termination of this Agreement. The Contractor shall ensure that any person, firm or entity performing any portion of the services under this Agreement for which the contractor, subcontractor or employer is responsible, is paid the applicable standard prevailing rate of wages. In the event that, during the term of this Agreement, any labor problems or disputes of any type arise or materialize which in turn cause any services to cease for any period of time, Contractor specifically agrees to take immediate steps, at its own expense and without expectation of reimbursement from City, to alleviate or resolve all such labor problems or disputes. The specific steps Contractor shall take shall be left to the discretion of Contractor; provided, however, that Contractor shall bear all costs of any related legal action. Contractor shall provide immediate relief to the City so as to permit the services to continue at no additional cost to City. Contractor shall indemnify, defend, and hold the City harmless from any and all claims, demands, costs, expenses, damages, and liabilities arising out of, resulting from, or occurring in connection with any labor problems or disputes or any delays or stoppages of work associated with such problems or disputes and for any claims regarding underpaid prevailing wages. 7.Indemnity/Waiver of Claims/Insurance: For other than professional services rendered, to the fullest extent permitted by law, Contractor agrees to release, defend, indemnify, and hold harmless the City, its agents, representatives, employees, and officers (collectively referred to for purposes of this Section as the City) from and against any and all claims, demands, actions, fees and costs (including attorney’s fees and the costs and fees of expert witness and consultants), losses, expenses, liabilities (including liability where activity is inherently or intrinsically dangerous) or damages of whatever kind or nature connected therewith and without limit and without regard to the cause or causes thereof or the negligence of any party or parties that may be asserted against, recovered from or suffered by the City occasioned by, growing or arising out of or resulting from or Professional Services Agreement for Snow Removal Services City of Bozeman Facilities – FY26 – FY30 Page 4 of 11 in any way related to: (i) the negligent, reckless, or intentional misconduct of the Contractor; or (ii) any negligent, reckless, or intentional misconduct of any of the Contractor’s agents. For the professional services rendered, to the fullest extent permitted by law, Contractor agrees to indemnify and hold the City harmless against claims, demands, suits, damages, losses, and expenses, including reasonable defense attorney fees, to the extent caused by the negligence or intentional misconduct of the Contractor or Contractor’s agents or employees. Such obligations shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist. The indemnification obligations of this Section must not be construed to negate, abridge, or reduce any common-law or statutory rights of the City as indemnitee(s) which would otherwise exist as to such indemnitee(s). Contractor’s indemnity under this Section shall be without regard to and without any right to contribution from any insurance maintained by City. Should the City be required to bring an action against the Contractor to assert its right to defense or indemnification under this Agreement or under the Contractor’s applicable insurance policies required below, the City shall be entitled to recover reasonable costs and attorney fees incurred in asserting its right to indemnification or defense but only if a court of competent jurisdiction determines the Contractor was obligated to defend the claim(s) or was obligated to indemnify the City for a claim(s) or any portion(s) thereof. In the event of an action filed against the City resulting from the City’s performance under this Agreement, the City may elect to represent itself and incur all costs and expenses of suit. Contractor also waives any and all claims and recourse against the City, including the right of contribution for loss or damage to person or property arising from, growing out of, or in any way connected with or incident to the performance of this Agreement except “responsibility for [City’s] own fraud, for willful injury to the person or property of another, or for violation of law, whether willful or negligent” as per 28-2-702, MCA. These obligations shall survive termination of this Agreement and the services performed hereunder. In addition to and independent from the above, Contractor shall at Contractor’s expense secure insurance coverage through an insurance company or companies duly licensed and authorized to conduct insurance business in Montana which insures the liabilities and obligations specifically Professional Services Agreement for Snow Removal Services City of Bozeman Facilities – FY26 – FY30 Page 5 of 11 assumed by the Contractor in this Section. The insurance coverage shall not contain any exclusion for liabilities specifically assumed by the Contractor in this Section. The insurance shall cover and apply to all claims, demands, suits, damages, losses, and expenses that may be asserted or claimed against, recovered from, or suffered by the City without limit and without regard to the cause therefore and which is acceptable to the City. Contractor shall furnish to the City an accompanying certificate of insurance and accompanying endorsements in amounts not less than as follows: • Workers’ Compensation – statutory; • Employers’ Liability - $1,000,000 per occurrence; $2,000,000 annual aggregate; • Commercial General Liability - $1,000,000 per occurrence; $2,000,000 annual aggregate; • Automobile Liability - $1,000,000 property damage/bodily injury per accident; and • Professional Liability - $1,000,000 per claim; $2,000,000 annual aggregate. The above amounts shall be exclusive of defense costs. The City shall be endorsed as an additional or named insured on a primary non-contributory basis on the Commercial General, Employer’s Liability, and Automobile Liability policies. The insurance and required endorsements must be in a form suitable to City and shall include no less than a thirty (30) day notice of cancellation or non-renewal. Contractor shall notify City within two (2) business days of Contractor’s receipt of notice that any required insurance coverage will be terminated or Contractor’s decision to terminate any required insurance coverage for any reason. The City must approve all insurance coverage and endorsements prior to the Contractor commencing work. 8. Termination for Contractor’s Fault: a. If Contractor refuses or fails to timely do the work, or any part thereof, or fails to perform any of its obligations under this Agreement, or otherwise breaches any terms or conditions of this Agreement, the City may, by written notice, terminate this Agreement and the Contractor’s right to proceed with all or any part of the work (“Termination Notice Due to Contractor’s Fault”). The City may then take over the work and complete it, either with its own resources or by re-letting the contract to any other third party. b. In the event of a termination pursuant to this Section 8, Contractor shall be entitled to payment only for those services Contractor actually rendered. Professional Services Agreement for Snow Removal Services City of Bozeman Facilities – FY26 – FY30 Page 6 of 11 c. Any termination provided for by this Section 8 shall be in addition to any other remedies to which the City may be entitled under the law or at equity. d. In the event of termination under this Section 8, Contractor shall, under no circumstances, be entitled to claim or recover consequential, special, punitive, lost business opportunity, lost productivity, field office overhead, general conditions costs, or lost profits damages of any nature arising, or claimed to have arisen, as a result of the termination. 