Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout2011 Street Improvements Contract Documents.pdf 802��9
eno�,�e,
CITY OF BOZEMAN
2011 STREET IMPROVEMENTS
CONTRACT DOCUME`,,TS
PREPARED BY
CITY OF BOZEMAN ENGINEERING DEPARTMENT
May 2011
CITY OF BOZEMAN, MONTANA
2011 STREET IMPROVEMENTS
May 2011
TABLE OF CONTENTS
CONTRACT DOCUMENTS
Bidder s Checklist
Invitation to Bid
Instruction to Bidders
Bid Form
Non-discrimination Affirmation Form
Bid Bond
Agreement Form
Payment and Performance Bonds
Standard General Conditions of the Construction Contract (by reference)
Supplementary Conditions
Montana Prevailing Wage Rates
CONSTRUCTION SPECIFICATIONS
Special Provisions
Measurement and Payment
APPENDIX A
Standard Drawings
APPENDIX B
Estimated Quantities, Work Vicinity Maps, Plan Sheets
1
BIDDER'S CHECKLIST
I
Please utilize the following Bidder's Checklist before submitting your bid.
1) Original Bid Bond Enclosed? (Personal checks, business checks, and faxed copies are
not acceptable.)
2) Bid Proposal:
a. Arithmetic Checked?
b._Unit Bid amounts agree with math calulations?
c._All Addenda acknowledged on proposal sheet and cover?
d._Signature portion completely filled out?
e._Bid Proposal intact in Contract Documents DO NOT REMOVE!!!!
f. Non-Descrimination Affirmation form completed and signed?
3) Bid Envelope:
a. Addressed properly? (See Article 1 —Bids, Instructions to Bidders)
b__Contains the Contract Documents and Specifications booklet?
C. Acknowledged Receipt of Addenda?
d_Sealed?
4) Bid Submitted prior to required time at specified location?
Be sure to seal your bid. Include project name, bid date/time, contractor name, contractor
registration number, and acknowledgement of all addenda(by number) on the outside of the bid
envelope.
Leave all sheets intact in the Contract Documents and Specifications booklet. Return the
complete Contract Documents and Specifications booklet.
ALL BID DOCUMENTS AND BONDS MUST BE ORIGINALS.
NO FAXED COPIES WILL BE ACCEPTED.
CITY OF BOZEMAN, MONTANA
CALL FOR BIDS
NOTICE IS HEREBY GIVEN that the City of Bozeman, Montana, is accepting sealed bids
for:
2011 Street Improvements Project
Separate sealed bids for construction of City of Bozeman 2011 Street Improvements
Project will be received by the City Clerk, City Hall, 121 N. Rouse Avenue, P.O. Box 1230,
Bozeman, Montana 59771-1230 will be received until 2:00 p.m., local time, May 24, 2011,
and then publicly opened and read aloud.
Please write the name of the project on the front of the sealed bid.
The physical address is:
City Clerk, s Office, Suite 102, City Hall, 121 N. Rouse Avenue, Bozeman, Montana.
The mailing address is:
City Clerk, s Office, Suite 102, City Hall, P.O. Box 1230, Bozeman, Montana, 59771.
Bids must be received before 2 p.m. Tuesday, May 24, 2011. Original copies must be
submitted - no faxed of electronic bids will be accepted. Bids will be opened and read
following the close of bids.
The work involves Cold Milling, Hot Mix Overlays, Seal Coating, and Pavement Markings
on various streets within the City of Bozeman as specified in the contract documents.
Copies of the CONTRACT DOCUMENTS are available for viewing, or may be obtained
upon payment of $15.00 (non-refundable) for each set, at the City of Bozeman,
Engineering Department, 20 East Olive Street, Bozeman Montana 59715.
All bids and proposals for the construction of any public contract project shall contain a
statement showing that the bidder or contractor is duly and regularly registered under the
laws of the State of Montana, and the contractor's registration number shall appear upon
such bid or proposal, and no contract shall be awarded to any contractor unless he is the
holder of registration, all as defined by MCA 39-9-101 through 410. Forms for registration
are available from the Department of Labor and Industry, P.O. Box 8011, 1805 Prospect,
Helena, Montana, 59604-8011 . Information on registration can be obtained by calling 1-
406-444-7734. All laborers and mechanics employed by contractors or sub-contractors in
performance of the construction work shall be paid wages at rates as may be required by
the laws of the State of Montana. Discrimination in the performance of any contract
awarded under this invitation on the basis of race, creed, sex, age, marital status, national
1 INVITATION TO BID
origin, or actual or perceived sexual orientation, gender identity or disability is prohibited.
This prohibition shall apply to the hiring and treatment of the awarded entity,s employees
and to all subcontracts. Every entity submitting under this invitation must sign and return
the required affirmation.
Each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid
Bond payable to the City of Bozeman, Montana, in an amount not less than Ten percent
(10%) of the total amount of the bid. Successful bidders shall furnish an approved
Performance Bond and a labor and materials Payment Bond, each in the amount of One
Hundred percent(100%) of the contract amount. Insurance as required shall be provided
by the successful bidder(s) and a Certificate(s) of that insurance shall be provided.
No bid may be withdrawn after the scheduled time for the public opening of bids, which is
2:00 p.m. local time, May 24, 2011.
The right is reserved to reject any or all proposals received, to waive informalities, to
postpone the award of the contract for a period of not to exceed Sixty (60) days, and to
accept the bid which is in the best interests of the Owner.
The City of Bozeman is required to be an Equal Opportunity Employer.
Dated at Bozeman, Montana, this 3rd day of May, 2011.
Stacy Ulmen, CIVIC
City Clerk, City of Bozeman
Published Bozeman, Montana
May 8, 2011
May 15, 2011
2 INVITATION TO BID
INSTRUCTIONS TO BIDDERS
BIDS All Bids must be made on the forms provided in this bound copy of the Contract
Documents. All Bids must be legibly written in ink, with all prices given in figures and total bid
amount given in words and figures. No alterations by erasures or interlineations will be
permitted in Bids or in the printed forms. Each Bid shall be enclosed in a sealed envelope
addressed to the City Clerk, City Hall, 121 N. Rouse Avenue, P.O. Box 1230, Bozeman,
Montana 59771-1230, and endorsed on the outside of the envelope with the words: 2011
STREET IMPROVEMENTS, CITY OF BOZEMAN.
Bids shall be strictly in accordance with the prescribed form. Any modifications thereof or
deviations therefrom may be considered as sufficient cause for rejection.
Bids carrying riders or qualifications to the Bid being submitted may be rejected as irregular.
BID GUARANTEE No Bids will be considered unless accompanied by a Bid guarantee, in the
amount stipulated in the Invitation To Bid, made unconditionally payable to the Owner, which
may be either a Cashier's Check or a Certified Check drawn on an acceptable bank. A
Bidder's Bond issued by a surety company authorized to do business in the State of Montana
will also be acceptable.
SIGNATURE OF BIDDERS Each Bid must be signed in ink by the Bidder with his full name
and with his business address or place of residence. In case of a firm or partnership, the
name and residence of each member must be inserted. In case the Bid is submitted by, or in
behalf of, a corporation, it must be signed in the name of such corporation by an official who is
authorized to bind the corporation, and who shall also affix the corporate seal of such
corporation. The Bid of a corporation which is signed by a person other than a corporate
officer must be accompanied by a Power of Attorney showing that person's authority.
ONLY ONE PROPOSAL No Bidder may submit more than one Bid. Two Bids under different
names will not be received from one firm or association.
RESPONSIBILITIES OF AGENT Any person signing a Bid as the agent of another, or of
others, may be required to submit satisfactory evidence of this authority to do so.
The title of the person(s) executing the Bid or Agreement shall be clearly indicated beneath his
signature.
QUALIFICATIONS OF BIDDERS Bidders may be required to submit satisfactory evidence
that they have a practical knowledge of the particular work bid upon, and that they have the
necessary financial resources to complete the proposed work.
In determining the lowest responsible bid, the following elements will be considered: whether
the Bidder involved (a) maintains a permanent place of business; (b) has adequate plant and
equipment to do the work properly and expeditiously; (c) has a suitable financial status to
1 INSTRUCTIONS TO BIDDERS
meet obligations incident to the work; and (d) has appropriate technical experience.
Each Bidder may be required to show that former work performed by him has been handled in
such a manner that there are no just or proper claims pending against such work. No Bidder
will be acceptable if he is engaged on any other work which impairs his ability to finance his
contract. The Bidder shall demonstrate his ability by meeting all requirements herein
stipulated, if asked for them.
CONTRACT DOCUMENTS It is intended that the Montana Public Works Standard
Specification, 6 Edition (MPWSS), shall be used to govern the contractual and performance
aspects of this project, and is hereby incorporated as part of these CONTRACT
DOCUMENTS, as modified by the City of Bozeman Modifications to Montana Public Works
Standard Specifications 6t" Edition (COB MODS), dated March 31, 2011, including all
addenda, which is also hereby incorporated as part of these contract documents, and as
further modified herein by the City of Bozeman. All standard forms of MPWSS shall be utilized
in executing these CONTRACT DOCUMENTS unless otherwise noted or revised in the bound
bid document.
The complete CONTRACT DOCUMENTS which comprise this entire document, and are made
a part hereof, consist of the following:
Invitation to Bid............................ Bound Herein
Instructions to Bidders..................Bound Herein
Bid Form...................................... Bound Herein
Bid Bond...................................... Bound Herein
Agreement Form...........................Bound Herein
Payment Bond..............................MPWSS/Bound Herein
Performance Bond........................MPWSS/Bound Herein
Standard General Conditions........MPWSS
Supplementary Conditions............MPWSS/Bound Herein
Miscellaneous Forms
Notice of Award..................MPWSS
Notice To Proceed............. MPWSS
Change Order.....................MPWSS
Work Directive Change.......MPWSS
Application For Payment
(Guidance Only)............... MPWSS
Certificate of Substantial
Completion........................MPWSS
Wage Rates...................................Bound Herein
Special Provisions..........................Bound Herein
Technical Specification...................MPWSS; COB MODS; Standard Specifications for
Road and Bridge Construction, Montana Department
of Transportation (latest edition)
2 INSTRUCTIONS TO BIDDERS
Appendix A--Standard Drawings......... MPWSS/Bound Herein
Appendix B--Maps and Plan Sheets...... Bound Herein
EXAMINATION OF CONTRACT DOCUMENTS AND SITE Before submitting a bid, each
Bidder must (a) examine the Contract Documents thoroughly (b) visit the site to familiarize
himself with location conditions that may in any manner affect cost, progress or performance
of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and
regulations that may in any manner affect cost, progress or performance of the Work; and (d)
study and carefully correlate Bidder's observations with the Contract Documents.
Any Bidder may, upon request, examine those reports of investigations and tests of
subsurface and latent physical conditions at the site (if any) which have been relied upon in
preparing the drawings and specifications. These reports are not guaranteed as to accuracy
or completeness, nor are they part of the Contract Documents. Before submitting his Bid each
Bidder will, at his own expense, make such additional investigations and tests as the Bidder
may deem necessary to determine his Bid for performance of the Work in accordance with the
time, price and other terms and conditions of the Contract Documents.
On request, Owner will provide each Bidder access to the site to conduct such investigations
and tests as each Bidder deems necessary for submission of his Bid. Any administrative
requirements and associated costs of such investigations are the responsibility of the Bidder.
The lands upon which the Work is to be performed, rights-of-way for access thereto and other
lands designated for use by Contractor in performing the Work are identified in the
specifications or on the drawings.
The submission of a Bid will constitute an incontrovertible representation by the Bidder that he
has complied with every requirement of this section and that the Contract Documents are
sufficient in scope and detail to indicate and convey understanding of all terms and conditions
for performance of the work.
Where logs of test borings are included in the contract plans, it is agreed that such logs do not
constitute a part of the contract and are included only for the convenience of the bidder or
Contractor and do not relieve him of his duties under this section or of any other responsibility
under the contract.
No information derived from any inspection of records of investigation or compilation thereof
made by the Owner will in any way relieve the bidder or Contractor from properly performing
his obligations under the contract.
UNDERGROUND UTILITIES The location of underground utilities as shown on the drawings
is approximate and the Owner assumes no responsibility for determining the exact location.
The Contractor shall note the reference to utility lines and service lines for various utilities as
noted on the drawings and that the approximate location may or may not be given. The
Contractor shall make written inquiry of the related utility agency to determine the location of
3 INSTRUCTIONS TO BIDDERS
underground utilities in the project area.
INTERPRETATION OF CONTRACT DOCUMENTS If any person contemplating submitting a
Bid for the proposed contract is in doubt as to the true meaning of any part of the
specifications, or other proposed Contract Documents, he may submit to the Owner a written
request for an interpretation thereof. The person submitting the request will be responsible for
its prompt delivery. Any interpretation of the proposed documents will be made only by an
addendum duly issued and a copy of any such addendum will be mailed or delivered to each
person receiving a set of such documents.
TIME OF COMPLETION The time of completion of the work is a basic consideration of the
Contract. It will be necessary that the Bidder satisfy the Owner of his ability to complete the
work within the stipulated time.
ADDENDA Any addenda issued during the time of bidding, or forming a part of the Contract
Documents loaned to the Bidder for the preparation of his proposal, shall be covered in the Bid
and shall be made a part of the Agreement. Receipt of each addendum shall be
acknowledged in the Bid. Any Bid in which all issued addenda are not acknowledged will be
considered incomplete and will not be read.
PROPOSAL The bidder shall submit his proposal on the forms bound in these Contract
Documents. Neither the proposal nor any other pages bound herein or attached hereto shall
be detached.
Proposals shall be in a sealed envelope and addressed to:
City Clerk
City Hall
121 N. Rouse Avenue
P.O. Box 1230
Bozeman, MT 59771-1230
The envelope shall also contain the following information:
Name of Project: City of Bozeman 2011 Street Improvements
Name of Contractor:
Montana Certificate of Contractor Registration No.
Acknowledge Receipt of Addendum No.: ,
In the lower left hand corner of the envelope print or type:
BID DOCUMENTS - DO NOT OPEN UNTIL 2:00 P.M., May 24, 2011.
4 INSTRUCTIONS TO BIDDERS
Proposals shall be made in accordance with the following instructions:
A. Submit one copy of the complete bound document in an opaque sealed
envelope. DO NOT REMOVE THE PROPOSAL NOR ANY OTHER PAGES FROM THE
BOUND CONTRACT DOCUMENT.
B. Bids shall be made in ink upon the unaltered Bid Proposal Form supplied with
these documents.
C. All blank spaces must be properly filled.
D. The total bid price must be stated in both writing and in figures. In case of a
discrepancy between unit price and total bid price, the unit prices or lump sum prices shall be
used in computing the total bid price.
E. The proposal form shall contain no additions, conditions, stipulations, erasures,
or other irregularities.
F. The proposal must acknowledge receipt of all addenda issued.
G. The proposal must be signed in ink and display the bidder's name, address, and
current Montana Contractor's License Number.
SIGNING OF BIDS Bids which are not signed by individuals making them shall have attached
thereto a power of attorney evidencing authority to sign the bid in the name of the person for
whom it is signed.
Bids which are signed for a co-partnership shall be signed by all of the co-partners or by an
attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the bid a power of
attorney evidencing authority to sign the bid.
Bids which are signed for a corporation shall have the correct corporate name thereof signed
in handwriting or in typewriting and the signature of the president or other authorized officer of
the corporation shall be manually written below the written or typewritten corporate name
following the work:
By:
5 INSTRUCTIONS TO BIDDERS
Corporate Seal
Title:
If bids are signed for any other legal entity, the authority of the person signing for such legal
entity should be attached to the bid.
BID REQUIREMENTS The bidder is expected to base his bid on materials and equipment
complying fully with the plans and specifications and, in the event he names in his bid
materials or equipment which do not conform, he will be responsible for furnishing materials
and equipment which fully conform at no charge in his bid price.
Before submitting a proposal, each Contractor should read the complete Contract Documents
(including all addenda), specifications and plans, including all related documents containing
herein, all of which contain provisions applicable not only to the successful bidder, but also to
his subcontractors.