9. Termination for City’s Convenience: a. Should conditions arise which, in the sole opinion and discretion of the City, make it advisable to the City to cease performance under this Agreement, the City may terminate this Agreement by written notice to Contractor (“Notice of Termination for City’s Convenience”). The termination shall be effective in the manner specified in the Notice of Termination for City’s Convenience and shall be without prejudice to any claims that the City may otherwise have against Contractor. b. Upon receipt of the Notice of Termination for City’s Convenience, unless otherwise directed in the Notice, the Contractor shall immediately cease performance under this Agreement and make every reasonable effort to refrain from continuing work, incurring additional expenses or costs under this Agreement and shall immediately cancel all existing orders or contracts upon terms satisfactory to the City. Contractor shall do only such work as may be necessary to preserve, protect, and maintain work already completed or immediately in progress. c. In the event of a termination pursuant to this Section 9, Contractor is entitled to payment only for those services Contractor actually rendered on or before the receipt of the Notice of Termination for City’s Convenience. d. The compensation described in Section 9(c) is the sole compensation due to Contractor for its performance of this Agreement. Contractor shall, under no circumstances, be entitled to claim or recover consequential, special, punitive, lost business opportunity, lost productivity, field office overhead, general conditions costs, or lost profits damages of any nature arising, or claimed to have arisen, as a result of the termination. Professional Services Agreement for Snow Removal Services City of Bozeman Facilities – FY26 – FY30 Page 7 of 11 10.Limitation on Contractor’s Damages; Time for Asserting Claim: a.In the event of a claim for damages by Contractor under this Agreement, Contractor’s damages shall be limited to contract damages and Contractor hereby expressly waives any right to claim or recover consequential, special, punitive, lost business opportunity, lost productivity, field office overhead, general conditions costs, or lost profits damages of any nature or kind. b.In the event Contractor wants to assert a claim for damages of any kind or nature, Contractor shall provide City with written notice of its claim, the facts and circumstances surrounding and giving rise to the claim, and the total amount of damages sought by the claim, within thirty (30) days of the facts and circumstances giving rise to the claim. In the event Contractor fails to provide such notice, Contractor shall waive all rights to assert such claim. 11.Representatives and Notices: a.City’s Representative: The City’s Representative for the purpose of this Agreement shall be Max Ziegler, Facilities Assistant Superintendent, or such other individual as City shall designate in writing. Whenever approval or authorization from or communication or submission to City is required by this Agreement, such communication or submission shall be directed to the City’s Representative and approvals or authorizations shall be issued only by such Representative; provided, however, that in exigent circumstances when City’s Representative is not available, Contractor may direct its communication or submission to other designated City personnel or agents as designated by the City in writing and may receive approvals or authorization from such persons. b.Contractor’s Representative: The Contractor’s Representative for the purpose of this Agreement shall be _____________________ or such other individual as Contractor shall designate in writing. Whenever direction to or communication with Contractor is required by this Agreement, such direction or communication shall be directed to Contractor’s Representative; provided, however, that in exigent circumstances when Contractor’s Representative is not available, City may direct its direction or communication to other designated Contractor personnel or agents. c. Notices: All notices required by this Agreement shall be in writing and shall be provided to the Representatives named in this Section. Notices shall be deemed given when delivered, if delivered by courier to Party’s address shown above during normal business Professional Services Agreement for Snow Removal Services City of Bozeman Facilities – FY26 – FY30 Page 8 of 11 hours of the recipient; or when sent, if sent by email or fax (with a successful transmission report) to the email address or fax number provided by the Party’s Representative; or on the fifth business day following mailing, if mailed by ordinary mail to the address shown above, postage prepaid. 12. Permits: Contractor shall provide all notices, comply with all applicable laws, ordinances, rules, and regulations, obtain all necessary permits, licenses, including a City of Bozeman business license, and inspections from applicable governmental authorities, and pay all fees and charges in connection therewith. 13. Laws and Regulations: Contractor shall comply fully with all applicable state and federal laws, regulations, and municipal ordinances including, but not limited to, all workers’ compensation laws, all environmental laws including, but not limited to, the generation and disposal of hazardous waste, the Occupational Safety and Health Act (OSHA), the safety rules, codes, and provisions of the Montana Safety Act in Title 50, Chapter 71, MCA, all applicable City, County, and State building and electrical codes, the Americans with Disabilities Act, and all non-discrimination, affirmative action, and utilization of minority and small business statutes and regulations. 15. Nondiscrimination and Equal Pay: The Contractor agrees that all hiring by Contractor of persons performing this Agreement shall be on the basis of merit and qualifications. The Contractor will have a policy to provide equal employment opportunity in accordance with all applicable state and federal anti-discrimination laws, regulations, and contracts. The Contractor will not refuse employment to a person, bar a person from employment, or discriminate against a person in compensation or in a term, condition, or privilege of employment because of race, color, religion, creed, political ideas, sex, age, marital status, national origin, actual or perceived sexual orientation, gender identity, physical or mental disability, except when the reasonable demands of the position require an age, physical or mental disability, marital status or sex distinction. The Contractor shall be subject to and comply with Title VI of the Civil Rights Act of 1964; Section 140, Title 2, United States Code, and all regulations promulgated thereunder. Contractor represents it is, and for the term of this Agreement will be, in compliance with the requirements of the Equal Pay Act of 1963 and Section 39-3-104, MCA (the Montana Equal Pay Act). Contractor must report to the City any violations of the Montana Equal Pay Act that Contractor has been found guilty of within 60 days of such finding for violations occurring during the term of this Agreement. Contractor shall require these nondiscrimination terms of its subcontractors providing services under this Agreement. Professional Services Agreement for Snow Removal Services City of Bozeman Facilities – FY26 – FY30 Page 9 of 11 16. Intoxicants; DOT Drug and Alcohol Regulations/Safety and Training: Contractor shall not permit or suffer the introduction or use of any intoxicants, including alcohol or illegal drugs, by any employee or agent engaged in services to the City under this Agreement while on City property or in the performance of any activities under this Agreement. Contractor acknowledges it is aware of and shall comply with its responsibilities and obligations under the U.S. Department of Transportation (DOT) regulations governing anti-drug and alcohol misuse prevention plans and related testing. City shall have the right to request proof of such compliance and Contractor shall be obligated to furnish such proof. The Contractor shall be responsible for instructing and training the Contractor's employees and agents in proper and specified work methods and procedures. The Contractor shall provide continuous inspection and supervision of the work performed. The Contractor is responsible for instructing its employees and agents in safe work practices. 17. Modification and Assignability: This Agreement may not be enlarged, modified or altered except by written agreement signed by both parties hereto. The Contractor may not subcontract or assign Contractor’s rights, including the right to compensation or duties arising hereunder, without the prior written consent of the City. Any subcontractor or assignee will be bound by all of the terms and conditions of this Agreement. 18. Reports/Accountability/Public Information: Contractor agrees to develop and/or provide documentation as requested by the City demonstrating Contractor’s compliance with the requirements of this Agreement. Contractor shall allow the City, its auditors, and other persons authorized by the City to inspect and copy its books and records for the purpose of verifying that the reimbursement of monies distributed to Contractor pursuant to this Agreement was used in compliance with this Agreement and all applicable provisions of federal, state, and local law. The Contractor shall not issue any statements, releases or information for public dissemination without prior approval of the City. 19. Non-Waiver: A waiver by either party of any default or breach by the other party of any terms or conditions of this Agreement does not limit the other party’s right to enforce such term or conditions or to pursue any available legal or equitable rights in the event of any subsequent default or breach. 20. Attorney’s Fees and Costs: In the event it becomes necessary for either Party 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 Professional Services Agreement for Snow Removal Services City of Bozeman Facilities – FY26 – FY30 Page 10 of 11 attorney's fees and costs, including fees, salary, and costs of in-house counsel including the City Attorney’s Office staff. 21.Taxes: Contractor is obligated to pay all taxes of any kind or nature and make all appropriate employee withholdings. 22.Dispute Resolution: a.Any claim, controversy, or dispute between the parties, their agents, employees, or representatives shall be resolved first by negotiation between senior-level personnel from each party duly authorized to execute settlement agreements. Upon mutual agreement of the parties, the parties may invite an independent, disinterested mediator to assist in the negotiated settlement discussions. b.If the parties are unable to resolve the dispute within thirty (30) days from the date the dispute was first raised, then such dispute may only be resolved in a court of competent jurisdiction in compliance with the Applicable Law provisions of this Agreement. 23.Survival: Contractor’s indemnification shall survive the termination or expiration of this Agreement for the maximum period allowed under applicable law. 24.Headings: The headings used in this Agreement are for convenience only and are not be construed as a part of the Agreement or as a limitation on the scope of the particular paragraphs to which they refer. 25.Severability: If any portion of this Agreement is held to be void or unenforceable, the balance thereof shall continue in effect. 26.Applicable Law: The parties agree that this Agreement is governed in all respects by the laws of the State of Montana. 27.Binding Effect: This Agreement is binding upon and inures to the benefit of the heirs, legal representatives, successors, and assigns of the parties. 28.No Third-Party Beneficiary: This Agreement is for the exclusive benefit of the parties, does not constitute a third-party beneficiary agreement, and may not be relied upon or enforced by a third party. Professional Services Agreement for Snow Removal Services City of Bozeman Facilities – FY26 – FY30 Page 11 of 11 29.Counterparts: This Agreement may be executed in counterparts, which together constitute one instrument. 30.Integration: This Agreement and all Exhibits attached hereto constitute the entire agreement of the parties. Covenants or representations not contained herein or made a part thereof by reference, are not binding upon the parties. There are no understandings between the parties other than as set forth in this Agreement. All communications, either verbal or written, made prior to the date of this Agreement are hereby abrogated and withdrawn unless specifically made a part of this Agreement by reference. 31.Consent to Electronic Signatures: The Parties have consented to execute this Agreement electronically in conformance with the Montana Uniform Electronic Transactions Act, Title 30, Chapter 18, Part 1, MCA. **** END OF AGREEMENT EXCEPT FOR SIGNATURES **** IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written or as recorded in an electronic signature. CITY OF BOZEMAN, MONTANA ____________________________________ CONTRACTOR (Type Name Above) By________________________________ By__________________________________ Chuck Winn, City Manager Print Name: ___________________________ Print Title: ____________________________ APPROVED AS TO FORM: By_______________________________ Greg Sullivan, Bozeman City Attorney Attachment – A Scope of Services - Snow Removal Contract Bozeman Public Library, Bozeman Senior Center, Bozeman Public Safety Center FY 2026 – 2030 Page 1 of 5 Attachment – A Snow Removal Contract FY 2026 – 2030 Bozeman Public Library Bozeman Senior Center Bozeman Public Safety Center Scope of Services and Frequency and Work Schedule [Contractors Name] 1. Location of Services. The buildings that services are to be provided for are: Bozeman Public Library – 626 E Main St Per Site Plan Drawing Cost: $_________ Plow Parking Area per service Cost: $_________ Plow/Shovel Walks per service Cost: $_________ Sand Parking Area as needed per service Cost: $_________ /hr per machine Haul/Relocate Snow Onsite and slush plow/scape Cost: $_________ /lb Spread Ice Melt (if needed) Depth Upcharge for snow accumulations over _______inches will result in ____% increase in service line item. Bozeman Senior Center – 807 N Tracy Ave Per Site Plan Drawing Cost: $_________ Plow Parking Area per service Cost: $_________ Plow/Shovel Walks per service Cost: $_________ Sand Parking Area as needed per service Cost: $_________ /hr per machine Haul/Relocate Snow Onsite and slush plow/scape Attachment – A Scope of Services - Snow Removal Contract Bozeman Public Library, Bozeman Senior Center, Bozeman Public Safety Center FY 2026 – 2030 Page 2 of 5 Cost: $_________ /lb Spread Ice Melt (if needed) Depth Upcharge for snow accumulations over _______inches will result in ____% increase in service line item. Bozeman Public Safety Center – 901 N Rouse Ave Per Site Plan Drawing Cost: $_________ Plow Parking Area per service Cost: $_________ Plow/Shovel Walks per service Cost: $_________ Sand Parking Area as needed per service Cost: $_________ /hr per machine Haul/Relocate Snow Onsite and slush plow/scape Cost: $_________ /lb Spread Ice Melt (if needed) Depth Upcharge for snow accumulations over _______inches will result in ____% increase in service line item. 2. General Conditions. a. Billing will be on an itemized basis for each service and each site independently. If more than one site is part of the contract each site will be invoiced separately. b. Snow removal for parking lots shall occur when snow accumulation is one (1) inch or greater and ½ inch for the sidewalks. c. Snow removal from all sidewalks shall be completed prior to 8 a.m., or within four hours after any snow or ice deposit. Snow will be disposed of in Snow Removal Storage Areas noted on Snow Removal Plan maps. d. If weather conditions warrant, aggregate may need to be applied to lots or sidewalks. Ice melt containing high concentrations of salt will be avoided, in order to protect landscaping and reduce saline run-off into adjacent waterways or storm sewers. e. Contractor shall maintain clear access to Fire Hydrants located within the work area as shown on Snow Removal Plan Maps Attachment – A Scope of Services - Snow Removal Contract Bozeman Public Library, Bozeman Senior Center, Bozeman Public Safety Center FY 2026 – 2030 Page 3 of 5 f.Contractor shall keep storm drain inlets clear within parking lots to maintain drainage for snowmelt. Contractor is not responsible for stormwater inlets on public street frontages or in landscaped areas. g.The City may request the Contractor dispose of accumulated snow off-site if on- site storage reaches capacity. Identification of an off-site snow storage area will be the responsibility of the Contractor. The City does not have any designated snow storage areas. h.At the end of the snow season, the Contractor will be responsible for repairing any damaged irrigation heads and other irrigation components. The Contractor will also be responsible for the replacement and pinning of any curb stops disturbed during the snow removal process for that season and any other damage that occurs to City property or to the property of third parties. In the event curb stops are disturbed that create an immediate safety hazard that cannot wait until the end of season, they will be replaced and pin at the time in a timely manner following notification from City representative. i.Contractor may invoice the City on a monthly basis for services rendered. The invoice will list the dates of service, the type of service provided, for each city facility or parking lot. 3.Hours During Which Work is to be Performed: The work under this Agreement is to be performed during non-business hours. The hours will be established by the Contractor and conveyed to the City’s Representative. Hours will reflect the limitation of work hours established by Chapter 16, Article 6, Bozeman Municipal Code. Where possible, consideration will be given for adjoining property owners so as not to disrupt their activities. Specific hours will be agreed to prior to the commencement of services and any deviation from this schedule will be approved by the City’s Representative. 