BID QUANTITIES Bidders must satisfy themselves by personal examination of the locations
of the proposed work and by such other means as they may prefer as to the correctness of
any quantities.
The estimated unit quantities of the various classes of work to be done under this contract are
approximate and are to be used only as a basis for estimating the probable cost of the work
and for comparing the proposals offered for the work. The Contractor agrees that, during
progress of the work, the Owner may find it advisable to omit portions of the work,to increase
or decrease the quantities as may be deemed necessary or desirable, that the actual amount
of work to be done and materials to be furnished may differ from the estimated quantities, and
that the basis for payment under this contract shall be the actual amount of work done and the
materials furnished.
The Contractor agrees that he will make no claim for damages, anticipated profits or otherwise
on account of any difference which may be found between quantities of work actually done
and the estimated quantities.
MODIFICATION AND WITHDRAWAL OF BID Bids may be modified or withdrawn by an
appropriate document duly executed in the manner that a Bid must be executed and delivered
to the place where Bids are to be submitted prior to the date and time for the opening of Bids
as called for in the Invitation to Bid. Requests for modification or withdrawal must be written
and must be signed in the same manner and by the same person(s) who signed the Bid.
If, within twenty-four hours after Bids are opened any Bidder files a duly signed written notice
with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that
there was a material and substantial mistake in the preparation of its Bid, that Bidder may
withdraw its Bid and the Bid security will be returned. Thereafter, if the Work is rebid or
6 INSTRUCTIONS TO BIDDERS
negotiated, that Bidder will be disqualified from further bidding on the Work.
ACCEPTANCE AND REJECTION OF THE BIDS The Owner reserves the right to accept or
reject the Bids, or portions of Bids if denoted in the Bid as separate schedules, and to award
more than one Bid or schedule for the same Bid if any of the aforementioned combination of
Bids or schedules will be in the best interest of the Owner. The Owner reserves the right to
waive irregularities in any Bid submitted, or reject nonconforming, non-responsive or
conditional Bids and to correct arithmetical errors in the Bid prior to comparison.
SUBCONTRACTORS Within seven days after Bids are opened,the apparent low Bidder, and
any other Bidder so requested, shall submit a list of all Subcontractors he expects to use in the
work.
An experience statement with pertinent information as to similar projects and other evidence of
qualification shall be furnished for each named subcontractor, if requested by the Owner. If
the Owner or Engineer after due investigation has reasonable objection to any proposed
Subcontractor, they may, before giving the Notice of Award, request the apparent low Bidder
to submit an acceptable substitute. If the substitution results in an increase in the Bid, a
corresponding adjustment will be made in the contract price. If the apparent low Bidder
declines to make any such substitution, the contract may not be awarded to such Bidder, but
Bidder's refusal to substitution will not constitute grounds for forfeiture of Bid Security. Any
subcontractor so listed and to whom Owner or Engineer does not make written objection prior
to the giving of the Notice of Award will be deemed acceptable to the Owner and Engineer.
Contractor shall not be required to employ any subcontractor against whom he has reasonable
objection.
The use of subcontractors listed by the Bidder and accepted by Owner prior to the Notice of
Award will be required in the performance of the work.
AWARD OF CONTRACT The award of contract, if awarded, will be made within the period
specified in the Invitation To Bid to the lowest responsible Bidder whose Bid complies with all
the requirements prescribed herein. The successful Bidder will be notified by letter, mailed to
the address shown on the Bid, that his Bid has been accepted and that he has been awarded
the contract.
CANCELLATION OF AWARD The Owner reserves the right to cancel the award of any
contract at any time before the complete execution of the Agreement by all parties without any
liability against the Owner.
RETURN OF BID GUARANTEE All Bid guarantees, except those of the three lowest Bidders,
will be returned immediately following the opening and checking of the Bids. The Bid
guarantees of the unsuccessful of the three lowest Bidders will be returned within ten (10)
days following the award of the contract. The Bid guarantee of the Bidder to whom the
contract is awarded will be returned when said Bidder has executed an Agreement and filed
7 INSTRUCTIONS TO BIDDERS
satisfactory Performance and Payment Bonds as hereinafter stipulated.
PERFORMANCE AND PAYMENT BONDS The Contractor to whom the contract is awarded
will be required to furnish a Performance Bond and a Payment Bond in favor of the Owner
each in an amount equal to one-hundred percent (100%) of the Agreement amount.
The Bonds shall be executed on the forms bound herein, signed by a surety company
authorized to do business in the State of Montana, and acceptable as a surety to the Owner
and countersigned by a Montana Resident Agent.
With the Bonds, there shall be filed with the Owner one copy of Power of Attorney certified to
include the date of the Bond.
EXECUTION AND APPROVAL OF AGREEMENT The Agreement shall be signed by the
successful Bidder and returned, together with the contract Bonds,within the time shown on the
Bid. If the Agreement is not executed by the Owner within fifteen (15) days following receipt
from the Bidder of the signed Agreements and Bonds, the Bidder shall have the right to
withdraw his Bid without penalty. No Agreement shall be considered as effective until it has
been fully executed by all of the parties thereto.
FAILURE TO EXECUTE AGREEMENT Failure to execute the Agreement and furnish a
Performance Bond and Payment Bond shall be just cause for annulment of the award. In the
event of such annulment of the award, the Bid guarantee shall be forfeited to the Owner, not
as a penalty but as liquidation of damages sustained. Award may then be made to the next
lowest responsible and qualified Bidder, or the work may be re-advertised as the Owner may
decide.
BOUND COPY OF CONTRACT DOCUMENTS None of the Instructions to Bidders, Bid Form,
Bond forms, Agreement, contract stipulations, or other specifications shall be removed from
the bound copy of Contract Documents prior to submission of Bid.
PAYMENTS Payment for all work performed under this Agreement will be made by the Owner
within the time period specified in and in accordance with the procedures outlined in the
General Conditions. Payments made after the time limit will be subject to interest at the rate
specified in the Agreement.
When the work extends beyond thirty (30) days, progress payments will be made monthly for
any work accomplished during the preceding month, but subject to retainage as specified
elsewhere.
PREVAILING WAGE RATES On all projects and contracts with the Owner, Contractor and all
subcontractors shall pay for all labor employed the standard prevailing rate of wages. The
standard prevailing rate of wages as used herein means that standard prevailing rate of wages
in the locality where the work is to be performed as determined by the Montana Commissioner
of Labor pursuant to MCA 18-2-402 and as bound herein. The Contractor and subcontractors
8 INSTRUCTIONS TO BIDDERS
are directed to the Montana Commissioner of Labor for information on the standard prevailing
rate of wages applicable to this contract within this area. Each contractor and employer shall
maintain payroll records in a manner readily capable of being certified for submission under
18-2-423, Montana Code Annotated (MCA), for not less than 3 years after the contractor, s or
employer,s completion of work on the project.
POSTING Contractor shall post in a prominent and accessible place on the site of the work a
legible statement of all wages to be paid to the employees.
LOCAL LABOR Contractor shall give preference to the employment of Montana residents in
accordance with applicable portions of Title 18, Chapter 2, Part 4, MCA.
MONTANA CONTRACTOR REGISTRATION REQUIREMENTS No bids will be considered
that do not carry the Bidder's Certificate of Contractor's Registration number on the envelope
containing the Bid and on the Bid. Information pertaining to the Montana Contractor
Registration requirements may be obtained from the Montana State Department of Revenue,
Helena, Montana. (1-406-444-7734)
ADDITIONAL CONTRACTOR LICENSE FEE (MONTANA CONTRACTORS GROSS
RECEIPTS TAX) In accordance with Title 15, Chapter 50, MCA, the Owner shall withhold, in
addition to other amounts withheld as provided by law or specified herein, 1 percent(1%) of all
payments due the Contractor and shall transmit such moneys to the Montana Department of
Revenue.
BIDDER PREFERENCE In accordance with the provisions of Title 18, Chapter 1, Part 1,
MCA, a preference will be given to the lowest responsible Bidder who is a resident of the State
of Montana over a nonresident Bidder from any state or country that enforces a preference in
their state or country for their resident Bidders. The preference given to Montana resident
Bidders will be equal to the preference given in the other state or country. This preference
applies unless specifically prohibited by Federal laws or regulations. Products manufactured
or produced in the State of Montana shall be preferred for use in all projects if such products
are comparable in price and quality. Further, wherever possible, products manufactured and
produced in the State which are suitable substitutes for products manufactured or produced
outside the State and comparable in price, quality and performance shall be preferred for use
in this project. Preference regarding these products shall be in accordance with the laws of
the State of Montana.
CITY OF BOZEMAN BUSINESS LICENSE All Contractors conducting work within the City of
Bozeman are required to have a current Business License. Applications for Business
Licenses may be obtained at City Hall, 121 N. Rouse Avenue, Bozeman, Montana.
9 INSTRUCTIONS TO BIDDERS
BID FORM
2011 STREET IMPROVEMENTS
CITY OF BOZEMAN
BOZEMAN, MONTANA 59771
TO: City Clerk
P.O. Box 1230
Bozeman, Montana 59771-1230
THE UNDERSIGNED BIDDER, having familiarized himself with the Work required by the
Contract Documents, the site(s)where the work is to be performed, local labor conditions and
all laws, regulations, municipal ordinances and other factors which may affect the performance
of the Work, and having satisfied himself of the expense and difficulties attending performance
of the work:
HEREBY PROPOSES and agrees, if this bid is accepted, to enter into an Agreement, in the
form attached, to perform all work for the construction of Seal Coating, Cold Milling, Hot Mix
Overlays, and Pavement Marking Replacements, including the assumption of all obligations,
duties, and responsibilities necessary for the successful completion of the contract and the
furnishing of all materials and equipment required to be incorporated in, and form a permanent
part of, the work; tools, equipment, supplies, transportation, facilities, labor, superintendence,
and services required to perform the Work; Bonds, Insurance and Submittals; all as indicated
or specified in the Contract Documents to be performed or furnished by Contractor within the
time and for the prices set forth in the following schedules.
The undersigned bidder agrees to be bound by this Bid for a period not to exceed that
specified in the Invitation to Bid.
The undersigned Bidder agrees to furnish the required Bonds and to enter into a contract
within fifteen (15) calendar days after Owner's acceptance of this Bid, and further agrees to
complete all Work within the time specified per schedule after commencement of the contract
time as defined in the General Conditions.
The allowed contract time is 30 calendar days.
Where multiple schedules are awarded under a single Contract, the contract times shall run
concurrently unless separate notices to proceed are issued for the awarded schedules.
Liquidated Damages shall be as specified in Article 2.2 of the Agreement Form.
The undersigned Bidder agrees that the unit prices shall govern in checking the Bid, and
should a discrepancy exist in the total prices and total amount of Bid as listed above, after
extensions are checked and corrections made, if any, the total amount of the Bid as corrected
shall be used in awarding the contract.
1 BID FORM
The undersigned Bidder agrees that he has been afforded access to the construction site and
has performed those independent site investigations as he deemed necessary.
The undersigned Bidder hereby certifies the following:
A) That this Bid is genuine and is not made in the interest of, or on behalf of, any undisclosed
person, firm, or corporation, and is not submitted in conformity with any agreement or rules of
any group, association, organization, or corporation;
B) That he has not directly or indirectly solicited any other Bidder to put in a false or sham Bid;
C) That he has not solicited or induced any person, firm, or corporation to refrain from bidding;
D) That he has not sought by collusion to obtain for himself any advantage over any other
Bidder or over the Owner.
E) That he is not currently operating beyond the contract time on any previously awarded
public works contract as defined and required by Article 15-50-203, MCA, as amended.
The undersigned Bidder(s) either singularly or as a joint venture hereby certifies (certify)
pursuant to Article 37-71-203, MCA, that he (they) is (are) duly and regularly licensed.
2 BID FORM
BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the
following unit prices or lump sums:
BID SCHEDULE - SCHEDULE 1
NO. ITEM UNIT UNIT PRICE QUANTITY TOTAL PRICE
J (Figures) (Figures)
101 Cationic Emulsified Gal. $ 2 55 8,500 $ 2.1,6-75
Asphalt in place
(CRS-2P)
SO �
102 Seal Coat Aggregate Ton $ 501 = 340 $ 2.0,2-30
3/8" Gradation,
in place
oa co
103 Cold Milling of S.Y. $ 2- 18,650 $ r]3 a0
Existing Pavement
(2" nominal depth)
�
104 Hot Mix Asphalt Ton $ Sb s 2,930 $
Surface Course,
Type B Plant Mix,
in place 06
105 Striping - white Gal. $ Goo 71 $ /3 q 160 a�
epoxy
o• o0
106 Words & symbols Gal. $ 3©qj - 6 $ /.i a rs
White Epoxy
60 oa
107 Interim LS $ y 1 F LS $ 99
Pavement markings
00
108 Traffic control LS $ / 0 LS $ -00 7 0 c
o0
SCHEDULE 1 - TOTAL BASE BID $ 30
ee- Aunio £ T U - x C1N Sod -SEVEAI 'Vohs QoUAkS
t)-,r Ll
( SCHEDULE 1 BASE BID TOTAL - WRITTEN WORDS)
3 BID FORM
BID SCHEDULE - SCHEDULE 2
NO. ITEM UNIT UNIT PRICE QUANTITY TOTAL PRICE
(Fiqures) (Fiqures)
201 Cationic Emulsified Gal. $ 255 16,650 $ y y5-15o
Asphalt in place
(CRS-2P)
202 Seal Coat Aggregate Ton $ 5g5o 668 $ 9
3/8" Gradation,
in place
SCHEDULE 2 -TOTAL BASE BID $ �Z'2"0350
71
I Guar Twa�"Novsa�� 'Tjo PuA)oREo 1 PREE ANo Solar Dc Li.ARC
( SCHEDULE 2 BASE BID TOTAL - WRITTEN WORDS)
BID SCHEDULE - SCHEDULE 3
NO, ITEM UNIT UNIT PRICE QUANTITY TOTAL PRICE
(Figures) (Figures)
5G
301 Cationic Emulsified Gal. $ 2— 10,130 $ 5 3
Asphalt in place
(CRS-2P) O 60
302 Seal Coat Aggregate Ton $ 5� 408 $ 2-y,z-�(
3/8" Gradation,
in place
56
SCHEDULE 3 -TOTAL BASE BID $ 5di ���
/�� �I . U DaL_LAeS
JFrW 7ouS'W2 ONC-_ l-lVA)C)E� SEU /V D ('�
( SCHEDULE 3 BASE BID TOTAL - WRITTEN WORDS)
4 BID FORM
l
TOTAL BASE BID, SCHEDULES 1, 2, and 3 $ 2— -7 F
N0�
�OV�Z yvNCCE�THiR�Y �JJO INFw� ��NE tw/ypPED �£v�NiV EiGNI QtqfJ 16d
(TOTAL BASE BID, SCHEDULES 1, 2, and 3 - WRITTEN WORDS)
The undersigned Bidder acknowledged receipt of the following Addenda, which have been
considered in preparation of this Bid:
No. Dated
No. Dated
No. Dated
No. Dated
Submitted this day of AV2/A+ 2011.
SIGNATURE OF BIDDER:
Montana Contractor Registration Number �� g
If an individual:
doing business as
If a Partnership: by
partner
If a Corporation: TGS elY '
(a) 1V1D1l✓_4-1V 4-
by
(Seal &
Title �� /� .¢�c���/�C�j,� iDr� Attest
5 BID FORM
1
l
Business Address of Bidder: d Z�
4W17-
IIf Bidder is a joint venture, other party must sign below:
Montana License Number and Class
If an Individual: doing
Ibusiness as
If a Partnership:
by Partner
t
If a Corporation:
(a) Corporation
by
(Seal &
Title Attest)
6 BID FORM
NON-DISCRIMINATION AFFIRMATION FORM
41//le eInIC-%[ — name of entity submitting]hereby affirms it will not discriminate
a on the basis of race,color,religion,creed,sex, age,marital status,national origin,or because
of actual or perceived sexual orientation, gender identity or disability in the performance of
work performed for the city of Bozeman,if a contract is awarded to it,and also recognizes the
eventual contract,if awarded,will contain a provision prohibiting discrimination as described
above and that this prohibition shall apply to the hiring and treatment of the
AJVCX- [name of entity submitting] employees and to all subcontracts it
enters into in performance of the agreement with the city of Bozeman.