4.Emergency Call Out: In the event of an emergency, the Contractor will be notified by the City’s Representative and may be requested to provide immediate service. For emergency services, payment shall be performed at a cost not greater than one and one-half times the standard hourly rate. 5.Changes in Square Footages of Buildings Served: Any changes in square footages in any of the buildings served under this Agreement shall be forwarded by the City to the Contractor at least thirty days prior to any change in services to be provided. The addition or deletion of square footages shall be accommodated by adjusting the cost per facility on a cost-per- square-foot basis, per the amounts bid for each building. Attachment – A Scope of Services - Snow Removal Contract Bozeman Public Library, Bozeman Senior Center, Bozeman Public Safety Center FY 2026 – 2030 Page 4 of 5 6. Inspection and Complaints: a. Any complaints received by the Contractor regarding the Contractor’s performance under this Agreement shall be directed by the Contractor to the City’s Representative shall be in writing, and shall state the nature of the complaint and, if possible, the complainant’s contact information. b. Services found by the City to be incomplete, defective or not accomplished as scheduled will be reported in writing to the Contractor for appropriate corrective action. c. In addition, if the City’s Representative determines the Contractor’s performance constitutes a hazard or creates an unsafe condition, the City’s Representative shall inform the Contractor and the Contractor shall take immediate corrective action at no additional expense to the City to correct the hazardous or unsafe condition. If authorized by the City’s Representative, the Contractor may take corrective action during the next work period. For subsections a – c, above, the City’s Representative shall forward a written report describing the corrective action to the Contractor for his/her record and response. Within ten (10) days of receiving the report the Contractor shall provide the City’s Representative with a written and signed response. The City shall retain the right to determine whether an adequate level of service and workmanship is being maintained. Repetitive nonconformity in any one area or consistent overall nonconformance to workmanship and standards may result in termination of the contract and/or other action as deemed necessary by the City. 7. Maintenance of Equipment. All Contractor supplies, equipment, and machines shall be kept out of traffic lanes, (except when moving material), or other areas where they might pose a hazard and shall be secured or removed from the premises at the end of each work period. 8. Maintaining of Contractor’s Log. The Contractor shall maintain a daily log for each facility, for each day of service showing the following information: a. Names of authorized Contractor's employees conducting the work; b. Time of entry and departure; and c. Note any safety or security problems that arise. Attachment – A Scope of Services - Snow Removal Contract Bozeman Public Library, Bozeman Senior Center, Bozeman Public Safety Center FY 2026 – 2030 Page 5 of 5 The Contractor’s daily log shall be provided to the City on request. 9.Owner Inspections. The City may conduct inspections of services provided under this Agreement. The City may prepare a check-off sheet to record all work accomplished by the Contractor. 10.Equipment. The Contractor shall furnish all supplies and equipment necessary for accomplishment of all work as specified and all equipment shall be kept out of traffic lanes, (except when moving material), or other areas where they might pose a hazard and shall be secured or removed from the premises at the end of each work period. SNOW REMOVAL PLAN BOZEMAN PUBLIC LIBRARY - NORTH 626 E MAIN ST BOZEMAN, MT 59715 City of Bozeman 2025 Pavement: 2.01 Acres Sidewalk: 0.582 Acres StormwaterInlets FireHydrants Snow Accumulation Zones Pavement Sidewalk ±0 325 650162.5 US Feet SNOW REMOVAL PLAN BOZEMAN PUBLIC LIBRARY - SOUTH 626 E MAIN ST BOZEMAN, MT 59715 City of Bozeman 2025 Pavement: 2.01 Acres Sidewalk: 0.582 Acres StormwaterInlets FireHydrants Snow Accumulation Zones Pavement Sidewalk ±0 325 650162.5 US Feet SNOW REMOVAL PLAN BOZEMAN SENIOR CENTER 807 N TRACY AVE BOZEMAN, MT 59715 City of Bozeman 2025 Pavement: 0.671 Acres Sidewalk: 0.089 Acres StormwaterInlets FireHydrants Snow Accumulation Zones Pavement Sidewalk ± 0 210 420105 US Feet SNOW REMOVAL PLAN BOZEMAN PUBLIC SAFETY CENTER - NORTH 901 N ROUSE AVE BOZEMAN, MT 59715 City of Bozeman 2025 Pavement: 3.280 Acres Sidewalk: 0.791 Acres StormwaterInlets FireHydrants Snow Accumulation Zones Pavement Sidewalk ±0 325 650162.5 US Feet SNOW REMOVAL PLAN BOZEMAN PUBLIC SAFETY CENTER - NORTH 901 N ROUSE AVE BOZEMAN, MT 59715 City of Bozeman 2025 Pavement: 3.280 Acres Sidewalk: 0.791 Acres StormwaterInlets FireHydrants Snow Accumulation Zones Pavement Sidewalk ±0 325 650162.5 US Feet Attachment – B Scope of Services - Snow Removal Contract Bozeman City Hall, Alfred Stiff Professional Building FY 2026 – 2030 Page 1 of 4 Attachment – B Snow Removal Contract FY 2026 – 2030 Bozeman City Hall Alfred Stiff Professional Building Scope of Services and Frequency and Work Schedule [Contractors Name] 1. Location of Services. The buildings that services are to be provided for are: Bozeman City Hall – 121 N Rouse Ave Per Site Plan Drawing Cost: $_________ Plow Parking Area per service Cost: $_________ Plow/Shovel Walks per service Cost: $_________ Sand Parking Area as needed per service Cost: $_________ /hr per machine Haul/Relocate Snow Onsite and slush plow/scape Cost: $_________ /lb Spread Ice Melt (if needed) Depth Upcharge for snow accumulations over _______inches will result in ____% increase in service line item. Alfred Stiff Professional Building – 20 E Olive St Per Site Plan Drawing Cost: $_________ Plow Parking Area per service Cost: $_________ Plow/Shovel Walks per service Cost: $_________ Sand Parking Area as needed per service Cost: $_________ /hr per machine Haul/Relocate Snow Onsite and slush plow/scape Cost: $_________ /lb Spread Ice Melt (if needed) Attachment – B Scope of Services - Snow Removal Contract Bozeman City Hall, Alfred Stiff Professional Building FY 2026 – 2030 Page 2 of 4 Depth Upcharge for snow accumulations over _______inches will result in ____% increase in service line item. 2. General Conditions. a. Billing will be on an itemized basis for each service and each site independently. If more than one site is part of the contract each site will be invoiced separately. b. Snow removal for parking lots shall occur when snow accumulation is one (1) inch or greater and ½ inch for the sidewalks. c. Snow removal from all sidewalks shall be completed prior to 8 a.m., or within four hours after any snow or ice deposit. Snow will be disposed of in Snow Removal Storage Areas noted on Snow Removal Plan maps. d. If weather conditions warrant, aggregate may need to be applied to lots or sidewalks. Ice melt containing high concentrations of salt will be avoided, in order to protect landscaping and reduce saline run-off into adjacent waterways or storm sewers. e. Contractor shall maintain clear access to Fire Hydrants located within the work area as shown on Snow Removal Plan Maps f. Contractor shall keep storm drain inlets clear within parking lots to maintain drainage for snowmelt. Contractor is not responsible for stormwater inlets on public street frontages or in landscaped areas. g. The City may request the Contractor dispose of accumulated snow off-site if on- site storage reaches capacity. Identification of an off-site snow storage area will be the responsibility of the Contractor. The City does not have any designated snow storage areas. h. At the end of the snow season, the Contractor will be responsible for repairing any damaged irrigation heads and other irrigation components. The Contractor will also be responsible for the replacement and pinning of any curb stops disturbed during the snow removal process for that season and any other damage that occurs to City property or to the property of third parties. In the event curb stops are disturbed that create an immediate safety hazard that cannot wait until the end of season, they will be replaced and pin at the time in a timely manner following notification from City representative. Attachment – B Scope of Services - Snow Removal Contract Bozeman City Hall, Alfred Stiff Professional Building FY 2026 – 2030 Page 3 of 4 i.Contractor may invoice the City on a monthly basis for services rendered. The invoice will list the dates of service, the type of service provided, for each city facility or parking lot. 3.Hours During Which Work is to be Performed: The work under this Agreement is to be performed during non-business hours. The hours will be established by the Contractor and conveyed to the City’s Representative. Hours will reflect the limitation of work hours established by Chapter 16, Article 6, Bozeman Municipal Code. Where possible, consideration will be given for adjoining property owners so as not to disrupt their activities. Specific hours will be agreed to prior to the commencement of services and any deviation from this schedule will be approved by the City’s Representative. 