Signature of Bidder:
Person authorized to sign on behalf of the bidder
i
i
r
r
r
1i
M
1
NOTICE OF AWARD —
Dated: 13 , -2OI i
TO: Knife River- Belgrade
ADDRESS: P.O. Box 9, Belgrade, MT 59714
PROJECT: City of Bozeman 2011 Street Improvements
CONTRACT FOR: Cold milling and hot mix overlays, pavement marking replacements, and
seal coat improvements.
You are notified that your Bid dated May 24, 2011, for the above Contract has been considered.
You are the apparent Successful Bidder and have been awarded a Contract for cold milling and
hot mix overlays,pavement marking replacements, and seal coat improvements(Schedules
1, 2 and 3).
The Contract Price of your Contract is: four hundred thirtytwo thousand nine hundred seventy
eight and 001100 Dollars ($432,978.00).
Three copies of the proposed Contract Documents accompany this Notice of Award.
You must complywith the following conditions precedent within fifteen (15)days of the date
of this Notice of Award, that is, by"_7
1. You must deliver to the OWNER 3 fully executed counterparts of the Agreement including
all the Contract Documents and Drawings.
2. You must deliver with the executed Agreement the Contract Security(Bonds)as specified in
the Instruction to Bidders (page 8), General Conditions(paragraph 5.01)and Supplementary
Conditions (paragraph SC-5.02).
3. List other conditions precedent:
You must deliverwith the executed Agreement the Certificates of Insurance as specified in
the General Conditions (paragraph 5.03).
Failure to comply with these conditions within the time specified will entitle OWNER to
consider your Bid abandoned, to annul this Notice of Award, and to declare your Bid Security
forfeited.
Within ten (10) days after you comply with these conditions, OWNER will return to you one
fully signed counterpart of the Agreement with the Contact Documents attached.
CITY OF BOZEMAN, MONTANA ATTEST:
BY: �U� BY: pj I � ) i
(CITY MANAGER) (CITY CLE
DATE: 6-"IF— )
AGREEMENT FORM
THIS AGREEMENT is dated as of they day of in the year 2011 , by
and between CITY OF BOZEMAN, hereOfte; called OWNER, and
Knife River Belgrade hereinafter called CONTRACTOR.
OWNER AND CONTRACTOR, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The project work is generally described as follows: Cold Milling, Hot Mix
Asphalt Overlays, Seal Coat Improvements, and Installation of Pavement
Markings.
The project for which the Work under the Contract Documents may be the whole or only a
part is generally described as follows: City of Bozeman 2011 Street Improvements.
Article 2. CONTRACT TIME.
2.1 The Work will be completed within 30 days after the date when the contract time
commences to run as provided in the General Conditions. Final payment will be
withheld until final completion and acceptance of the Work, as stipulated in this
Agreement.
2.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence in this Agreement and that OWNER will suffer financial loss if the Work is
not substantially complete within the time specified above, plus any extensions
thereof allowed in accordance with the General Conditions. They also recognize
the delays, expense and difficulties involved in proving, in a legal or arbitration
proceeding, the actual loss suffered by OWNER if the Work is not substantially
complete on time. Accordingly, instead of requiring any such proof, OWNER and
CONTRACTOR agree that as liquidated damages for delay (but not as a penalty)
CONTRACTOR shall pay OWNER one hundred dollars ($ 100.00)for each daythat
expires after the time specified herein until the Work is substantially complete.
Article 3. CONTRACT PRICE.
3.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with
the Contract Documents the sum (subject to adjustment as provided in the Contract
Documents) of four hundred thirty two thousand nine hundred seventy eight and
00/100Dollars ($432,978.00 ).
Article 4. PAYMENT PROCEDURES.
CONTRACTOR shall submit applications for payment in accordance with the General
Conditions. Applications for payment will be processed as provided in the General
Conditions.
4.1 Progress Payments. OWNER will make progress payments monthly on account of
the contract price on the basis of CONTRACTOR'S application for payment as
recommended by ENGINEER. All progress payments will be on the basis of the
progress of the Work measured by the schedule of values provided for in the
General Conditions.
4.1 .1 The OWNER may retain five (5) percent of the amount due the CONTRACTOR in
accordance with the General Conditions and as outlined herein.
4.2 Final Payment. Upon final completion and acceptance of the Work in accordance
with the General Conditions, OWNER shall pay the remainder of the contract price
as recommended by ENGINEER.
Article 5. INTEREST.
All monies not paid when due hereunder shall bear interest at the simple rate
established by the Federal Cost of Money Rate commencing at the time of a claim.
Article 6. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the
following representations:
6.1 CONTRACTOR has familiarized himself with the nature and extent of the Contract
Documents, Work, locality, and with all local conditions and federal, state and local
laws, ordinances, rules and regulations that in any manner may affect cost,
progress or performance of the Work.
6.2 CONTRACTOR has studied carefully all reports of investigations and tests of
subsurface and latent physical conditions at the site or otherwise affecting cost,
progress or performance of the Work which were relied upon by ENGINEER in the
preparation of the drawings and specifications and which have been identified in the
modifications to the General Conditions.
6.3 CONTRACTOR has made or caused to be made examinations, investigations and
tests and studies of such reports and related data in addition to those referred to
above as he deems necessary for the performance of the Work at the contract
price, within the contract time and in accordance with the otherterms and conditions
of the Contract Documents, and no additional examinations, investigations, tests,
reports or similar data are or will be required by CONTRACTOR for such purposes.
6.4 CONTRACTOR has correlated the results of all such observations, examinations,
investigations, tests, reports and data with the terms and conditions of the Contract
Documents.
6.5 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to CONTRACTOR.
Article 7. CONTRACT DOCUMENTS.
The Contract Documents which comprise the entire Agreement between OWNER and
CONTRACTOR are attached to this Agreement, made a part hereof and consist of the
following:
7.1 This Agreement.
7.2 Exhibits to this Agreement (if any).
7.3 Performance Bond, Payment Bond, and Bid Bond.
7.4 Invitation to Bid.
7.5 Instructions to Bidders and Bid Form.
7.6 Certificate(s) of Insurance.
7.7 General Conditions (by reference).
7.8 Supplementary Conditions.
7.9 Wage Rates.
7.10 Special Provisions and Measurement and Payment.
7.11 Montana Public Works Specifications, Sixth Edition, and City of Bozeman
Modifications to Montana Public Works Standard Specifications Sixth Edition, March
31, 2011 (by reference).
7.12 Appendix A and Appendix B.
7.13 Addenda listed on the Bid forms.
7.14 CONTRACTOR'S executed Bid forms.
7.15 Documentation submitted by CONTRACTOR prior to Notice of Award.
7.16 Notice of Award.
7.17 Notice to Proceed.
7.18 Any modification, including Change Orders, duly delivered after execution of
Agreement.
7.19 Any Notice of Partial Utilization.
7.20 Notice of Substantial Completion.
7.21 Notices of Final Completion and Acceptance.
There are no Contract Documents other than those listed above in this Article 7. The
Contract Documents may only be altered, amended or repealed by a modification (as
defined in the General Conditions).
Article 8, MISCELLANEOUS.
8.1 Terms used in this Agreement which are defined in the General Conditions shall
have the meanings indicated in the General Conditions.
8.2 This Agreement and all of the covenants hereof shall inure to the benefit of and be
binding upon the OWNER and the CONTRACTOR respectively and his partners,
successors, assigns, and legal representatives. Neither the OWNER nor the
CONTRACTOR shall have the right to assign, transfer or sublet his interest or
obligations hereunder without written consent of the other party. The OWNER
reserves the right to withdraw at any time from any subcontractor where Work has
proven unsatisfactory the right to be engaged in or employed upon any part of the
Work.
8.3 In the event it becomes necessary for either party to this Agreement to retain an
attorney to enforce any of the terms or conditions of this Agreement or to give any
notice required herein, then the prevailing party or the party giving notice shall be
entitled to reasonable attorney's fees and costs.
8.4 Any amendment of modifications of this Agreement or any provisions herein shall
be made in writing and executed in the same manner as this original document and
shall after execution become a part of this Agreement.
8.5 The Contractor agrees not to discriminate in the fulfillment of this Agreement on the
basis of race, color, religion, creed, sex, age, marital status, national origin, or actual
or perceived sexual orientation, gender identity or disability. The Contractor agrees
this requirement shall apply to the hiring and treatment of the Contractor's
employees and to all subcontracts.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and
year first above written.
NT R
B (SEAL &)
(ATTEST)
Title
(JOINT VENTURE)
II Oz
By Lh('745 0
Title (211C maha a r
City of Bozeman �� •. e • o■. ���_
(OWNER) �l`q 11N
By
(CITY MANAGER)
O
( ESQ
e r ■
o
APP VE Z7FORM: •• 83 .•�1 =
�7IN Co.�
.cam ` •
ITY ATTOR Y)
c:\wpdocs\forms\agreefrm.mrg
Bond No.1 900 2 46 84/1 05625 576
PERFORMANCE BOND
Any singular reference to Contractor,Surety, Owner,or other party shall be considered plural where applicable.
CONTRACTOR(Nance and Address): SURETY (Name, and Address of Principal Place of Business):
Knife River-Belgrade
P.O.Box 9 Liberty Mutual insurance Company
Belgrade,MT 59714 450 Plymouth Road,Suite 400
Plymouth Meeting,PA 19462
OWNER(Name and Address): AND
City of Bozeman
121 N.Rouse Avenue Travelers Casualty and Surety Company of America
Bozeman,MT 59771-1230 One Tower Square-2SHS
CONTRACT Hartford,CT 061 B3
Effective Date of Agreement:
Amount: $432,978.00
Description (Nai e and Location): City of Bozeman 2011 Street Improvements
BOND
Bond Number: 1900246W105625576
Date(Not earlier than Effective Date of
Agreement):
Amount: $432,978.00
Modifications to this Bond Form: None
Surety and Contractor,intending to be legally bound hereby,subject to the terms set forth below,do each cause
this Performance Bond to be duly executed by an authorized officer,agent,or representative.
CONTRACTOR AS PRINCIPAL SURETY
Liberty Mutual Insurance Company&
Knife River-Belgrade (Seal) Travelers Casualty and Surety Company of America (Seal)
Contractor's Name and Co ora eal Surety's Name and orate Seal
y:
�Pp`?7�
ur' Si atu tta Powe ttomey)
rry RrHaven slice-President
Nicole Tamble
1" int Name= Print Name
�c
Attorney-in-Fact
Attest: Attest:
ignat ii� igrtature
— 6" witness
Title s Title
Note: Provide execution by additional parties, such as joint venturers, if necessary.
EJCDC C-610 Performance Bond
Prepared by the Engineers Joint Contract Documents Committee.
Page 1 of 3
Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators,
successors, and assigns to Owner for the performance of the Contract, which is incorporated herein by
reference.
1. If Contractor performs the Contract,Surety and Contractor have no obligation under this Bond, except to
participate in conferences as provided in Paragraph 2.1.
2. If there is no Owner Default,Surety's obligation under this Bond shall arise after:
2.1 Owner has notified Contractor and Surety, at the addresses described in Paragraph 9 below, that
Owner is considering declaring a Contractor Default and has requested and attempted to arrange a
conference with Contractor and Surety to be held not later than 15 days after receipt of such notice
to discuss methods of performing the Contract. If Owner, Contractor, and Surety agree,Contractor
shall be allowed a reasonable time to perform the Contract,but such an agreement shall not waive
Owner's right,if any,subsequently to declare a Contractor Default; and
2.2 Owner has declared a Contractor Default and formally terminated Contractor's right to complete
the Contract. Such Contractor Default shall not be declared earlier than 20 days after Contractor
and Surety have received notice as provided in Paragraph 2.1;and
2.3 Owner has agreed to pay the Balance of the Contract Price to:
1. Surety in accordance with the terms of the Contract;or
2. Another contractor selected pursuant to Paragraph 3.3 to perform the Contract.
3. When Owner has satisfied the conditions of Paragraph 2, Surety shall promptly, and at Surety's expense,
take one of the following actions:
3.1 Arrange for Contractor,with consent of Owner,to perform and complete the Contract;or
j 3.2 Undertake to perform and complete the Contract itself, through its agents or through independent
contractors;or
3.3 Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for a contract
for performance and completion of the Contract,arrange for a contract to be prepared for execution
by Owner and contractor selected with Owner's concurrence,to be secured with performance and
payment bonds executed by a qualified surety equivalent to the bonds issued on the Contract, and
pay to Owner the amount of damages as described in Paragraph 5 in excess of the Balance of the
Contract Price incurred by Owner resulting from Contractor Default;or
3.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and
with reasonable promptness under the circumstances:
1. After investigation, determine the amount for which it may be liable to Owner and, as soon as
practicable after the amount is determined,tender payment therefor to Owner;or
2. Deny liability in whole or in part and notify Owner citing reasons therefor.
4. If Surety does not proceed as provided in Paragraph 3 with reasonable promptness, Surety shall be
deemed to be in default on this Bond 15 days after receipt of an additional written notice from Owner to
Surety demanding that Surety perform its obligations under this Bond,and Owner shall be entitled to enforce
any remedy available to Owner. If Surety proceeds as provided in Paragraph 3.4, and Owner refuses the
payment tendered or Surety has denied liability, in whole or in part, without further notice Owner shall be
entitled to enforce any remedy available to Owner.
5. After Owner has terminated Contractor's right to complete the Contract,and if Surety elects to act under
Paragraph 3.1, 3.2, or 3.3 above, then the responsibilities of Surety to Owner shall not be greater than those
of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those
of Owner under the Contract. To the limit of the amount of this Bond,but subject to commitment by Owner
of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated
without duplication for:
EJCDC C•610 Performance Bond
Prepared by the Engineers Joint Contract Documents Committee.
Page 2 of 3
5.1 The responsibilities of Contractor for correction of defective Work and completion of the Contract;
5.2 Additional legal, design professional, and delay costs resulting from Contractor's Default, and
resulting from the actions of or failure to act of Surety under Paragraph 3; and
5.3 Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages
caused by delayed performance or non-performance of Contractor.
6. Surety shall not be liable to Owner or others for obligations of Contractor that are unrelated to the
Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such
unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than Owner
or its heirs,executors,administrators,or successors.
7. Surety hereby waives notice of any change, including changes of time, to Contract or to related
subcontracts,purchase orders,and other obligations.
8. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent
jurisdiction in the location in which the Work or part of the Work is located, and shall be instituted within
two years after Contractor Default or within two years after Contractor ceased working or within two years
after Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the
provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to
sureties as a defense in the jurisdiction of the suit shall be applicable.
9. Notice to Surety,Owner,or Contractor shall be mailed or delivered to the address shown on the signature
page.
10. When this Bond has been furnished to comply with a statutory requirement in the location where the
Contract was to be performed,any provision in this Bond conflicting with said statutory requirement shall be
deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed
incorporated herein.The intent is that this Bond shall be construed as a statutory bond and not as a common
law bond.
11.Definitions.
11.1 Balance of the Contract Price: The total amount payable by Owner to Contractor under the
Contract after all proper adjustments have been made, including allowance to Contractor of any
amounts received or to be received by Owner in settlement of insurance or other Claims for
damages to which Contractor is entitled, reduced by all valid and proper payments made to or on
behalf of Contractor under the Contract.
11.2 Contract: The agreement between Owner and Contractor identified on the signature page,
including all Contract Documents and changes thereto.
11.3 Contractor Default: Failure of Contractor,which has neither been remedied nor waived,to perform
or otherwise to comply with the terms of the Contract.
11.4 Owner Default: Failure of Owner, which has neither been remedied nor waived,to pay Contractor
as required by the Contract or to perform and complete or otherwise comply with the other terms
thereof.