4.Emergency Call Out: In the event of an emergency, the Contractor will be notified by the City’s Representative and may be requested to provide immediate service. For emergency services, payment shall be performed at a cost not greater than one and one-half times the standard hourly rate. 5.Changes in Square Footages of Buildings Served: Any changes in square footages in any of the buildings served under this Agreement shall be forwarded by the City to the Contractor at least thirty days prior to any change in services to be provided. The addition or deletion of square footages shall be accommodated by adjusting the cost per facility on a cost-per- square-foot basis, per the amounts bid for each building. 6.Inspection and Complaints: a.Any complaints received by the Contractor regarding the Contractor’s performance under this Agreement shall be directed by the Contractor to the City’s Representative shall be in writing, and shall state the nature of the complaint and, if possible, the complainant’s contact information. b.Services found by the City to be incomplete, defective or not accomplished as scheduled will be reported in writing to the Contractor for appropriate corrective action. c.In addition, if the City’s Representative determines the Contractor’s performance constitutes a hazard or creates an unsafe condition, the City’s Representative shall inform the Contractor and the Contractor shall take immediate corrective action at no additional expense to the City to correct the hazardous or unsafe condition. If Attachment – B Scope of Services - Snow Removal Contract Bozeman City Hall, Alfred Stiff Professional Building FY 2026 – 2030 Page 4 of 4 authorized by the City’s Representative, the Contractor may take corrective action during the next work period. For subsections a – c, above, the City’s Representative shall forward a written report describing the corrective action to the Contractor for his/her record and response. Within ten (10) days of receiving the report the Contractor shall provide the City’s Representative with a written and signed response. The City shall retain the right to determine whether an adequate level of service and workmanship is being maintained. Repetitive nonconformity in any one area or consistent overall nonconformance to workmanship and standards may result in termination of the contract and/or other action as deemed necessary by the City. 7. Maintenance of Equipment. All Contractor supplies, equipment, and machines shall be kept out of traffic lanes, (except when moving material), or other areas where they might pose a hazard and shall be secured or removed from the premises at the end of each work period. 8. Maintaining of Contractor’s Log. The Contractor shall maintain a daily log for each facility, for each day of service showing the following information: a. Names of authorized Contractor's employees conducting the work; b. Time of entry and departure; and c. Note any safety or security problems that arise. The Contractor’s daily log shall be provided to the City on request. 9. Owner Inspections. The City may conduct inspections of services provided under this Agreement. The City may prepare a check-off sheet to record all work accomplished by the Contractor. 10. Equipment. The Contractor shall furnish all supplies and equipment necessary for accomplishment of all work as specified and all equipment shall be kept out of traffic lanes, (except when moving material), or other areas where they might pose a hazard and shall be secured or removed from the premises at the end of each work period. SNOW REMOVAL PLAN BOZEMAN CITY HALL 121 N ROUSE AVE BOZEMAN, MT 59715 City of Bozeman 2025 Pavement: 0.529 Acres Sidewalk: 0.190 Acres StormwaterInlets FireHydrants Snow Accumulation Zones Pavement Sidewalk ± 0 230 460115 US Feet SNOW REMOVAL PLAN ALFRED STIFF PROFESSIONAL BUILDING 20 E OLIVE ST BOZEMAN, MT 59715 City of Bozeman 2025 Pavement: 0.446 Acres Sidewalk: 0.073 Acres StormwaterInlets FireHydrants Snow Accumulation Zones Pavement Sidewalk ± 0 175 35087.5 US Feet Attachment – C Scope of Services - Snow Removal Contract Fire Station 2 (New), Fire Station 2 (Old), Fire Station 3 FY 2026 – 2030 Page 1 of 5 Attachment – C Snow Removal Contract FY 2026 – 2030 Bozeman Fire Station 2 (New) Bozeman Fire Station 2 (Old) Bozeman Fire Station 3 Scope of Services and Frequency and Work Schedule [Contractors Name] 1. Location of Services. The buildings that services are to be provided for are: Bozeman Fire Station 2 (New)– 575 W Kagy Blvd Per Site Plan Drawing Cost: $_________ Plow Parking Area per service Cost: $_________ Plow/Shovel Walks per service Cost: $_________ Sand Parking Area as needed per service Cost: $_________ /hr per machine Haul/Relocate Snow Onsite and slush plow/scape Cost: $_________ /lb Spread Ice Melt (if needed) Depth Upcharge for snow accumulations over _______inches will result in ____% increase in service line item. Bozeman Fire Station 2 (Old) – 410 S 19th Ave Per Site Plan Drawing Cost: $_________ Plow Parking Area per service Cost: $_________ Plow/Shovel Walks per service Cost: $_________ Sand Parking Area as needed per service Cost: $_________ /hr per machine Haul/Relocate Snow Onsite and slush plow/scape Attachment – C Scope of Services - Snow Removal Contract Fire Station 2 (New), Fire Station 2 (Old), Fire Station 3 FY 2026 – 2030 Page 2 of 5 Cost: $_________ /lb Spread Ice Melt (if needed) Depth Upcharge for snow accumulations over _______inches will result in ____% increase in service line item. Bozeman Fire Station 3 – 1705 Vaquero Pkwy Per Site Plan Drawing Cost: $_________ Plow Parking Area per service Cost: $_________ Plow/Shovel Walks per service Cost: $_________ Sand Parking Area as needed per service Cost: $_________ /hr per machine Haul/Relocate Snow Onsite and slush plow/scape Cost: $_________ /lb Spread Ice Melt (if needed) Depth Upcharge for snow accumulations over _______inches will result in ____% increase in service line item. 2. General Conditions. a. Billing will be on an itemized basis for each service and each site independently. If more than one site is part of the contract each site will be invoiced separately. b. Snow removal for parking lots shall occur when snow accumulation is one (1) inch or greater and ½ inch for the sidewalks. c. Snow removal from all sidewalks shall be completed prior to 8 a.m., or within four hours after any snow or ice deposit. Snow will be disposed of in Snow Removal Storage Areas noted on Snow Removal Plan maps. d. If weather conditions warrant, aggregate may need to be applied to lots or sidewalks. Ice melt containing high concentrations of salt will be avoided, in order to protect landscaping and reduce saline run-off into adjacent waterways or storm sewers. e. Contractor shall maintain clear access to Fire Hydrants located within the work area as shown on Snow Removal Plan Maps Attachment – C Scope of Services - Snow Removal Contract Fire Station 2 (New), Fire Station 2 (Old), Fire Station 3 FY 2026 – 2030 Page 3 of 5 f. Contractor shall keep storm drain inlets clear within parking lots to maintain drainage for snowmelt. Contractor is not responsible for stormwater inlets on public street frontages or in landscaped areas. g. The City may request the Contractor dispose of accumulated snow off-site if on- site storage reaches capacity. Identification of an off-site snow storage area will be the responsibility of the Contractor. The City does not have any designated snow storage areas. h. At the end of the snow season, the Contractor will be responsible for repairing any damaged irrigation heads and other irrigation components. The Contractor will also be responsible for the replacement and pinning of any curb stops disturbed during the snow removal process for that season and any other damage that occurs to City property or to the property of third parties. In the event curb stops are disturbed that create an immediate safety hazard that cannot wait until the end of season, they will be replaced and pin at the time in a timely manner following notification from City representative. i. Contractor may invoice the City on a monthly basis for services rendered. The invoice will list the dates of service, the type of service provided, for each city facility or parking lot. 3. Hours During Which Work is to be Performed: The work under this Agreement is to be performed during non-business hours. The hours will be established by the Contractor and conveyed to the City’s Representative. Hours will reflect the limitation of work hours established by Chapter 16, Article 6, Bozeman Municipal Code. Where possible, consideration will be given for adjoining property owners so as not to disrupt their activities. Specific hours will be agreed to prior to the commencement of services and any deviation from this schedule will be approved by the City’s Representative. 4. Emergency Call Out: In the event of an emergency, the Contractor will be notified by the City’s Representative and may be requested to provide immediate service. For emergency services, payment shall be performed at a cost not greater than one and one-half times the standard hourly rate. 5. Changes in Square Footages of Buildings Served: Any changes in square footages in any of the buildings served under this Agreement shall be forwarded by the City to the Contractor at least thirty days prior to any change in services to be provided. The addition or deletion of square footages shall be accommodated by adjusting the cost per facility on a cost-per- square-foot basis, per the amounts bid for each building. Attachment – C Scope of Services - Snow Removal Contract Fire Station 2 (New), Fire Station 2 (Old), Fire Station 3 FY 2026 – 2030 Page 4 of 5 6. Inspection and Complaints: a. Any complaints received by the Contractor regarding the Contractor’s performance under this Agreement shall be directed by the Contractor to the City’s Representative shall be in writing, and shall state the nature of the complaint and, if possible, the complainant’s contact information. b. Services found by the City to be incomplete, defective or not accomplished as scheduled will be reported in writing to the Contractor for appropriate corrective action. c. In addition, if the City’s Representative determines the Contractor’s performance constitutes a hazard or creates an unsafe condition, the City’s Representative shall inform the Contractor and the Contractor shall take immediate corrective action at no additional expense to the City to correct the hazardous or unsafe condition. If authorized by the City’s Representative, the Contractor may take corrective action during the next work period. For subsections a – c, above, the City’s Representative shall forward a written report describing the corrective action to the Contractor for his/her record and response. Within ten (10) days of receiving the report the Contractor shall provide the City’s Representative with a written and signed response. The City shall retain the right to determine whether an adequate level of service and workmanship is being maintained. Repetitive nonconformity in any one area or consistent overall nonconformance to workmanship and standards may result in termination of the contract and/or other action as deemed necessary by the City. 7. Maintenance of Equipment. All Contractor supplies, equipment, and machines shall be kept out of traffic lanes, (except when moving material), or other areas where they might pose a hazard and shall be secured or removed from the premises at the end of each work period. 8. Maintaining of Contractor’s Log. The Contractor shall maintain a daily log for each facility, for each day of service showing the following information: a. Names of authorized Contractor's employees conducting the work; b. Time of entry and departure; and c. Note any safety or security problems that arise. Attachment – C Scope of Services - Snow Removal Contract Fire Station 2 (New), Fire Station 2 (Old), Fire Station 3 FY 2026 – 2030 Page 5 of 5 The Contractor’s daily log shall be provided to the City on request. 9. Owner Inspections. The City may conduct inspections of services provided under this Agreement. The City may prepare a check-off sheet to record all work accomplished by the Contractor. 10. Equipment. The Contractor shall furnish all supplies and equipment necessary for accomplishment of all work as specified and all equipment shall be kept out of traffic lanes, (except when moving material), or other areas where they might pose a hazard and shall be secured or removed from the premises at the end of each work period. SNOW REMOVAL PLAN BOZEMAN FIRE STATION 2 575 W KAGY BLVD BOZEMAN, MT 59715 City of Bozeman 2025 Pavement: 0.446 Acres Sidewalk: 0.11 Acres StormwaterInlets FireHydrants Snow Accumulation Zones Pavement Sidewalk ± 0 190 38095 US Feet SNOW REMOVAL PLAN FIRE STATION #2 (OLD) 410 S 19TH AVE BOZEMAN, MT 59715 City of Bozeman 2025 Pavement: 0.157 Acres Sidewalk: 0.018 Acres StormwaterInlets FireHydrants Snow Accumulation Zones Pavement Sidewalk ± 0 110 22055 US Feet SNOW REMOVAL PLAN FIRE STATION #3 1705 VAQUERO PKWY BOZEMAN, MT 59718 City of Bozeman 2025 Pavement: 0.639 Acres Sidewalk: 0.172 Acres StormwaterInlets FireHydrants Snow Accumulation Zones Pavement Sidewalk ± 0 225 450112.5 US Feet ATTACHMENT D MONTANA PREVAILING WAGE RATES FOR NONCONSTRUCTION SERVICES 2025 Effective: January 11, 2025 Greg Gianforte, Governor State of Montana Sarah Swanson, 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 ESD at erd.dli.mt.gov/labor-standards or contact: Employment Standards Division Montana Department of Labor and Industry P. O. Box 8011 Helena, MT 59604 Phone 406-444-6543 The department welcomes questions, comments, and suggestions from the public. In addition, we’ll do our best to provide information in an accessible format, upon request, in compliance with the Americans with Disabilities Act. MONTANA PREVAILING WAGE REQUIREMENTS The Commissioner of the Department of Labor and Industry, in accordance with Sections 18-2-401 and 18-2-402 of the Montana Code Annotated (MCA), has determined the standard prevailing rate of wages for the occupations listed in this publication. The wages specified herein control the prevailing rate of wages for the purposes of Section 18-2-401, et seq., MCA. It is required each employer pay (as a minimum) the rate of wages, including fringe benefits, travel allowance, zone pay and per diem applicable to the district in which the work is being performed as provided in the attached wage determinations. All Montana Prevailing Wage Rates are available on the Internet at https://erd.dli.mt.gov/labor-standards/state-prevailing-wage- rates 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 erd.dli.mt.gov/labor-standards or contact the department at (406) 444-6543. SARAH SWANSON Commissioner Department of Labor and Industry State of Montana 2 TABLE OF CONTENTS MONTANA PREVAILING WAGE REQUIREMENTS: Wage Rates: Maintenance of Publicly Owned Buildings and Facilities ………………………………………………………………......................................... 8 Custodial or Security Services for Publicly Owned Buildings and Facilities ................................................................................ 8 Grounds Maintenance for Publicly Owned Property …………………………………………………………………………………………………………. 9 Operation of Public Drinking Water Supply, Waste Collection and Waste Disposal Systems ………………………………………… 11 Law Enforcement, Including Correction and Detention Officers ………………………………………………………………............................ 13 Fire Protection …………………………………………………………………………………………………………………………………………………………………. 13 Public or School Transportation Driving ……………………………………………………………………………………………………………………………. 14 Nursing, Nurse’s Aid Services, and Medical Laboratory Technician Services ………………………………………………………………. 14 Material and Mail Handling ………………………………………………………………………………………………………………………………………………. 