FOR INFORMATION ONLY—(Name,Address and Telephone) Willis of Minnesota,Inc.
Surety Agency or Broker: 1600 Utica Ave.south,suite 600
Minneapolis,MN
Owner's Representative(Engineer or other arty): Phone:763.302.72141s
EJCDC C-610 Performance Bond
Prepared by the Engineers Joint Contract Documents Committee.
Page 3 of 3
i
Bond No.1 9 0 0 24694/1 0 56 2 55 7 6
PAYMENT BOND
Any singular reference to Contractor,Surety,Owner,or other party shall be considered plural where applicable.
CONTRACTOR(Name and Address): SURETY (Name, and Address of Principal Place of
Knife River-Belgrade Business): Liberty Mutual Insurance Company
P.O. Box 9 450 Plymouth Road,Suite 400
Belgrade,MT 59714 Plymouth Meeting,PA 19462
OWNER(Name and Address): AND
City of Bozeman
121 N.Rouse Avenue Travelers Casualty and Surety Company of America
Bozeman,MT 59771-1230 One Tower Square-2SHS
CONTRACT Hartford,CT 06183
Effective Date of Agreement:
Amount: $432,978.00
Description (Name and Location: City of Bozeman 2011 Street Improvements
BOND
Bond Number. 19002468411056255-16
Date(Not earlier than Effective Date of
Agreement):
Amount: $432,97B.00
Modifications to this Bond Form: See Attached"Rider Amending EJCDC C-615 Payment Bond"
Surety and Contractor,intending to be legally bound hereby, subject to the terms set forth below, do each
cause this Payment Bond to be duly executed by an authorized officer,agent,or representative.
CONTRACTOR AS PRINCIPAL SURETY
Liberty Mutual Insurance Company&
Knife River-Belgrade A (Seal) Travelers Casualty and Surety Company of America (Seal)
Contractor` 'am and Co rate Sea] Surety's Name and C e al
By:
Sign
gnatu Si e ttach o r o Attorney)
Tay R. Haven Vice-President
Nicole Tamble
1.2Print Name Print Name
t Attorney-in-Fact
Title
Attest: Pj Attest:
Signature ature
C� �n
A. Witness
Title Title
Note: Provide execution by additional parties, such as joint venturers, if necessary.
EJCDC C-61S Payment Bond
Prepared by the Engineers Joint Contract Documents Committee.
Page 1 of 3
1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators,
successors, and assigns to Owner to pay for labor, materials, and equipment furnished by Claimants for use
in the performance of the Contract,which is incorporated herein by reference.
2- With respect to Owner,this obligation shall be null and void if Contractor:
2.1 Promptly makes payment, directly or indirectly,for all sums due Claimants,and
2.2 Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging
non-payment by Contractor by any person or entity who famished labor, materials, or equipment
for use in the performance of the Contract, provided Owner has promptly notified Contractor and
Surety (at the addresses described in Paragraph 12) of any claims, demands, liens, or suits and
tendered defense of such claims, demands, liens, or suits to Contractor and Surety, and provided
there is no Owner Default.
3. With respect to Claimants, this obligation shall be null and void if Contractor promptly makes payment,
directly or indirectly,for all sums due.
4. Surety shall have no obligation to Claimants under this Bond until:
4.1 Claimants who are employed by or have a direct contract with Contractor have given notice to
Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner,
stating that a claim is being made under this Bond and,with substantial accuracy,the amount of the
claim.
4.2 Claimants who do not have a direct contract with Contractor:
1. Have furnished written notice to Contractor and sent a copy, or notice thereof, to Owner, within
90 days after having last performed labor or last furnished materials or equipment included in the
claim stating, with substantial accuracy, the amount of the claim and the name of the party to
whom the materials or equipment were famished or supplied,or for whom the labor was done or
performed;and
2- Have either received a rejection in whole or in part from Contractor, or not received within 30
days of furnishing the above notice any communication from Contractor by which Contractor had
indicated the claim will be paid directly or indirectly; and
3. Not having been paid within the above 30 days, have sent a written notice to Surety (at the
address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a
claim is being made under this Bond and enclosing a copy of the previous written notice
furnished to Contractor.
5. If a notice by a Claimant required by Paragraph 4 is provided by Owner to Contractor or to Surety, that is
sufficient compliance.
6. When a Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at Surety's
expense take the following actions:
6.1 Send an answer to that Claimant, with a copy to Owner, within 45 days after receipt of the claim,
stating the amounts that are undisputed and the basis for challenging any amounts that are disputed.
6.2 Pay or arrange for payment of any undisputed amounts.
7. Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be
credited for any payments made in good faith by Surety.
8. Amounts owed by Owner to Contractor under the Contract shall be used for the performance of the
Contract and to satisfy claims, if any, under any performance bond. By Contractor furnishing and Owner
accepting this Bond, they agree that all funds earned by Contractor in the performance of the Contract are
dedicated to satisfy obligations of Contractor and Surety under this Bond, subject to Owner's priority to use
the funds for the completion of the Work.
EJCDC C-615 Payment Bond
Prepared by the Engineers Joint Contract Documents Committee.
Page 2 of 3
9. Surety shall not be liable to Owner, Claimants, or others for obligations of Contractor that are unrelated
to the Contract. Owner shall not be liable for payment of any costs or expenses of any Claimant under this
Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or
otherwise have obligations to Claimants under this Bond.
10. Surety hereby waives notice of any change, including changes of time, to the Contract or to related
subcontracts,purchase orders,and other obligations.
11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent
jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one
year from the date (1) on which the Claimant gave the notice required by paragraph 4.1 or Paragraph 4.2.3,
or (2) on which the last labor or service was performed by anyone or the last materials or equipment were
furnished by anyone under the Contract, whichever of (1) or (2) first occurs. If the provisions of this
paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense
in the jurisdiction of the suit shall be applicable.
12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the addresses shown on the
signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be
sufficient compliance as of the date received at the address shown on the signature page.
13. When this Bond has been furnished to comply with a statutory requirement in the location where the
Contract was to be performed,any provision in this Bond conflicting with said statutory requirement shall be
deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed
incorporated herein.The intent is that this Bond shall be construed as a statutory Bond and not as a common
law bond.
14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor
shall promptly furnish a copy of this Bond or shall permit a copy to be made.
15. Definitions
15.1 Claimant: An individual or entity having a direct contract with Contractor, or with a first-tier
subcontractor of Contractor,to furnish labor,materials,or equipment for use in the performance of
the Contract. The intent of this Bond shall be to include without limitation in the terms "labor,
materials or equipment"that part of water, gas, power,light,beat,oil, gasoline,telephone service,
or rental equipment used in the Contract, architectural and engineering services required for
performance of the Work of Contractor and Contractor's subcontractors, and all other items for
which a mechanic's lien may be asserted in the jurisdiction where the labor, materials, or
equipment were furnished.
15.2 Contract: The agreement between Owner and Contractor identified on the signature page,
including all Contract Documents and changes thereto.
15.3 Owner Default: Failure of Owner, which has neither been remedied nor waived,to pay Contractor
as required by the Contract, or to perform and complete or otherwise comply with the other terms
thereof.
FOR INFORMATION ONLY—(Nance,Address,and Telephone) Willis of Minnesota,Inc.
Surety Agency or Broker: 1600 Utica Ave.south,suite goo
Minneapolis,MN 55416
Owner's Representative(Engineer or other): Phone:793.302.7214
EJCDC C-615 Payment Bond
Prepared by the Engineers Joint Contract Documents Committee.
Page 3 of 3
Rider Amending EJCDC C-615 Payment Bond
This rider is to be attached to and form a part of surety bond number 190024684/105625576, dated the
day of 2011, issued by Liberty Mutual Insurance Company &Travelers Casualty and
Surety Company of America , as surety (the"Surety") on behalf of Knife River-Belgrade, as principal
(the"Principal"), in favor of City of Bozeman, as obligee (the "Obligee").
WHEREAS, the Principal has by written agreement dated the day of , 20 11, entered into a
contract(the"Contract") with the Obligee for: City of Bozeman 2011 Street Improvements
WHEREAS, upon the request of the Principal and the Ob[igee, the attached bond is hereby amended as
follows:
Paragraph 4 is amended to insert sub-paragraph 4.3, which states:
4.3 Claimants have furnished to Surety proof of claim duly sworn to by Claimants with adequate
supporting documentation proving the amount claimed is due and payable.
Paragraph 5 shall be amended to delete the word "or"and insert the word "and' in its place.
Paragraph 6 and its sub-paragraphs 6.1 and 6.2 shall be deleted in their entirety and replaced with the
following:
When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall, within 90 days of the
date when claimant finally completed its satisfactions of the conditions of Paragraph 4 notify the
Claimant of the amounts that are undisputed and the basis for challenging any amounts that are
disputed, including, but not limited to, the lack of substantiating documentation to support the claim as
to entitlement or amount, and the Surety shall pay or make arrangements for payment of any
undisputed amount; provided, however, that the failure of the Surety to timely discharge its obligations
under this paragraph or to dispute or identify any specific defense to all or any part of a claim shall not
be deemed to be an admission of liability by the Surety as to such claim or otherwise constitute a
waiver of the Contractor's or Surety's defenses to, or right to dispute, such claim. Rather, the
Claimant's sole remedy shall be the immediate right, without further notice, to bring suit against the
Surety to enforce any remedy available to it under this Bond.
Paragraph 12 shall be amended to add the following paragraph:
CLAIM NOTICE for the Liberty Mutual Insurance Company must be sent to the following address: 450
Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 and for the Travelers Casualty and Surety
Company of America must be sent to the following address: One Tower Square—2SHS Hartford, CT
06183, both marked to the attention of the Surety Claim Department
This change is effective as of the effective execution date of the Bond to which it is attached. %N1�°�`11""!''The attached bond shall be subject to tall of its terms, conditions and limitations except as he� la��:U
modified.
IN WITNESS W EOF, said Trincipal, Surety Obligee, have caused these presents Be dilly Qg erg:
and sealed this day of 2011. = i2;D
Knife River-Belgrade By: ;r .
Principal
Liberty Mutual Insurance Company By: /
Surety Nicole mble, orn -i By:
Travelers Casualty and Surety Company of America _
Surety Nic ambl ttor -in-Fa
By:
City of Bozeman
Obligee --
Surety Acknowledgment
State of MINNESOTA }
} ss.
County of Hennepin }
On this day of 2011, before me personally came Nicole Tamble, to me
known,who being by me duly sworn, did depose and say that she/he is the Attorney-in-Fact of
Federal Insurance Company & Travelers Casualty and SurM Company of America described in and
which executed the above instrument; that she/he knows the seal of said corporation; that the seal affixed
to said instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said
corporation, and that she/he signed her/she/his name to it by like or
Notary Public
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4339625
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to
the extent herein stated.
LIBERTY MUTUAL INSURANCE COMPANY
BOSTON,MASSACHUSETTS
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance
company,pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint
DENNIS LOOTS, LAURIE PFLUG, JILL SWANSON, BARBARA KELLAR, JERRY OUIMET, NINA E. WERSTEIN,
JENNIFER MILLER, BRIAN D. CARPENTER, BARBARA L. RAEDEKE, DENISE WISHCOP, TERESA HAMMERS,
NICOLE TAMBLE, ALL OF THE CITY OF MINNEAPOLIS, STATE OF MINNESOTA.......................................................
each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute,seal, acknowledge and deliver,for and on its
behalf as surety and as its act and deed,any and all undertakinVs,bonds, recognizances and other surety obligations in the penal sum not exceeding
ONE HUNDRED MILLION AND 00/100 ******************** *************** DOLLARS($ 100,000,000.00**********************)each,and the
execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the
Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons.
That this power is made and executed pursuant to and by authority of the following By-law and Authorization:
ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings-
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the
r" chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make, ea
execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such a
attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their 0
0 signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be 4)
as O binding as if signed by the president and attested by the secretary. .N
c (DBy the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys-in-fact:
d
C Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby
ro
+.. � authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and O
'o a deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. — O
(D That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. W
cE
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of C CL
Z Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 13th day of January :c�o
O O 2011 Q
d LIBERTY MUTUAL INSURANCE COMPANY L
tl;c0. 0 E
Garnet W.Elliott,Assistant Secretary w p
COMMONWEALTH OF PENNSYLVANIA ss
N COUNTY OF MONTGOMERY
�i O
C+% On this 13th day of January 2011 before me, a Notary Public, personally came Garnet W. Elliott,to me known,and acknowledged d
EO O that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above a
ar Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation.
>, IN TESTIMONY WH ",} unto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year �
ct first above written. �. �ONW � +.C1J
> Q 1 ��� C COMMONWEALTH OI'FENN5MANIA E
L CJ S OP
Notarial Seal L
OF sr.�
L Teresa P p,hi,NO;ary•Pubka 4--
P, :utb Tv.•p.Monlyomer-f Corny By C ,
V W Corcamssion Expires Maroh 2&20U 00
crrv,uun Ter sa Pastella,Notary Public v T-
CERTIFICATE i fty FO-r'
I,the undersigned,Assistant ecretary of Liberty Mutual Insurance Company,do hereby certify that the original power of attorney of which the foregoing
is a full,true and correct copy,is in full force and effect on the date of this certificate;and I do further certify that the officer or official who executed the
said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article
XIII,Section 5 of the By-laws of Liberty Mutual Insurance Company.
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the
following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March,1980.
VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a
certified copy of any power of attorney issued by the company in connection with surety bonds,shall be valid and binding upon the company
with the same force and effect as though manually affixed.
IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said company,this day of
By
David M.Carey,Ass' tit Secretary
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
AA, POWER OF ATTORNEY
TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St.Paul Guardian Insurance Company
Attorney-In Fact No. 223350 Certificate No. 004110882
KNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance
Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and
Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty
Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under
the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin
(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint
B.L.Kellar,Dennis G.Loots,Jill N.Swanson,Laurie Pflug,Nina E.Werstein,Brian D.Carpenter, Barbara L.Raedeke,
Nicole Tamble,and Teresa Hammers
I
of the City of Minneapolis State of Minnesota their true and lawful Attorneys)-in-Fact,
each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
� IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 7th
Marc 2011
day of
1 Farmington Casualty Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St.Paul Guardian Insurance Company
pASUq�A ,e gR6 6 `RN.�NSp r''�INSy'P! pelt 4p0 Y
o.SB A ;L:s y conN. g �@�c°"'+•% aqO���� �! N" �'�~J�x a°C �a`.......:2'! �v1`••... .'a° Oer {`'2 .✓� 1
I
State of Connecticut By:
City of Hartford ss. Georg Thompson, nior ice President
7th March 2011
On this the day of ,before me personally appeared George W.Thompson,who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,
Inc.,St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety
Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,
executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
p,Tl�7
In Witness Whereof,I hereunto set my hand and official seal. i��A� V�
My Commission expires the 30th day of June,2011. 'OI/BLkO Maric C.Tetrea lt,Notary Public
58440-4-09 Printed in U.S.A.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT
(See Montana Public Works Standard Specifications 6"' Edition)
I
SECTION 00810
SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS
These Supplementary Conditions to the General Conditions amend or supplement the Standard
General Conditions of the Construction Contract (No. C-700, 2007 Edition) and other provisions
of the Contract Documents as indicated below. All provisions that are not so amended or
supplemented remain in full force and effect.
SC -2.01 DELIVERY OF BONDS
Add the following to Paragraph: 2.0l.A
Engineer shall furnish to Contractor six copies of the Agreement and other Contract
Documents bound therewith. Contractor shall execute the Agreement, attach executed
copies of the required Bonds, Power of Attorney, and Certificate of Insurance and submit
all copies to Engineer who will forward them to the Owner. Owner shall execute all
copies and return two copies to the Contractor. Owner shall also furnish a counterpart or
conformed copy to the Engineer and shall retain three copies.
SC—2.03 NOTICE TO PROCEED
Delete the first sentence of Paragraph 2.03.A of the General Conditions and insert the following
in its place:
Following the execution of the Agreement by the Owner and the Contractor, written
Notice to Proceed with the Work shall be given by the Owner to the Contractor. The
Contract Time will commence to run on the day indicated in the Notice to Proceed.
SC -2.05 BEFORE STARTING CONSTRUCTION
Add a new paragraph immediately after paragraph 2.05.A.3 of the General Conditions which is
to read as follows:
2.05.A.4 Contractor shall submit a preliminary list of construction equipment with hourly
rates, owned or rented by the Contractor and all Subcontractors that will be used in the
performance of the Work. The equipment list will include information necessary to
confirm the hourly rates per Paragraph 11.0l.A.5.c of the General Conditions and these
Supplementary Conditions including: make, model, and year of manufacture as well as
the horse power, capacity or weight, and accessories.
Section 00810—6t'Edition
Supplementary Conditions to the General Conditions
Page 1 of 12
SC -2.07 INITIAL ACCEPTANCE OF SCHEDULES
Delete the first paragraph of 2.07.A of the General Conditions in its entirety and insert the
following in its place:
Prior to the first application for payment all schedules and documents identified in
paragraph 2.05.A shall be finalized and acceptable to the Engineer and Owner. No
progress payment shall be made to Contractor until acceptable schedules are submitted to
Engineer and Owner as provided below. Acceptance of these schedules and documents
by either Engineer or Owner will neither impose on Engineer or Owner responsibility for
the sequencing, scheduling or progress of the Work and will not interfere with or relieve
Contractor from Contractor's full responsibility therefore.
Add the following after Paragraph 2.07.A.3:
Contractor's Schedule of Construction Equipment will be acceptable to Engineer as to
form and substance if it provides the necessary information to reference the equipment
and establish the hourly rates in accordance with paragraph 1 1.01.A.5.c.
SC -4.01 AVAILABILITY OF LANDS
Add to Paragraph 4.01.0 of the General Conditions the following:
If it is necessary or desirable that the Contractor use land outside of the Owner's
easement or right-of-way, the Contractor shall obtain consent from the property owner
and tenant of the land. The Contractor shall not enter for materials delivery or occupy for
any other purpose with men, tools, equipment, construction materials, or with materials
excavated from the site, any private property outside the designated construction
easement boundaries or right-of-way without written permission from the property owner
and tenant.
SC -4.02 - SUBSURFACE AND PHYSICAL CONDITIONS
Delete the first sentence of 4.02.A and replace with the following:
A. Reports and Drawings: The Special Provisions identify:
Delete the reference to Supplementary Conditions in paragraph 4.02.B and replace with Special
Provisions.
Section 00810—6 h Edition
Supplementary Conditions to the General Conditions
Page 2 of 12
SC—4.03-DIFFERING SUBSURFACE OR PHYSICAL CONDITIONS
Add the following to the end of Paragraphs 4.03.A.
Contractor to notify Owner and Engineer in writing about differing subsurface or
physical conditions within 15 days of discovery and before disturbing the subsurface as
stated above.
No claim for an adjustment in the contract price or contract times (or Milestones) will be
valid for differing subsurface or physical conditions if procedures of this paragraph 4.03
are not followed.
SC-4.04 -UNDERGROUND FACILITIES
Add the following new paragraph immediately after Paragraph 4.04.A.2.
3. At least 2 but not more than 10 business days before beginning any excavation,
the Contractor shall according to MCA 69-4-501, notify all owners of
underground facilities and coordinate the Work with the owners of such
underground facilities. The information shown or indicated in the Contract
Documents with respect to existing underground facilities is based on information
and data obtained from the owners of the facilities without field exploration, and
as such, Owner and Engineer are not responsible for the accuracy or completeness
of such information or data.
SC-4.06-HAZARDOUS ENVIORNMENTAL CONDITION AT SITE
Change the first sentence of paragraph A to read as follows:
A. Reports and Drawings:The Special Provisions identify those reports..........
SC-5.02 LICENSED SURETIES AND INSURERS
lAdd the following to the end of Paragraph 5.02.A
Without limiting any of the other obligations or liabilities of the Contractor, Contractor
shall secure and maintain such insurance from an insurance company (or companies)
authorized to write insurance in the State of Montana,with minimum "A.M. Best Rating"
of A-, VI, as will protect the Contractor, the vicarious acts of subcontractors, the Owner
and the Engineer and their agents and employees from claims for bodily injury, or
property damage which may arise from operations and completed operations under this
Agreement. Contractor shall not commence work under this Agreement until such
insurance has been obtained and certificates of insurance, with binders, or certified
Section 00810—6'"Edition
Supplementary Conditions to the General Conditions
f Page 3 of 12
copies of the insurance policy shall have been filed with the Owner and the Engineer.
All insurance coverage shall remain in effect throughout the life of the Agreement,
except that the Contractor shall maintain the Commercial General Liability Policy
including product and completed operations coverage for a period of at least one year
following the substantial completion date for property damage resulting from
occurrences during the agreement period.
SC —5.04 CONTRACTOR'S LIAI31LITY INSURANCE
Add the following new paragraphs immediately after Paragraph 5.04.13:
C. The limits of liability for the insurance required by Paragraph 5.04 of the General
Conditions shall provide coverage for not less than the following amounts or greater
where required by Law or Regulations:
1. Workers' Compensation, etc. under Paragraphs 5.04.1 and 5.04.2 of the General
Conditions.
a. State Statutory
b. Applicable Federal (e.g.Longshoremans) Statutory
C. Employer's Liability $ 500,000.00
2. Contractor's Liability Insurance under Paragraphs 5.04.A.3 through 5.04. A.6 of
the General Conditions which shall also include completed operations and product
liability coverage.
a. GENERAL AGGREGATE $ 3,000,000.00
b. Products-Completed
Operations Aggregate $ 3,000,000.00
C. Personal and Advertising
d. Each Occurrence
(Bodily Injury and
Property Damage) $ 1,000,000.00
e. Coverage will include:
1. Premises -Operations
2. Operations of Independent Contractor
3. Contractual Liability
4. Personal Injury
5 Products and Completed Operations
Section 00810—6�'Edition
Supplementary Conditions to the General Conditions
Page 4 of 12
6. Broad Form Property Damage will include explosion,
collapse,blasting and underground where applicable.
7. Per Project Aggregate Endorsement
3. Automobile Liability under Paragraph 5.04.A.6 of the General Conditions:
a. Bodily Injury:
Each Person $ 500,000.00
Each Accident $ 1,000,000.00
Property Damage:
Each Accident $1,000,000.00
(or)
b. Combined Single Limit $ 1,000,000.00
Coverage to Include
1. All Owned
2. Hired
3. Non-Owned
4. Contractor's Liability Insurance under 5.04.A.3 through 5.04.A.6 may be satisfied
by primary insurance or a combination of primary and excess or umbrella
insurance. Primary occurrence limit cannot be less than $1,000,000.00.
Deductible not to exceed $5,000.00 per occurrence on property damage.
5. Add a new paragraph at the end of Paragraph 5.04.B. 1 of the General Conditions
as follows:
The Contractor's insurance coverage shall name the Owner, and Engineer and
Engineer's Consultants as an additional insured under Commercial General
Liability, Automobile Liability, Excess or Umbrella polices.
6. The Contractual Liability coverage required by Paragraph 5.04.B.4. of the
General Conditions shall provide coverage for not less than the following
amounts:
Each Occurrence $ 1,000,000.00
Aggregate $ 3,000,000.00
Section 00810—6 h Edition
Supplementary Conditions to the General Conditions
Page 5 of 12
SC- 5.04.B.5 CANCELATION NOTICE
Amend paragraph 5.04.13.5 of the General Conditions by striking out the words "30
days" and replacing them with the words "45 days" and as so amended paragraph
5.04.B.5 remains in effect.
SC - 5.06 PROPERTY INSURANCE
Delete Article 5.06.A of the General Conditions in its entirety and insert the following in its
place:
A. Contractor shall purchase and maintain property insurance upon the work at the
site in the amount of the full replacement cost thereof(subject to such deductible
amounts as may be provided in these Supplementary Conditions or required by
Laws and Regulations). This insurance shall:
1. Include the interests of Owner, Contractor, Subcontractors, Sub-
Subcontractors Engineer, Engineer's Consultants, and any other
persons or entities identified in the Supplementary Conditions, each
of whom is deemed to have an insurable interest and shall be listed
as an insured or additional insured;
2, be written on a Builder's Risk "all risk' or open peril or special
causes of loss policy form that shall at least include insurance for
physical loss and damage to the Work, temporary buildings, false
work and materials and equipment in transit and shall insure against
at least the following perils or causes of loss: fire, lightning,
extended coverage, theft, vandalism and malicious mischief,
earthquake, collapse, debris removal, demolition occasioned by
enforcement of Laws and Regulations, water damage (other than
caused by floods), and other perils or causes of loss as may be
specifically required by the Supplementary Conditions.
3. include expenses incurred in the repair or replacement of any insured
property (including but not limited to the fees and charges of
engineers and architects);
4. cover materials and equipment in transit for incorporation in the
Work or stored at the site or at another location prior to being
incorporated in the Work, provided that such materials and
equipment have been included in an Application for Payment
j recommended by Engineer; and
5. be endorsed to allow occupancy and partial utilization of the Work
by Owner.
Section 00810—6'"Edition
Supplementary Conditions to the General Conditions
Page 6 of 12
6. include testing and start-up; and
I
7. be maintained in effect until final payment is made unless otherwise
agreed to in writing by Owner, Contractor, and Engineer with thirty
days written notice to each other additional insured to whom a
certificate of insurance has been issued.
B. Contractor shall be responsible for any deductible or self-insured retention.
I
C. The policies of insurance required to be purchased and maintained by Contractor
in accordance with this Paragraph SC5.06 shall comply with the requirements of
Paragraph 5.06.0 of the General Conditions.
D. The policies of insurance required to be purchased and maintained by Contractor
in accordance with this Article 5.06.A shall comply with the requirements of GC -
5.06.C. The qualifications of the insurance company shall comply with the
requirements of SC-5.02.A.
SC-6.02 Working Hours
J Add the following to Paragraph 6.02.B:
Regular working hours are defined as 8:00 AM. to 5:00 P.M. Emergency work may be
J done without prior penrnission.
I SC-6.04 PROGRESS SCHEDULE
Delete Paragraph 6.04.A.1 of the General Conditions in its entirety and replace with the
following:
1. Contractor shall submit to Engineer with each application for payment an updated
progress schedule reflecting the amount of work completed and adjustments to future
work. Such adjustments will be acceptable to Engineer as providing an orderly
progression of the Work to completion within any specified milestones and the Contract
Time. No progress payment will be made to Contractor until the updated schedules are
submitted to and acceptable to Engineer and Owner. Review and acceptance of progress
schedules by the Engineer will neither impose on Engineer responsibility for the
sequencing, scheduling or progress of the Work, nor interfere with or relieve Contractor
from Contractor's full responsibility therefore.
Section 00810—6d'Edition
i
Supplementary Conditions to the General Conditions
Page 7 of 12
SC-6.13 SAFETY AND PROTECTION
Change Supplementary Conditions in paragraph 6.13.0 to Special Provisions.
Add new paragraphs to the end of paragraph 6.13.F of the General Conditions as follows:
G. It is expressly understood by the parties to this Agreement that the Contractor is
solely responsible for initiating, maintaining, and supervising safety precautions
and programs in connection with the Work. The right of the Owner and Engineer
to observe or otherwise review the Work and operations shall not relieve the
Contractor from any of his covenants and obligations hereunder. Contractor shall
incorporate all safety requirements into his construction progress and work
schedules including preconstruction and scheduled monthly safety meetings,
posted safety rules, tailgate meetings, and site inspections by safety and other
inspectors employed by the Contractor.
H. The Contractor shall be responsible for and shall take necessary precautions and
provide all material and equipment to protect, shore, brace, support and maintain
all underground pipes, conduits, drains, sewers, water mains, gas mains, cables,
etc., and other underground construction uncovered in the proximity, or otherwise
affected by the construction work performed by him. All pavement, surfacing,
driveways, curbs, walks, buildings, grass areas, trees, utility poles or guy wires
damaged by the Contractor's operations in the performance of this work shall be
repaired and/or replaced to the satisfaction of the Owner, Engineer, and effected
property owner at the Contractor's expense. The Contractor shall also be
responsible for all damage to streets, roads, highways, shoulders, ditches,
embankments, culverts, bridges, or other public or private property or facility,
regardless of location or character, which may be caused by moving, hauling, or
otherwise transporting equipment, materials, or men to and from the work or any
part of site thereof; whether by him or his subcontractors. The Contractor shall
make satisfactory and acceptable arrangements with owner of, or the agency or
authority having jurisdiction over, the damaged property or facility concerning its
repair or replacement or payment of costs incurred in connection with said
damage.
I. The Contractor shall conduct his work so as to interfere as little as possible with
public travel, whether vehicular or pedestrian. Whenever it is necessary to cross,
obstruct, or close roads, driveways, and walks, whether public or private, the
Contractor shall obtain approval from the governing party and shall, at his own
J expense, provide and maintain suitable and safe bridges, detours, and other
temporary expedients for the accommodation of public and private drives before
interfering with them. The provisions for temporary expedients will not be
required when the Contractor has obtained permission from the owner and tenant
of the private property, or from the authority having jurisdiction over public
property involved,to obstruct traffic at the designated point.
i
Section 00810—61°Edition
Supplementary Conditions to the General Conditions
Page 8 of 12
I
J. Safety provisions must be entirely adequate and meet with City or State and
Federal regulations to protect the public on these streets and roads.
SC- 6.20 INDEMNIFICATION
Add a new paragraph immediately after paragraph 6.20.A. of the General Conditions which is to
read as follows:
While Owner and Engineer may have the right under this Contract to observe or
otherwise review the work, progress and operations of the Contractor, it is
expressly understood and agreed that such observation shall not relieve the
Contractor from any of its covenants and obligations hereunder.
SC-9.03 PROJECT REPRESENTATIVE
Refer to the Special Provisions for identification of the responsibilities and authority and
limitations of the Engineer's Resident Project Representative (if any).
SC- 11.01 COST OF THE WORK
i
Delete paragraph 11.01 .A.5.c of the General Conditions in its entirety and insert the following in
its place:
11.0l.A.5.c The rental of all construction equipment and machinery and parts thereof
whether rented from Contractor or rented from others. The cost shall be calculated as
J follows and will include the costs of transportation, loading, unloading, assembly,
dismantling and removal thereof for equipment involved only in the changed portion of
the work covered under the cost of the Work method. Transportation, loading and
assembly costs will not be included for equipment already on the site which is being used
for other portions of the Work. The cost of any such equipment, machinery, or parts shall
cease when the use thereof is no longer necessary for the Work. Hourly equipment and
machinery rates shall be calculated from the Rental Rate Blue Book for Construction
Equipment, and the Equipment List submitted according to SC 2.05 and SC 2.07, and as
follows:
1. For working equipment, the hourly rate shall be the monthly rental rate
divided by 176 hours per month plus the hourly operating cost.
2. For equipment on standby, the hourly rate shall be 50% of the monthly
rental rate divided by 176 hours per month, and the hourly operating cost
shall not be applied.
3. For specialized equipment rented for a short duration used for change
order work or additional work not part of the scope of work bid, the
I
Section 00810—6'"Edition
Supplementary Conditions to the General Conditions
J Page 9 of 12
i
equipment rental rates will be negotiated prior to the work being
performed.
i
SC-11.03 UNIT PRICE WORK
Delete paragraph 11.03.D.1 and 2 of the General Conditions in its entirety and insert the
following in its place:
j 1. the quantity of a particular item of Unit Price Work performed by Contractor differs by
more than 25% from the estimated quantity of such item indicated in the Agrcement, and
j2. the total cost of the particular individual item of Unit Price Work amounts to 10% or
more of the Contract Price which is the total sum of all schedules (if any), and
i
SC- 14.02.A APPLICATIONS FOR PAYMENTS
Add the following language at the end of paragraph 14.02.A.1 of the General Conditions:
l
Payments for materials in storage shall be based only upon the actual cost of the materials
and equipment to Contractor and shall not include any overhead or profit. Bill of Sale,
invoice or other document warranting clear title for materials in storage will be waived
for the material in storage included in the first progress payment application. However,
j proof of payment and clear title must be submitted with Application No. 2 for all material
I included in Application No. 1. Without such documentation amounts paid for materials in
storage will be deducted from subsequent payments. Beginning with the second
application, all requests for payment for materials in storage shall be accompanied by Bill
of Sale, invoice or other document warranting clear title as required above.