16 Food Service and Cooking ………………………………………………………………………………………………………………………………………………. 17 Motor Vehicle and Construction Equipment Repair and Servicing ……………………………………………………………........................... 17 Appliance and Office Machine Repair and Servicing ……………………………………………………………………………………………………….. 18 A.Date of Publication January 13, 2025 B.Definition of Nonconstruction Services Occupations Section 18-2-401(9)(a)-(9)(l), MCA defines “nonconstruction services” as “…work performed by an individual, not including management, office, or clerical work, for: (a)the maintenance of publicly owned buildings and facilities, including public highways, roads, streets, and alleys; (b)custodial or security services for publicly owned buildings and facilities; (c)grounds maintenance for publicly owned property; (d)the operation of public drinking water supply, waste collection, and waste disposal systems; (e)law enforcement, including janitors and prison guards; (f)fire protection; (g)public or school transportation driving; (h)nursing, nurse’s aid services, and medical laboratory technician services; (i)material and mail handling; (j)food service and cooking; (k)motor vehicle and construction equipment repair and servicing; and (l)appliance and office machine repair and servicing.” A.Date of Publication …………………………………………………………………………………………………………………………………………………….. 2 B.Definition of Nonconstruction Services ………………………………………………………………………………………..................................... 2 C.Definition of Public Works Contract .…………………………………………………………………………………………....................................... 3 D.Prevailing Wage Schedule …………………………………………………………………………………………………………………………………………. 3 E.Rates to Use for Projects …………………………………………………………………………………………………………………………………………….. 3 F.Wage Rate Adjustments for Multiyear Contracts ……………………………………………………………………………………………………….. 3 G.Fringe Benefits ……………………………………………………………………………………………………………………………………………………………. 3 H.Prevailing Wage Districts …………………………………………………………………………………………………………………………………………….. 4 I.Dispatch City ……………………………………………………………………………………………………………………………………………………………….. 4 J.Zone Pay …………………………………………………………………………………………………………………………………………………………………….. 4 K.Computing Travel Benefits …………………………………………………………………………………………………………………………………………. 4 L.Per Diem …………………………………………………………………………………………………………………………………………………………………….. 5 M.Apprentices …………………………………………………………………………………………………………………………………………………………………. 5 N.Posting Notice of Prevailing Wages ……………………………………………………………………………………………………………………………. 5 O.Employment Preference ……………………………………………………………………………………………………............................................... 5 P.Occupations Definitions .................................................................................................................................................................. 5 Q.Nonconstruction Services Occupations ………………………………………………………………………………………..................................... 5 3 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 or for nonconstruction services let by the state, county, municipality, or political subdivision in which the total cost of the contract is in excess of $25,000…” D.Prevailing Wage Schedule This publication covers only Nonconstruction Service occupations and rates. These rates will remain in effect until superseded by a more current publication. Current prevailing wage rate schedules for Heavy, Highway, and Building Construction occupations can be found on the Internet at https://erd.dli.mt.gov/labor-standards/state-prevailing- wage-rates/ 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 Multi-year 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.” 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 bonafide 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 thatare 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. 4 H. Prevailing Wage Districts Montana counties are aggregated into 4 districts for the purpose of prevailing wage. The prevailing wage districts are composed of the following counties: I. 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, Miles City, Missoula and Sidney.” A dispatch city shall be considered the point of origin only for jobs within the counties identified in that district (as shown below): District 1 – Kalispell and Missoula: includes Flathead, Lake, Lincoln, Mineral, Missoula, Ravalli, and Sanders; District 2 – Butte and Helena: includes Beaverhead, Broadwater, Deer Lodge, Glacier, Granite, Jefferson, Lewis and Clark, Liberty, Madison, Pondera, Powell, Silver Bow, Teton, and Toole; District 3 – Bozeman and Great Falls: includes Blaine, Cascade, Chouteau, Fergus, Gallatin, Golden Valley, Hill, Judith Basin, Meagher, Park, Petroleum, Phillips, Sweet Grass, and Wheatland; District 4 – Billings, Miles City and Sidney: includes Big Horn, Carbon, Carter, Custer, Daniels, Dawson, Fallon, Garfield, McCone, Musselshell, Powder River, Prairie, Richland, Roosevelt, Rosebud, Sheridan, Stillwater, Treasure, Valley, Wibaux, and Yellowstone. J.Zone Pay Zone pay is not travel pay. ARM, 24.17.103(25), 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 I above for a list of dispatch cities. K.Computing Travel Benefits ARM, 24.17.103(23), states “ ‘Travel pay,’ also referred to as ‘travel allowance,’ is and must be paid for travel both to and from the job site, except those with special provisions listed under the classification. The rate is determined by measuring the road miles one direction over the shortest practical maintained route from the dispatch city or the employee's home, whichever is closer, to the center of the job.” See section I above for a list of dispatch cities. 5 L.Per Diem ARM, 24.17.103(19), 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.” M.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. N.Employment Preference Sections 18-2-403, MCA requires contractors to give preference to the employment of bona fide Montana residents in the performance of work on public works contracts. O.Occupations Definitions You can find definitions for these occupations on the following Bureau of Labor Statistics website:http://www.bls.gov/oes/current/oes_stru.htm P.Nonconstruction Services Occupations MAINTENANCE OF PUBLICLY OWNED BUILDINGS AND FACILITIES ELEVATOR REPAIRERS MAINTENANCE AND REPAIR WORKERS (GENERAL) STATIONARY ENGINEERS AND BOILER OPERATORS CUSTODIAL OR SECURITY SERVICES FOR PUBLICLY OWNED BUILDINGS AND FACILITIES ENVIRONMENTAL SERVICES WORKERS JANITORS AND CLEANERS PARKING ENFORCEMENT WORKERS PARKING LOT ATTENDANTS SECURITY AND FIRE ALARM SYSTEMS REPAIRERS SECURITY GUARDS GROUNDS MAINTENANCE FOR PUBLICLY OWNED PROPERTY FALLERS FOREST AND CONSERVATION TECHNICIANS FOREST AND CONSERVATION WORKERS FOREST EQUIPMENT OPERATORS LANDSCAPING AND GROUNDSKEEPING WORKERS MATERIAL MOVING WORKRS (ALL OTHER) MEDIUM TRUCK DRIVERS PEST CONTROL WORKERS PESTICIDE HANDLERS, SPRAYERS, AND APPLICATORS (VEGETATION) TREE TRIMMERS AND PRUNERS 6 OPERATION OF PUBLIC DRINKING WATER SUPPLY, WASTE COLLECTION, AND WASTE DISPOSAL SYSTEMS HEAVY AND TRACTOR TRAILER TRUCK DRIVERS LANDFILL ATTENDANTS AND EQUIPMENT OPERATORS RECYCLING AND RECLAMATION WORKERS REFUSE AND RECYCLABLE MATERIALS COLLECTORS SEPTIC TANK SERVICERS AND SEWER PIPE CLEANERS WATER AND WASTEWATER TREATMENT PLANT AND SYSTEM OPERATORS LAW ENFORCEMENT, INCLUDING CORRECTION AND DETENTION OFFICERS CORRECTION AND DETENTION OFFICERS POLICE, FIRE, AND DISPATCHERS PROBATION OFFICERS AND CORRECTIONAL TREATMENT SPECIALISTS FIRE PROTECTION FIRE EXTINGUISHER REPAIRERS FOREST FIREFIGHTERS PUBLIC OR SCHOOL TRANSPORTATION DRIVING BUS DRIVERS (SCHOOL OR SPECIAL CLIENT) BUS DRIVERS (TRANSIST AND INTERCITY) LIGHT TRUCK OR DELIVERY SERVICES DRIVERS (INCLUDES VAN DRIVERS) NURSING, NURSE’S AID SERVICES, AND MEDICAL LABORATORY TECHNICIAN SERVICES BREATH ALCOHOL TECHNICIANS CLINICAL LABORATORY TECHNOLOGISTS AND TECHNICIANS EMERGENCY MEDICAL TECHNICIANS AND PARAMEDICS HOME HEALTH AIDES AND PERSONAL CARE AIDES LICENSED PRACTICAL NURSES MEDICAL ASSISTANTS NURSE PRACTITIONERS NURSING ASSISTANTS ORDERLIES PHYSICIANS ASSISTANTS REGISTERED NURSES MATERIAL AND MAIL HANDLING FREIGHT, STOCK, AND MATERIAL HANDLERS FOOD SERVICE AND COOKING COOKS (INSTITUTION AND CAFETERIA) FOOD PREPARATION AND SERVING RELATED WORKERS 7 MOTOR VEHICLE AND CONSTRUCTION EQUIPMENT REPAIR AND SERVICING AUTOMOTIVE SERVICE TECHNICIANS AND MECHANICS BUS AND TRUCK MECHANICS AND DIESEL ENGINE SPECIALISTS CONSTRUCTION EQUIPMENT MECHANICS APPLIANCE AND OFFICE MACHINE REPAIR AND SERVICING APPLIANCE MECHANICS COMPUTER, AUTOMATED TELLER, AND OFFICE MACHINE REPAIRERS COMPUTER USER SUPPORT SPECIALISTS 8 