Add the following to Paragraph 14.02.A.3:
In accordance with state law the Owner may accept deposited securities in lieu of cash
retainage. Retainage may be used by the Owner to offset costs for any of the losses
enumerated in Paragraphs 14.02.B.5.a through 14.02.B.5.d inclusive, 14.02.D.1.a. through
14.02.D.1.d inclusive, or 15.02.C. In addition retainage may be used by the Owner to
protect against loss from failure by the Contractor to complete necessary work and to
offset any liquidated damages due Owner.
Add a new paragraph after paragraph to 14.02.A.3 to read:
4. Each application for progress payment shall be accompanied by Contractor's
updated progress schedule, shop drawing schedule, procurement schedule, and
other data specified herein or reasonably required by Owner or Engineer. The
Owner reserves the right to require submission of monthly certified payrolls by the
Contractor.
Section 00810—6'"Edition
Supplementary Conditions to the General Conditions
Page 10 of 12
SC— 14.02.0 PAYMENT BECOMES DUE
Delete Paragraph 14.02.C.1 of the General Conditions in its entirety and insert the following in
its place:
1. The Owner will, upon presentation to him of the Contractor's Application for
Payment with Engineer's recommendation, review and act upon said payment
request once each month on or about the day of each month stipulated by the
Owner at the preconstruction conference. Payment will become due when Owner
approves the application for payment and when due, will be paid by Owner to
Contractor.
SC- 14.02.D.I.c
Amend the sentence of Paragraph 14.02.D.1.c to read:
entitling Owner to a set-off against the amount recommended, including liquidated
damages;or...
SC-14.03 CONTRACTORS WARRANTY OF Tlnx
Add the following at the end of Paragraph 14.03.A of the General Conditions:
Neither recommendation of any progress payment by Engineer nor payment by the
Owner to Contractor, nor any use or occupancy of the Work or any part thereof will
release the Contractor from complying with the Contract Documents. Specifically the
Contractor shall maintain in accordance with Article 5, property insurance on all Work,
materials, and equipment whether incorporated in the project or not and whether included
in an application for payment or not, for the hull insurable value thereof. Passing title to
Owner for materials and equipment included in an application for payment does not
relieve the Contractor of the Contractor's obligation to provide insurance (including
property insurance) as required in Article 5 of the General Conditions and these
Supplementary Conditions. All insurance shall remain in effect as provided in Article 5.
SC- 14.05 PARTIAL UTILIZATION
Add the following to Paragraph 14.05.A:
Owner has the right to take possession of or use any completed or substantially
completed portions of the work at any time, but such taking possession or use will not be
deemed an acceptance of any work not completed in accordance with the Contract
Documents. Owner's use of any facilities so identified in the Contract Documents will
not be grounds for extension of the contract time or change in the contract price. Owner's
use of any facilities not specifically identified in the Contract Documents will be in
Section 00810—6 h Edition
Supplementary Conditions to the General Conditions
Page 11 of 12
I
accordance with conditions agreed to prior to such use, and any extra costs or delays in
completion incurred and properly claimed by Contractor will be equitably adjusted with a
Change Order. Facilities substantially completed in accordance with the Contract
Documents which are occupied or used by Owner prior to substantial completion of the
entire work will be done in accordance with General Conditions 14.04. Guarantee
periods for accepted or substantially completed work including mechanical and electrical
equipment will commence upon the start of continuous use by Owner. All tests and
instruction of Owner's personnel must be satisfactorily completed, and Owner shall
assume responsibility for and operation of all facilities occupied or used except as may
arise through portions of work not yet completed by Contractor If the work has been
substantially completed and the Engineer certifies that full completion thereof is
materially delayed through no fault of the Contractor, the Owner shall, without
terminating the Agreement, make payment of the balance due for the portion of the work
fully completed and accepted.
SC- 14.06 FINAL INSPECTION
Add the following to Paragraph 14.06.A:
After Contractor has remedied all deficiencies to the satisfaction of the Engineer and
delivered all construction records, maintenance and operating instructions, schedules,
guarantees, bonds, certificates of inspection, and other documents (all as required by the
Contract Documents), Owner and Contractor shall be promptly notified in writing by
Engineer that the work is acceptable.
SC- 17.01 GIVING NOTICE
Add the following to Paragraph 17.01.A:
The mailing address for giving notices to Contractor given in the Agreement is hereby
designated as the place to which all notices, letters, and other communication to
Contractor will be mailed or delivered. The mailing address for giving notices to Owner
given in the Agreement is hereby designated as the place to which all notices, letters, and
other communication to Owner shall be mailed or delivered. Either party may change his
address at any time by an instrument in writing delivered to Engineer and to other party.
END OF SECTION 00810
I
I
I
Section 00810—6 h Edition
Supplementary Conditions to the General Conditions
Page 12 of 12
MONTANA
PREVAILING WAGE RATES FOR HIGHWAY CONSTRUCTION 2011
Effective: January 27, 2011
Brian Schweitzer, Governor
State of Montana
Keith Kelly, Commissioner
Department of Labor & Industry
To obtain copies of prevailing wage rate schedules, or for information relating to public works projects and payment of
prevailing wage rates visit ERD at www.mtwagehourbopa.com or contact them at:
Employment Relations Division
Montana Department of Labor and Industry
P. O. Box 201503
Helena, MT 59620-1503
Phone 406-444-5600
TDD 406-444-5549
The Labor Standards Bureau 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, 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 18-2-401, et seq., Montana Code
Annotated. It is required that each employer pay(as a minimum)the rate of wages, including fringe benefits, travel
allowance and per diem applicable to the district in which the work is being performed, as provided in the attached wage
determinations.
All Montana Prevailing Wage Rates are available on the internet at www.mtwagehourbopa.com or by contacting the
Labor Standards Bureau at(406)444-5600 or TDD (406)444-5549.
In addition,this publication provides general information concerning compliance with Montana's Prevailing Wage Law and
the payment of prevailing wages. For detailed compliance information relating to public works contracts and payment of
prevailing wage rates, please consult the regulations on the internet at www.mtwagehourbopa.com or contact the Labor
Standards Bureau at(406) 444-5600 or TDD (406)444-5549.
KEITH KELLY
Commissioner
Department of Labor and Industry
State of Montana
TABLE OF CONTENTS
MONTANA PREVAILING WAGE REQUIREMENTS:
A. Date of Publication ............................................................................................................................ i
B. Definition of Highway Construction ......................................................................................................... i
C. Definition of Public Works Contracts ...................................................................................................... i
D. Prevailing Wage Schedule ..................................................................................................................... i
E. Rates to Use for Projects ......................................................................................................................... i
F. Wage Rate Adjustments for Multiyear Contracts ....................................................................................... ii
G. Fringe Benefits .................................................................................................................................. ii
H. Apprentices ...................................................................................................................................... ii
I. Posting Notice of Prevailing Wages ....................................................................................................... ii
J. Employment Preference ..................................................................................................................... ii
WageRates ..................................................................................................................................... 1-5
A. Date of Publication January 27,2011
I
B. Definition of Highway Construction
The Administrative Rules of Montana(ARM)24.17.501(3)—(3)(a),Public Works Contracts For Construction Services
Subject to Prevailing Rates,states: "Highway construction projects include, but are not limited to, the construction,
alteration, or repair of roads, streets, highways, runways, tariways, alleys, trails,paths, and parking areas, bridges
constructed or repaired in conjunction with highway work, and other similar projects not incidental to building
construction or heavy construction.
Highway construction projects include, but are not limited to, alleys, base courses, bituminous treatments. bridle paths,
concrete pavement, curbs, excavation and embankment(for road construction),fencing(highway,grade crossing
elimination (overpasses or underpasses),guard rails on highways, highway signs,highway bridges(overpasses,
underpasses,grade.separation), medians,parking lots,parkways, resurfacing streets and highways, roadbeds, roadways,
runways, shoulders, stabilizing courses,storm sewers incidental to road construction,street paving, surface courses,
taxiways, and trails."
j Federal Davis-Bacon wage rates as published in U.S.Department of Labor General Wage Decision No.MT 100002
Modification No.0 have been adopted by the Montana Department of Labor and Industry for use in Highway Construction
projects and are included in this publication.These rates apply statewide or as shown in MT100002 Modification No.0.
C. Definition of Public Works Contracts
Montana Code Annotated,section 18-2-40 1(1 1)(a),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 525,000..."
D.Prevailing Wage Schedule
This publication covers only Highway Construction occupations and rates in the specific Iocalities mentioned herein.
These rates will remain in effect until superseded by a more current publication.Current prevailing wage rates schedules
for Building Construction,Heavy Construction and Nonconstruction Services occupations can be found on the internet at
www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at(406)444-5600 or TDD(406)444-5549.
E.Rates to Use for Projects
Rates to be used on a public works project are those that are in effect at the time the project and bid specifications are
advertised.
�I
------- —._. — _ — `—_ Page t ----
HIGHWAY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY 27, 2011
F.Wage rate adjustments for multiyear contracts
Section 18-2-417,Montana Code Annotated 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.
I
(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 ofprevailing 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 of the Montana Code Annotated states:
"(1) To fiul ill the obligation...a contractor or subcontractor mav:
I
(a)pay the amount off•inge benefits and the basic hourly rate of pav 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 funO plan, or program that
i meets the requirements of the Employee Retirement Income Security Act of 1974 or that is a bona fide program approved
by the U. S. department of labor; or
(c)make payments using any combination of methods set forth in subsections(1)(a)and(1)(b)so that the aggregate of
payments and contributions is not less than the standard prevailing rate of wages, including fringe benefits and travel
allowances, applicable to the district for the particular tyre of work being performed
l (2) The fringe benefit fund,plan, or program described in subsection(1)(b)must provide benefits to workers or employees
for health care,pensions on retirement or death, life insurance, disability and sickness insurance, or bona fide programs
that meet the requirements of the Employee Retirement Income Security_Act of 1974 or that are approved by the U. S.
department of labor."
Fringe benefits are paid for all hours worked(straight time and overtime hours). However,fringe benefits are not to be
considered a part of the hourly rate of pay for calculating overtime,unless there is a collectively bargained agreement in
effect that specifies otherwise.
H.Apprentices
Wage rates for apprentices registered in approved federal or state apprenticeship programs are contained in those
programs. Additionally,section 18-2-416(2),Montana Code Annotated 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 prevailing wage rate when
working on a public works contract.
I.Posting Notice of Prevailing Wages
Section 18-2-406,Montana Code Annotated,provides that contractors,subcontractors,and employers who are
`perforating work or providing construction services under public works contracts, as provided in this part,shall post in
a prominent and accessible site on the project or staging area, not later than the first day of work and continuing for the
entire duration of the project„ a legible statement of all wages to be paid to the employees."
J.Employment Preference
Sections 1.8-2-403 and 18-2-409,Montana Code Annotated require contractors to give preference to the employment of
bona fide Montana residents in the performance of work on public works contracts.
_--- Page ii
HIGHWAY CONSTRUCTION SERVICES 2011 EFFECTIVE J ANUARY 27, 2011
I
MONTANA STATEWIDE PREVAILING
DAVIS-BACON
Effective: January 27, 2010
HIGHWAY CONSTRUCTION WAGE RATES
General Wage Determinations Issued Under
the Davis-Bacon and Related Acts
State: Montana
Construction Types: Highway
Counties: Montana Statewide.
-----------...._.._....-..........._.__----------------_._.._._._._._._..__ Page 1 _...._____.__________.___..�..------._...__.____-___...
HIGHWAY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY 27, 2011
**ZONE PAY**
CEMENTS MASONS, IRON WORKERS, LABORERS, POWER EQUIPMENT OPERATORS, TRUCK DRIVERS
The hourly wage rates applicable to each project shall be determined by measuring the road miles over the shortest
practical maintained route from the County Courthouse of the following towns to the center of the job:
BILLINGS, BOZEMAN, BUTTE, GREAT FALLS, HAVRE, HELENA, KALISPELL, LEWISTOWN, MILES CITY,
MISSOULA
ZONE 1: 0 to 30 miles- Free
ZONE 2: 30 to 60 miles-Base Pay+ $2.50
ZONE 3: Over 60 miles- Base Pay+$4.00
CARPENTERS:
ZONE 1: 0 to 30 miles- Free
ZONE 2: 30 to 50 miles- Base Pay+ $3.00
ZONE 3: Over 50 miles- Base Pay+$4.80
----------------------------------------------------------------
Rates Fringes
CARPENTER
Carpenter, Piledriverman $22.71 $8.85
Millwright $24.78 $8.85
----------------------------------------------------------------
Rates Fringes
CEMENT MASONICONCRETE FINISHER $21.37 $8.50
----------------------------------------------------------------
Rates Fringe
ELECTRICIAN
Area 1 $18.74 $2.93 +3.8%
Area 2 $20.13 $4.76 + 3.8%
Area 3 $19.98 $3.44+ 3.8%
Area 4 $19.84 $3.51 + 3.8%
Area 5 $20.54 $3.54 + 3.8%
Area 6 $18.02 $3.44 + 3.8%
LINE CONSTRUCTION
Rates Fringes
Equipment Operator $19.16 $5.05
Groundman $15.40 $5.05
ELECTRICIANS AREA DESCRIPTIONS
AREA 1: Beaverhead, Deer Lodge, Granite,Jefferson, Madison, Silver Bow, and Powell Counties
AREA 2: Big Horn, Carbon, Carter, Custer, Dawson, Fallon, Garfield, Golden Valley, Musselshell, Powder River, Prairie,
Rosebud, Stillwater,Treasure,Wibaux, and Yellowstone Counties
_ ---------- ---- - Page 2 - _--------------- - �__- ------ - - -- ---........
-
HIGHWAY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY 27, 2011
AREA 3: Blaine, Cascade, Chouteau, Daniels, Fergus, Glacier, Hill, Judith Basin, Liberty, McCone, Petroleum, Pondera,
Phillips, Richland, Roosevelt,Sheridan, Teton,Toole,Valley, and Wheatland Counties
AREA 4: Broadwater, Lewis and Clark, and Meagher Counties
AREA 5: Flathead, Lake, Lincoln, Mineral, Missoula, Ravalli, and Sanders Counties
AREA 6: Gallatin, Park, and Sweet Grass Counties
----------------------------------------------------------------
IRONWORKER
Flathead, Glacier, Lake, Lincoln, Mineral, Missoula and Sanders Counties
Rates Fringes
$25.50 $14.36
Remaining Counties
Rates Fringes
$23.15 $13.71
----------------------------------------------------------------
Rates Fringes
LABORER
Group 1 $17.18 $6.75
Group 2 $19.97 $6.75
Group 3 $20.17 $6.75
Group 4 $21.07 $6.75
LABORERS CLASSIFICATION
GROUP 1: Flag person
GROUP 2: All General Labor Work; Burning Bar; Bucket Man; Carpenter Tender; Caisson Worker; Cement Mason
Tender; Cement Handler(dry); Chuck Tender; Choker Setter; Concrete Worker; Curb Machine-Lay Down; Crusher and
Batch Plant Worker; Fence Erector; Form Setter; Form Stripper; Heater Tender; Landscaper; Pipe Wrapper; Pot Tender;
Powderman Tender; Rail and Truck Loaders and Unloaders; Riprapper; Sealants for Concrete and other materials; Sign
Erection, Guard Rail and Jersey Rail; Stake Jumper; Spike Driver; Signalman;Tail Hoseman;Tool Checker and
Houseman;Traffic Control Worker.
GROUP 3: Concrete Vibrator; Dumpman (Grademan); Equipment Handler; Geotextile and Liners; High-Pressure
Nozzlemen;Jackhammer(Pavement Breaker); Laser Equipment; Non-riding Rollers; Pipelayer; Posthole Digger(power);
Power Driven Wheelbarrow; Rigger; Sandblaster; Sod Cutter-Power;Tampers.
GROUP 4: Ashpalt Raker; Cutting Torch; Grade Setter; High-Scaler; Power Saws (Faller&Concrete); Powderman
($1.00 per hour above Group 4 rate); Rock& Core Drill;Track or Truck Mounted Wagon Drill;Welder including Air Arc.
-— -- ---------—- ----- --- _.. . —---- Page 3
HIGHWAY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY 27, 2011
Rates Fringes
PAINTER $24.00 $8.00
Pavement Marking/Milling and related work. Includes operating marking and all other equipment and all work involved in
traffic marking including removal, surface preparation and application of pavement markings including epoxies, paints,
tape, buttons, thermo-plastics and any other products applied for traffic marking purposes and for directing and regulating
traffic, and cutting Rumble Strips.
----------------------------------------------------------------
Rates Fringes
POWER EQUIPMENT OPERATOR
Group 1 $21.52 $8.00
Group 2 $23.55 $8.00
Group 3 $24.41 $8.00
Group 4 $25.10 $8.00
Group 5 $26.44 $8.00
Group 6 $27.13 $8.00
Group 7 $29.23 $8.00
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: A-Frame Truck Crane;Air Compressor;Auto Fine Grader; Belt Finishing Machine; Boring Machine(small);
Cement Silo, Crane; Crusher Conveyor, DW-10, 15, and 20 Tractor Roller; Farm Tractor; Forklift; Form-Grader; Front-End
Loader under 1 cu yd; Oiler, Heavy Duty Drills; Pumpman; Oiler(All, except Cranes and Shovels).
GROUP 2: Air Doctor; Backhoe/Excavator/Shovel to &incl 3 cu yd Bit Grinder; Bitunimous Paving Travel Plant; Boring
Machine, large; Broom, Self-Propelled; Concrete Bucket Dispatcher; Concrete Conveyor; Concrete Finish Machine;
Concrete Float and Spreader; Concrete Travel Batcher; Distributor; Dozer, Rubber Tired, Push,and Side Boom; Drills,
Heavy Duty (all types); Elevating Grader/Gradall; Field Equipment Serviceman; Front-End Loader 1 cu yd to and incl. 5
cu yd; Grade Setter; Hoist/Tugger(All Hydralift&Similar); Industrial Locomotive; Motor Patrol(Except Finish); Mountain
Skidder; Oiler, Cranes &Shovels; Pavement Breaker, EMSCO; Power Saw, Self-Propelled; Pugmill; Pumperete/Grout
Machine,- Punch Truck; Rollers (All except Asphalt Finish and Breakdown); Ross Carrier; Rotomill under 6 ft;Trenching
Machine; Washing/Screening Plant.
GROUP 3: Asphalt Finish Roller; Asphalt Breakdown Roller;Asphalt Paving Machine; Backhoe/Excavator/Shovel larger
than 3 cu yd;Asphalt Screed; Concrete Batch Plant; Cableway Highline; Concrete Curing Machine; Cranes,24 tons &
under; Cranes, Creter; Cranes, Electric Overhead; Concrete Pump; Curb Machine/Slip Form Paver; Finish Dozer;
Mechanic/Welder; Pioneer Dozer; Rotomill 6 ft and over; Scraper, Single Engine; Scraper Twin or Pulling Belly Dump; Yo
Yo Cat Front-End Loader over 5 cu yd.
GROUP 4: Asphalt/Hot Plant Operator-, Cranes,25 tons to 44 tons; Crusher Operator; Finish Motor Patrol; Finish
Scraper.
SPECIAL OPERATORS:
GROUP 5: Cranes,45 tons to and including 74 tons
GROUP 6: Cranes,75 tons to and including 149 tons
GROUP 7: Cranes, 150 tons to and including 250 tons; Cranes over 250 tons: add$1.00 for every 100 tons over 250
tons; Crane, Stiff-Leg or Derrick; Crane,Tower(all); Crane,Whirley (all); Helicopter Hoist.
_..-.._...-------------- -_......._...-.. -_.._..._.... .. Page 4 _—_... ___ --- —._..........
HIGHWAY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY 27, 2011
TRUCK DRIVER
Rates Fringes
Group 1 $18.54 $7.86
Group 2 $23.69 $7.86
GROUP 1: Pilot Car
GROUP 2: Combination Truck and Concrete Mixer and Transit Mixer; Dry Batch Trucks; Distributor Driver; Dumpman;
Dump Trucks and similar equipment; Dumpster; Flat Trucks; Lumber Carriers; Lowboys; Pickup; Powder Truck Driver;
Power Boom; Serviceman; Service Truck/Fuel Truck/Tireperson;Truck Mechanic; Trucks with Power Equipment;
Warehouseman, Partsman, Cardex and Warehouse Expeditor;Water Trucks.
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
END OF GENERAL DECISION
_..... ........ _. __.._ -____.- Pages --_-___.._.._._.____.---_--.-- -.____.._-_-- --_._.. __._..__...
HIGHWAY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY 27, 2011
SPECIAL PROVISIONS
1. GENERAL
The work to be performed under this contract involves furnishing all labor, materials,
equipment, supplies and services necessary for the construction of Seal Coating, Cold Milling,
Hot Mix Overlays, and Pavement Marking Replacement.
All work shall be performed in accordance with applicable sections of the Montana Public
Works Standard Specifications Sixth Edition (MPWSS), and as further modified bythe City of
Bozeman Modifications to MPWSS, dated March 31, 2011,which is hereby included as part of
these specifications. All references to MPWSS sections, unless otherwise noted, is a
reference to said Montana Public Works Standard Specifications.
All correspondence and official authorization concerning the work shall be with the City
Engineer or his designated representatives as identified at the preconstruction meeting. Any
changes in the Work or schedule not authorized by the above shall be deemed as
unauthorized and shall be done at Contractors risk at no cost to the Owner. All damages,
reparations, and costs thus incurred during the progress of such unauthorized work shall be
borne exclusively by the Contractor.
2. SCOPE OF WORK
Schedule 1: This work consists of cold milling and re-paving portions of Kagy Blvd. followed by
seal coating (chip sealing) and pavement markings; and a hot mix asphalt overlay of portions
of Baxter Lane as shown on the plans in Appendix B of the Contract Documents.
Schedule 2: This work consists of seal coating (chip sealing) various streets within the City of
Bozeman as shown in Appendix B of the Contract Documents in accordance with the
provisions of these specifications.
Schedule 3: This work consists of seal coating (chip sealing)the various streets within the City
of Bozeman (Sundance Springs Subdivision) as shown in Appendix B of the Contract
Documents in accordance with the provisions of these specifications.
3. AWARD OF CONTRACT
The award of the contract, if awarded, will be made within the period specified in the Invitation
to Bid to the lowest responsive, responsible Bidder whose Bid complies with all the
requirements prescribed herein. The successful Bidder will be notified by letter, mailed to the
address shown on the Bid, that his Bid has been accepted and that he has been awarded a
contract. Only one contract will be awarded. Award of Schedule 3 is contingent upon
concurrence of the Sundance Springs Subdivision Homeowners Association.
1 SPECIAL PROVISIONS
4. TIME OF COMMENCEMENT AND COMPLETION DATE
The beginning of the Contract Time shall be stated in a written NOTICE TO PROCEED written
by the City Engineer to the Contractor. In establishing the date when Contract Time begins,
the Engineer will consider that the contract time begins following delivery of the NOTICE TO
PROCEED. A separate notice to proceed may be issued for each separate or combined bid
schedule. Where multiple schedules are awarded under a single contract, the contract times
shall run concurrently, unless the City agrees to issue separate notices to proceed. The
Contract Time will expire automatically the number of calendar days stated as Contract Time,
except as the Contract Time may be extended by change order. Due to funding
considerations, work may not begin earlier than July 1, 2011.
5. LIQUIDATED DAMAGES
Subject to the provisions of the Contract Documents, the Owner shall be entitled to liquidated
damages for failure of the Bidder to complete the work within the specified contract time.
The Bidder agrees to pay liquidated damages for compensation to the Owner for expenses
incurred by the Owner during the contract time overrun.
As compensation for expenses incurred, the Contractor shall be assessed a liquidated
damage of$100.00 per calendar day for each day that the work remains uncompleted beyond
the contract period. Liquidated damages shall be paid by deduction from monthly progress
payments and the final payment.
6. COST LIMITATIONS
The Owner reserves the right to eliminate or reduce certain proposal items from the project
following the Bid Opening to make the project financially feasible with the limitations of the
funds allocated for this project. The determination of which items shall be eliminated shall be
the responsibility of the Owner.
7. NAMES, PRODUCTS AND SUBSTITUTIONS
Where products or materials are specified by manufacturer, trade name, or brand, such
designations are intended to indicate the required quality,type, utility, and finish. Requests for
proposed substitution shall include complete specifications and descriptive data to prove the
equality of proposed substitutions. Substitutions shall not be made without the written
approval of the Owner. No substitutions will be considered until after contract award.
8. APPROVAL OF EQUIPMENT AND MATERIALS
The Contractor shall furnish to the Owner or its Engineer for approval the name of the
manufacturer of machinery, mechanical and other equipment and materials which he
contemplates using in execution of the work, together with the performance capacities and
2 SPECIAL PROVISIONS
such other information which may be pertinent or required by the Owner.
9. BIDDER'S QUALIFICATIONS
The Contractor shall show evidence that he has the finances, organization, and equipment to
perform the work with a limited number of subcontractors. The Contractor will be required to
have a full-time resident General Superintendent on the job at all times while the work is in
progress. He shall be in a position to direct the work and make decisions either directly or
through immediate contact with his superior. Absence or incompetence of the superintendent
shall be reason for the Owner to stop all work on the project.
10. WARRANTY
If, within one year after acceptance of the work by the Owner, any of the work is found to be
defective or not in accordance with the Contract Documents, and upon written notice from the
Owner, the Contractor shall correct any work beginning within seven (7) calendar days of said
written notice. Should the Contractor fail to respond to the written notice within the designated
time, the Owner may correct the work at the expense of the Contractor.
11. SCHEDULING
Prior to or at the PRECONSTRUCTION CONFERENCE, the Contractor shall provide the City
Engineer the following schedules:
A. A practicable CONSTRUCTION PROGRESS SCHEDULE showing the order,
timing, and progress in which the Contractor proposes to prosecute the work. This schedule
shall be in Bar Graph, CPM or PERT format. The schedule shall be updated and re-submitted
as necessary to reflect project changes.
B. A PAYMENT SCHEDULE showing the anticipated amount of each monthly payment
that will become due the Contractor in accordance with the Construction Progress Schedule.
C. A TRAFFIC CONTROL PLAN detailing the methods and means of controlling traffic
for the specific conditions involved with each construction schedule.
The Contractor shall limit working hours to 7:00 a.m. to 7:00 p.m., Monday through Friday. No
work shall be done outside of these hours unless specifically approved by the City Engineer.
12. PRECONSTRUCTION CONFERENCE
After the contract(s) have been awarded, but before the start of construction, a conference will
be held at the site of the project for the purpose of discussing requirements on such matters as
project supervision, on-site inspections, progress schedules and reports, payrolls, payment to
contractors, contract change orders, insurance, safety, and any other items pertinent to the
project. The Contractor shall arrange to have all supervisory personnel and a representative
3 SPECIAL PROVISIONS
from each of the affected utility companies connected with the project on hand to meet with a
representative of the Owner to discuss the project and any problems anticipated.
13. SHOP AND FABRICATION DRAWINGS
The Contractor shall prepare and submit fabrication drawings, design mix information, material
testing compliance data, and other data, in accordance with the General Conditions. Following
review, the Contractor shall resubmit copies of any drawings which required revision or
correction.
Any review by the Owner will not relieve the Contractor from responsibility for errors or
omissions, inadequate design performance requirements, schedule requirements, and proper
operation of any item required under the Contract. Notwithstanding any such review,
Contractor shall remain solely responsible for full and complete performance in accordance
with the terms, conditions, provisions, drawings and specifications set forth in the Contract
Documents.
14. UNDERGROUND UTILITIES
The Contractor shall be responsible for checking with the Owners of underground utilities such
as the City, County, power and telephone companies, etc. as to the location of their
underground installations in the project area. The Contractor shall be solely responsible for
any damage done to these installations due to failure to locate them or to properly protect
them when their location is known.
It shall be solely the responsibility of the Contractor to fully coordinate his work with the
agencies and to keep them informed of his construction activities so that these vital
installations are fully protected at all times.
A Montana One-call system, phone number 1-800-424-5555 has been set up to facilitate
requests for underground facility located information. The Contractor is responsible for
contacting the One-call system prior to any excavation.
15. EASEMENTS, RIGHTS-OF-WAY, ADJOINING PROPERTY
The Contractor shall contain all of his construction operations within the easements and rights
of way unless written approval is secured from the owner of the adjoining property or written
approval is given by the Owner to utilize the adjacent land area.
16. TRAFFIC CONTROL
A. General. The Contractor shall at all times conduct his operations so that there is a
minimum interruption in the use of the City's streets affected by the work. Exact procedures in
this respect shall be established in advance of construction with the City Engineer.
4 SPECIAL PROVISIONS
Barricade function, design and construction shall conform to the latest edition of the Manual on
Uniform Traffic Control Devices and the Standard Specifications for Road and Bridge
Construction of the State Highway Commission of Montana latest Edition.
Should construction of the project require the closure of any streets, roads or highways or
require night-time or long-term traffic control, the Contractor will be required to prepare a
detailed TRAFFIC CONTROL PLAN to address the methods and means of controlling traffic
under the specific conditions. In regards to closures, the plan shall include specific details on
traffic detours and estimated durations of the closures. Details of signing, barricades, flagging
and other traffic control devices shall be presented. The traffic control plan shall be prepared
by either an ATTSA (American Traffic Safety Services Association) certified Traffic Control
Supervisor or Traffic Control Design Specialist or approved equal, or a Professional Engineer.
The traffic control plan shall be approved by the Owner prior to construction.
B. Traffic Access. Construction work shall be programmed by the Contractor so that
local traffic will have continuous access within one block of any given property. It shall be the
responsibility of the Contractor to notify all affected residents in the area of programmed work,
of street closures, parking requirements and restrictions, and any other conditions, a minimum
of twenty-four (24) hours prior to beginning work within the affected area. All signing,
barricades, and other traffic control measures shall be provided by the Contractor.
C. Warning Signals. All streets, roads, highways and other public thoroughfares which
are closed to traffic shall be protected by means of effective barricades on which shall be
placed, mounted or affixed acceptable warning signs. Barricades shall be located at the
nearest intersecting public highway or street on each side of the blocked section.
All open trenches and other excavations within the construction area shall be provided with
suitable barriers, signs and lights to the extent that adequate public protection is provided. All
abrupt grade changes greater than one inch which traffic is required to pass over; and
obstructions, including but not limited to, material stockpiles and equipment shall be similarly
protected.
All barricades and obstructions shall be illuminated by means of warning lights at night. All
lights used for this purpose shall be kept burning from sundown to sunrise.
D. Measurement and Payment. No separate measurement and payment shall be made
for construction traffic control unless listed as a bid item. Construction traffic control shall be
considered an incidental cost to be included in other items in the contract requiring traffic
control to complete that item.
E. Reflective Traffic Vests. All workers working in public right-of-way shall at all times
wear reflective vests that at a minimum meet ANSI Class II requirements.
F. Traffic Control - KaQy Blvd. Through traffic through the work zone shall be
maintained to the greatest extent possible. Traffic lanes may be reduced to no less than nine
5 SPECIAL PROVISIONS
(9) feet wide. Truck traffic shall be detoured around the work zone if traffic lanes are reduced
to less than ten (10) feet wide.
G. Traffic Control - Baxter Lane. Through traffic shall be detoured around the
construction zone utilizing N. 27th Avenue, Oak Street, and Davis Lane. Access to properties
within the work zone shall be maintained to the greatest extent feasible.