WAGE RATES MAINTENANCE OF PUBLICLY OWNED BUILDINGS AND FACILITIES ELEVATOR REPAIRERS No Rate Established ↑ Back to Table of Contents MAINTENANCE AND REPAIR WORKERS (GENERAL) Wage Benefit District 1 $25.06 $9.96 District 2 $22.39 $9.30 District 3 $23.67 $9.50 District 4 $23.07 $8.68 ↑ Back to Table of Contents STATIONARY ENGINEERS AND BOILER OPERATORS Wage Benefit District 1 $27.17 $11.47 District 2 $27.17 $11.47 District 3 $23.89 $11.03 District 4 $23.56 $10.81 ↑ Back to Table of Contents CUSTODIAL OR SECURITY SERVICES FOR PUBLICLY OWNED BUILDINGS AND FACILITIES ENVIRONMENTAL SERVICES WORKERS Wage Benefit District 1 $18.28 $6.68 District 2 $19.82 $5.67 District 3 $18.98 $4.90 District 4 $17.39 $7.25 ↑ Back to Table of Contents JANITORS AND CLEANERS Wage Benefit District 1 $18.35 $9.71 District 2 $20.51 $7.96 District 3 $18.43 $7.94 District 4 $18.63 $12.35 ↑ Back to Table of Contents 9 PARKING ENFORCEMENT WORKERS No Rate Established ↑ Back to Table of Contents PARKING LOT ATTENDANTS No Rate Established ↑ Back to Table of Contents SECURITY AND FIRE ALARM SYSTEMS REPAIRERS No Rate Established ↑ Back to Table of Contents SECURITY GUARDS Wage Benefit District 1 $17.11 $10.14 District 2 $18.00 $10.36 District 3 $20.00 $2.29 District 4 $15.54 $2.29 ↑ Back to Table of Contents GROUNDS MAINTENANCE FOR PUBLICLY OWNED PROPERTY FALLERS No Rate Established ↑ Back to Table of Contents FOREST AND CONSERVATION TECHNICIANS No Rate Established ↑ Back to Table of Contents 10 FOREST AND CONSERVATION WORKERS Wage Benefit District 1 $26.11 $12.96 District 2 $27.78 $12.96 District 3 $27.78 $12.96 District 4 $27.78 $12.96 ↑ Back to Table of Contents FOREST EQUIPMENT OPERATORS No Rate Established ↑ Back to Table of Contents LANDSCAPING AND GROUNDSKEEPING WORKERS Wage Benefit District 1 $21.52 $6.03 District 2 $20.79 $2.98 District 3 $20.23 $4.30 District 4 $18.77 $4.77 Duties Include: Shovel snow from walks, driveways, or parking lots and spread salt in those areas. Grounds maintenance of cemeteries. ↑ Back to Table of Contents MATERIAL MOVING WORKERS (ALL OTHER) Wage Benefit District 1 $26.97 $14.04 District 2 $26.97 $14.04 District 3 $23.59 $14.04 District 4 $26.40 $14.04 Occupations Include: Bulldozer Operator, Freight Elevator Operator, Shovel Operator ↑ Back to Table of Contents MEDIUM TRUCK DRIVERS No Rate Established ↑ Back to Table of Contents 11 PEST CONTROL WORKERS Wage Benefit District 1 $18.09 No Rate Established District 2 $18.09 No Rate Established District 3 $18.09 No Rate Established District 4 $18.09 No Rate Established ↑ Back to Table of Contents PESTICIDE HANDLERS, SPRAYERS, AND APPLICATORS (VEGETATION) Wage Benefit District 1 $23.73 $6.90 District 2 $18.79 $6.05 District 3 $17.49 $5.34 District 4 $17.81 $5.67 ↑ Back to Table of Contents TREE TRIMMERS AND PRUNERS Wage Benefit District 1 $29.12 $9.73 District 2 $27.76 $9.73 District 3 $30.92 $9.73 District 4 $30.92 $9.73 ↑ Back to Table of Contents OPERATION OF PUBLIC DRINKING WATER SUPPLY, WASTE COLLECTION, AND WASTE DISPOSAL SYSTEMS HEAVY AND TRACTOR-TRAILER TRUCK DRIVERS Wage Benefit District 1 $27.26 $14.09 District 2 $29.51 $11.66 District 3 $28.14 $12.32 District 4 $27.83 $12.95 ↑ Back to Table of Contents LANDFILL ATTENDANTS AND EQUIPMENT OPERATORS Wage Benefit District 1 $25.44 $13.97 District 2 $23.51 $11.56 District 3 $21.40 $12.13 District 4 $22.66 $11.72 ↑ Back to Table of Contents 12 RECYCLING AND RECLAMATION WORKERS No Rate Established ↑ Back to Table of Contents REFUSE AND RECYCLABLE MATERIALS COLLECTORS Wage Benefit District 1 $15.11 No Rate Established District 2 $15.11 No Rate EstablishedDistrict 3 $15.11 No Rate Established District 4 $15.11 No Rate Established ↑ Back to Table of Contents SEPTIC TANK SERVICERS AND SEWER PIPE CLEANERS No Rate Established ↑ Back to Table of Contents WATER AND WASTEWATER TREATMENT PLANT AND SYSTEM OPERATORS Wage Benefit District 1 $24.41 $11.38 District 2 $25.61 $11.89 District 3 $27.54 $12.29 District 4 $27.34 $12.10 ↑ Back to Table of Contents LAW ENFORCEMENT, INCLUDING CORRECTION AND DETENTION OFFICERS CORRECTION AND DETENTION OFFICERS Wage Benefit District 1 $25.31 $13.73 District 2 $23.46 $10.22 District 3 $22.98 $10.46 District 4 $26.03 $17.01 ↑ Back to Table of Contents 13 POLICE, FIRE, AND AMBULANCE DISPATCHERS Wage Benefit District 1 $24.65 $11.79 District 2 $28.75 $6.23 District 3 $21.02 $7.77 District 4 $24.23 $10.92 ↑ Back to Table of Contents PROBATION OFFICERS AND CORRECTIONAL TREATMENT SPECIALISTS No Rate Established ↑ Back to Table of Contents FIRE PROTECTION FIRE EXTINQUISHER REPAIRERS No Rate Established ↑ Back to Table of Contents FOREST FIREFIGHTERS No Rate Established ↑ Back to Table of Contents PUBLIC OR SCHOOL TRANSPORTATION DRIVING BUS DRIVERS (SCHOOL OR SPECIAL CLIENT) Wage Benefit District 1 $17.97 $8.45 District 2 $18.82 $5.72 District 3 $19.00 $8.67 District 4 $25.45 $10.24 ↑ Back to Table of Contents BUS DRIVERS (TRANSIT AND INTERCITY) Wage Benefit District 1 $26.71 $13.87 District 2 $23.71 $13.79 District 3 $17.27 $13.38 District 4 $23.48 $13.38 ↑ Back to Table of Contents 14 LIGHT TRUCK OR DELIVERY SERVICES DRIVERS (INCLUDES VAN DRIVERS) Wage Benefit District 1 $19.64 $4.41 District 2 $19.63 $4.74 District 3 $19.77 $4.41 District 4 $19.78 $4.41 ↑ Back to Table of Contents NURSING, NURSE’S AID SERVICES, AND MEDICAL LABORATORY TECHNICIAN SERVICES BREATH ALCOHOL TECHNICIANS No Rate Established ↑ Back to Table of Contents CLINICAL LABORATORY TECHNOLOGISTS AND TECHNICIANS Wage Benefit District 1 $35.81 $8.92 District 2 $36.55 $8.68 District 3 $36.04 $8.68 District 4 $31.46 $10.17 ↑ Back to Table of Contents EMERGENCY MEDICAL TECHNICIANS AND PARAMEDICS Wage Benefit District 1 $23.77 $6.01 District 2 $23.62 $5.64 District 3 $23.62 $5.64 District 4 $23.77 $6.01 ↑ Back to Table of Contents HOME HEALTH AIDES AND PERSONAL CARE AIDES Wage Benefit District 1 $15.00 $3.30 District 2 $16.56 $4.87 District 3 $19.25 $5.51 District 4 $16.69 $3.94 ↑ Back to Table of Contents 15 LICENSED PRACTICAL NURSES Wage Benefit District 1 $29.67 $5.46 District 2 $28.52 $6.71 District 3 $26.92 $6.73 District 4 $29.31 $9.82 MEDICAL ASSISTANTS Wage Benefit District 1 $20.85 $5.08 District 2 $20.06 $4.60 District 3 $22.05 $5.80 District 4 $23.32 $9.85 ↑ Back to Table of Contents NURSE PRACTIONERS Wage Benefit District 1 $59.92 $12.81 District 2 $62.08 $11.09 District 3 $62.46 $11.15 District 4 $61.97 $15.17 ↑ Back to Table of Contents NURSING ASSISTANTS Wage Benefit District 1 $18.67 $3.12 District 2 $16.59 $3.03 District 3 $18.45 $6.35 District 4 $19.86 $7.23 Occupations Include: Certified Nursing Assistants, Hospital Aides, Infirmary Attendants ↑ Back to Table of Contents ORDERLIES No Rate Established 16 PHYSICIANS ASSISTANTS Wage Benefit District 1 $61.82 $8.75 District 2 $65.49 $11.58 District 3 $67.37 $11.33 District 4 $63.78 $15.08 ↑ Back to Table of Contents REGISTERED NURSES Wage Benefit District 1 $37.26 $9.64 District 2 $43.83 $11.30 District 3 $40.76 $8.53 District 4 $40.49 $11.59 ↑ Back to Table of Contents MATERIAL AND MAIL HANDLING FREIGHT, STOCK, AND MATERIAL HANDLERS Wage Benefit District 1 $16.60 $6.96 District 2 $23.49 $8.58 District 3 $21.65 $10.00 District 4 $20.48 $9.08 ↑ Back to Table of Contents FOOD SERVICE AND COOKING COOKS, (INSTITUTION AND CAFETERIA) Wage Benefit District 1 $17.50 $5.56 District 2 $16.20 $4.02 District 3 $17.17 $5.46 District 4 $18.17 $5.18 ↑ Back to Table of Contents FOOD PREPARATION AND SERVING RELATED WORKERS Wage Benefit District 1 $14.96 $4.47 District 2 $14.01 $4.47 District 3 $17.35 $4.51 District 4 $16.61 $7.22 Occupations Include: Dietary Aides, Counter Attendants, and Dining Room Attendants. ↑ Back to Table of Contents 17 MOTOR VEHICLE AND CONSTRUCTION EQUIPMENT REPAIR AND SERVICING AUTOMOTIVE SERVICE TECHNICIANS AND MECHANICS Wage Benefit District 1 $26.48 $3.13 District 2 $26.58 $5.95 District 3 $27.06 $6.69 District 4 $29.55 $5.44 ↑ Back to Table of Contents BUS AND TRUCK MECHANICS AND DIESEL ENGINE SPECIALISTS Wage Benefit District 1 $31.84 $14.78 District 2 $28.88 $13.41 District 3 $27.03 $11.39 District 4 $27.18 $11.48 ↑ Back to Table of Contents CONSTRUCTION EQUIPMENT MECHANICS No Rate Established ↑ Back to Table of Contents APPLIANCE AND OFFICE MACHINE REPAIR AND SERVICING APPLIANCE MECHANICS No Rate Established ↑ Back to Table of Contents COMPUTER USER SUPPORT SPECIALISTS Wage Benefit District 1 $24.62 $11.08 District 2 $26.93 $11.09 District 3 $32.32 $13.78 District 4 $30.95 $13.81 ↑ Back to Table of Contents COMPUTER, AUTOMATED TELLER, AND OFFICE MACHINE REPAIRERS No Rate Established ↑ Back to Table of Contents