17. DISPOSAL, EROSION, WATER POLLUTION, AND SILTATION CONTROL
The Contractor is responsible for proper disposal of all waste soils and materials unless
otherwise directed herein. Where waste materials are disposed on private property not owned
by the Contractor, evidence of property owner's written permission shall be obtained and
provided to the Owner. Contractor shall comply with all Local, State, and Federal laws and
regulations pertaining to fill in wetlands and floodplains. The Contractor shall dispose of all
refuse and discarded materials in an approved location.
The Contractor shall exercise every reasonable precaution throughout the life of the project to
prevent pollution or siltation of rivers, streams or impoundments. Pollutants such as
chemicals, fuels, lubricants, bitumens, raw sewage, and other harmful wastes shall not be
discharged into or alongside of rivers, streams, impoundments or into natural or manmade
channels leading thereto. In addition, the Contractor shall conduct and schedule his
operations to avoid muddying or silting of rivers, streams or impoundments. The Contractor
shall meet the requirements of the applicable regulations of the Department of Fish, Wildlife
and Parks, Department of Health and Environmental Sciences and other State or Federal
regulations relating to the prevention or abatement of water pollution and siltation. The
Contractor's specific attention is directed to the Montana Water Pollution Control Act and the
Montana Stream Preservation Act.
The Contractor shall be responsible for obtaining any required discharge permits associated
with groundwater de-watering operations. Contractor's shall include all clean-up, restoration,
etc., of any detention or discharge areas.
All debris or waste materials shall be cleaned up by the end of the work day.
18. PROTECTION OF EXISTING PAVEMENT
All equipment shall be fitted with pads on the outriggers and other accessories as necessary to
prevent damage to existing pavement during the course of the project. Any damages to
pavement shall be corrected by the Contractor, at his expense, in a manner as directed by the
Engineer.
19. MANHOLES, VALVE AND MONUMENT BOXES
All manholes, valve and monument boxes shall be protected with heavy builders paper until
final coating and compaction has occurred. Contractor shall dig out and clean completely all
6 SPECIAL PROVISIONS
boxes and manholes which are not protected. All manholes and boxes which are at the edges
of the defined limits of construction shall be treated as if they are completely within the
construction area and the area immediately surrounding the raised and/or protected manholes
and boxes shall be feathered in so as to provide a gradual transition over such manhole and/or
box.
It is imperative that manholes and valve boxes be accessible to the City for emergency
maintenance of its utilities. The Contractor shall schedule his work to provide timely access to
manholes and valve boxes. Manholes, and valve and curb boxes overlaid by the Contractor
and not immediately re-exposed shall be subject to being uncovered by City crews without
notice in response to emergency maintenance needs. The Contractor shall be responsible for
reasonable restoration at no cost to the City.
20. OPERATION OF EXISTING VALVES
All existing City of Bozeman water main valves shall be operated by authorized personnel of
the City of Bozeman only. The Contractor shall not operate any existing valves without the
written consent of the City of Bozeman.
21. SALVAGEABLE ITEMS
Any items removed from the existing system under the terms of this contract shall remain the
property of the Owner and shall be delivered to a site of the Owner's choosing within the
property limits of said Owner. Should the Owner choose not to accept any salvageable items,
then the Contractor shall dispose of those items at his expense at a site or landfill acceptable
to the Engineer. Any costs for the above work shall be at the Contractor's expense.
Milled asphaltic pavement material shall become property of the Contractor and shall be
removed and disposed of properly. Excess seal coat aggregate shall be swept and removed
by the Contractor and stockpiled at the Owner, s yard on N. Rouse Avenue north of Griffin
Drive.
22. ACCESS TO RECORDS
The Contractor shall allow access to any books, documents, papers and records which are
directly pertinent to this Contract by the Owner, State or Federal agencies, or any of their duly
authorized representatives for the purpose of making an audit, examination, excerpts or
transcriptions.
23. INSURANCE
Insurance coverages required under this contract shall extend, at a minimum,to the end of the
contract time.
7 SPECIAL PROVISIONS
24. SUPPLEMENTAL TECHNICAL SPECIFICATIONS
Seal Coating
The proposed application rates for the seal coat improvements are 0.35 gal/SY (cold) for the
emulsified asphalt, and 26 Ibs/SY for the 3/8" aggregate. Adjustments of the application rates
may be required to achieve the desired coverage. Sweeping and removal of excess aggregate
shall be the responsibility of the Contractor. Sweeping of the roadways may not commence
sooner than 24 hours after the seal coat is placed and shall be completed within 72 hours after
the seal coat is placed. Following the completion of seal coat placement, ,Loose Gravel"
warning signs shall be placed at the beginning and end of the work zones. Temporary X%25
MPH,, speed limit signs shall also be placed on Kagy Blvd. Existing speed limit signs shall be
covered until work is completed.
The cationic emulsified asphalt for Seal Coat Improvements shall be CRS-2P, in accordance
with the following table (Table 702-8, Montana Standard Specifications):
TABLE 702-8
LATEX OR POLYMER MODIFIED CRS-2 EMULSIFIED ASPHALT
PROPERTY TEST METHOD LMCRS-2 CRS-2P
Viscosity at 122°F(50°C),sec. AASHTO T-59 75-400 50-400
Sieve,percent AASHTO T-59 0.3 max. 0.3 max.
Settlement, 5 days,percent AASHTO T-59 5 max. 5 max.
Demulsibility,percent AASHTO T-59 40 min. 40 min.
Storage Stability Test,1 day, AASHTO T-59 1 max. 1 max.
percent
Particle Charge AASHTO T-59 Positive Positive
Ash Content,percent AASHTO T-111 0.2 max. 0.2 max.
Tests on Residue by Evaporation: AASHTO T-59 65 min. 65 min.
Percent Residue
Penetration, 100 g,5 sec.at 77 AASHTO T-49 100-200 100-250
`F(25°C),dmm
Ductility at 77°F(25°C),5 cm AASHTO T-51 40 min. 75 min.
per minute,cm
Elastic Recovery,percent AASHTO T-301 58 min.
Torsional Recovery,percent MT-333 18 min.
Cold Milling
Cold milling shall be done in accordance with Section 411, ,Standard Specifications for Road
and Bridge Construction", Latest Edition, adopted by the Montana Department of
Transportation.
Pavement Markings
Interim and final pavement markings shall be done in accordance with Section 620, %Standard
Specifications for Road and Bridge Construction,,, Latest Edition, adopted by the Montana
Department of Transportation.
8 SPECIAL PROVISIONS
SECTION 00100
MEASUREMENT AND PAYMENT
The quantities listed in the Bid Form are estimates for the purpose of bidding only. Payment to
the Contractor will be made based on the actual satisfactorily completed work quantities
measured in the field. Under the terms of this contract, the unit price as contained in this Bid
Form shall be applicable to quantity overruns.
The following measurement and payment sections do not necessarily name every incidental
item required by the Contract Documents to complete the work. Cost of all such incidental
items shall be included in the various related bid items.
No separate measurement and payment shall be made for traffic control for Schedules 2
and 3. The cost of traffic control for these schedules shall be included in other bid
items.
Item 101: Cationic Emulsified Asphalt in place
This item shall be measured and paid for by the number of gallons at the contract unit price for
"CRS-2P Emulsified Asphalt" material used and accepted in the work, corrected to gallons at
60 degrees F. The unit price and payment shall constitute full compensation for all
demurrage, storage, handling and all other charges,tools, equipment, labor and performance
of all work necessary or incidental to the furnishing, delivery, unloading, heating, hauling and
spreading of the asphalt material specified.
Payments will be made only for the asphalt required and actually used in the work. The Owner
will accept no responsibility for any oil shipped in excess of requirements because of tank-
truck or tank-car capacities or for other reasons.
Y
Item 102: Seal Coat Aggregate, 3/8" Gradation in place
This item shall be measured and paid for by the ton of 2,000 pounds for 3/8" seal coat
aggregate at the contract unit price bid. The unit price and payment shall constitute full
compensation for the furnishing, delivering, and placing of the material; compacting and rolling;
for covering excess asphaltic material; sweeping and cleanup as specified in the Contract
Documents; and for all labor, equipment, tools, and incidentals necessary to complete this
item.
Item 103: Cold Milling of Existing Pavement (2,1 nominal depth)
Cold Milling of existing pavement shall be measured and paid for by the square yard of
pavement removed to the specified nominal depth. Should the City Engineer direct, in writing,
removal to a depth greater than specified, the measured area involved will be increased by the
ratio of the ordered depth to the specified minimum depth. Such price and payment shall be
1 MEASUREMENT AND PAYMENT
full compensation for cold milling, salvaging, hauling, handling and stockpiling, or disposal of
the milled materials, and incidentals necessary to complete this item.
Item 104: Hot Mix Asphalt Surface Course Type B Plant Mix in place
This item shall be measured and paid for by the ton of 2,000 pounds of compacted Hot Mix
Asphalt Surface Course, Type B Plant Mix, in place. The unit price and payment shall
constitute full compensation for cleaning underlying course; application of SS-1 tack coats;for
furnishing, handling, hauling, placing, shaping, compacting and finishing of the paving mix;
matching finished street grade to existing manhole, valve box, and curb box grade; for
improving unsatisfactory areas; for placing leveling courses as required; for all materials
(inclusive of asphalt), manipulation, labor, tools, equipment, and incidentals necessary to
complete the work in full compliance with these specifications.
Item 105: Striping - white epoxy
Epoxy pavement markings are measured by the gallon to the nearest whole gallon. Only those
pavement markings represented by a Manufacturer,s Material Certification at the time of
application, and actually used and witnessed on the project are eligible for payment. Should
the actual quantity measured by the Owner,s representative using tank stabs or totalizer
exceed the quantity calculated using an application rate of 22 mils times the width and length
of line applied, the lesser quantity will be paid for. Payment shall be made at the contract unit
price bid for ,Striping - white epoxy,,, said price and payment constituting full compensation
for furnishing and installing linear pavement markings from 4 inches wide up to and including
24 inches wide in accordance with the Contract specifications.
Item 106: Words and symbols - white epoxy
Epoxy pavement markings are measured by the gallon to the nearest whole gallon. Only those
pavement markings represented by a Manufacturer,s Material Certification at the time of
application, and actually used and witnessed on the project are eligible for payment. Should
the actual quantity measured by the Owner, s representative using tank stabs or totalizer
exceed the quantity calculated using an application rate of 22 mils times square footage of the
word or symbol applied, the lesser quantity will be paid for. Payment shall be made at the
contract unit price bid for AxWords and symbols - white epoxy,,, said price and payment
constituting full compensation for furnishing and installing word and symbol pavement
markings in accordance with the Contract specifications.
Item 107: Interim pavement markings
This item shall be measured and paid for on a lump-sum basis, said price and payment
constituting full compensation for furnishing and installing interim payment markings in
accordance with the Contract specifications.
2 MEASUREMENT AND PAYMENT
Item 108: Construction Traffic Control
This item shall be measured and paid for as per MPWSS Section 01570 Part 4, lump sum
basis.
Item 201 and 301: Cationic Emulsified Asphalt in place.
This item shall be measured and paid for by the number of gallons at the contract unit price for
"CRS-2P Emulsified Asphalt" material used and accepted in the work, corrected to gallons at
60 degrees F. The unit price and payment shall constitute full compensation for all
demurrage, storage, handling and all other charges,tools, equipment,traffic control, labor and
performance of all work necessary or incidental to the furnishing, delivery, unloading, heating,
hauling and spreading of the asphalt material specified.
Payments will be made only for the asphalt required and actually used in the work. The Owner
will accept no responsibility for any oil shipped in excess of requirements because of tank-
truck or tank-car capacities or for other reasons.
Item 202 and 302: Seal Coat Aggregate, 3/8" Gradation in place.
This item shall be measured and paid for by the ton of 2,000 pounds for 3/8" seal coat
aggregate at the contract unit price bid. The unit price and payment shall constitute full
compensation for the furnishing, delivering, and placing of the material; compacting and rolling;
for covering excess asphaltic material; traffic control; sweeping and cleanup as specified in the
Contract Documents; and for all labor, equipment, tools, and incidentals necessary to
complete this item.
3 MEASUREMENT AND PAYMENT
APPENDIX A
Standard Drawings
EEf SVRFACIW.
+— Yew 1•— 0"
H rr YD(AW'Kk7
cow
PAZ 6ASC
AND SD9CMGC • •i.! RINGS AS NECFSSVn
(I'NN.-13'MM)
NOTES:
1.Adjust manholes upward with adjusting rings
under frame.
2.Adjust manhole downward by removing cone and barrel sections as
necessary and replacing with sections of length required to match grade.
3.Slope manhole frame as required to mathch slope of
street.
4.Final manhole adjustment shall be made before paving.
5.All joints between manhole sections,top cone,adjusting rings,and manhole
ring shall be watertight. Joint material shall be"Ram-Nek"or approved equal-
6.Manhole ring and cover shal be adjusted to match final crown and grade of gteet.Use
Anderson Precast or approved equal concrete angled adjustment rings to obtain required
angle.
7.Manhole ring and cover.use MCI 305 frame,305A cover,IFCO 772 flame,
772-B cover,or Deeter 1025,or D&L A-1172 with 1"cover.
CITY OF BOZEMAN Scale: MANHOLE ADJUSTMENT NO. 02213-1
STANDARD DRAWING None DETAIL Rev.April 2005
TOP Of NEW PAVEMENT
1 8` MIN., 1 4" MAX.
6`
COMPACTED BASE SUBGRADE
NOTES:
1. Adjust water valves upward or downward as required. Final adjustment shall be mode after paving and before
seal coating.
2. Model No. 69 8550 series, East Jordan Iron works adjustable screw—type risers may be used to raise or
adjust existing valve boxes only.
3. Valve box adjustment shown is designated as Type II water valve adjustment. Type I water valve adjustment is similar
except with a concrete collar.
CITY OF BOZEMAN SCALE: WATER VALVE ADJUSTMENT NO. 02213-2
STANDARD DRAWING NONE DETAIL Feb. 2004
1' FROM EDGE OF GUTTER OR
FACE OF VERTICAL CURB
8" White Standard T
� 24" White
8'
Standard
NOTE: The location of the
crosswalk lines are dependent
upon location of the sidewalks.
CITY OF BOZEMAN SCALE: TYPICAL PAVEMENT MARKINGS NO. 02581 -1
NONE FOR PEDESTRIAN CROSSINGS FEB. 1996
STANDARD DRAWING (TYPE "A" CROSSINGS
Revised July 2002
8--4- 8'-4" 8--4-r
6'-4" 6'-0' 7'-0"
6'-4" 6'-4" 6'-4'
NOTES-'
UNLESS OTHERWISE NOTED EACH SQUARE EQUALS 4 INCHES.
ALL PAVEMENT MARKINGS ARE TO CONFORM TO THE REQUIREMENTS
I AND
T 'MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES-OF HE 00'
"STANDARD HIGHWAY SIGNS" PUBLICATIONS, FROM THE FEDERAL 10.
HIGHWAY ADMINISTRATION. -
ALL WORDS ARE TO BE WHITE, -- - -"- -`
USE THE SIZES OF WORDS SHOWN UNLESS SMALLER OR LARGER -
SIZES ARE NEEDED. THE SIZE OF WORDS MAY BE SCALED �
PROPORTIONATELY DOWN BY APPROXIMATELY ONE-THIRD FOR
LOW-SPEED. URBAN CONDITIONS. THE MINIMUM HEIGHT OF ANY
WORD IS 6 FEET. LARGER SIZES MAY BE USED FOR ABOVE
AVERAGE SPEEDS AND OTHER CRITICAL LOCATIONS.
DO NOT EXCEED MORE THAN ONE LANE IN WIDTH FOR ANY
PAVEMENT MARKINGS, EXCEPT IN THE CASE OF THE WORD I1.60'
"SCHOOL". WHEN "SCHOOL" IS EXTENDED TO THE WIDTH
OF TWO LANES, SCALE THE WORD UP PROPORTIONATELY
TO FIT THE APPLICATION WIDTH. NOTE! EACH SQUARE EQUALS 0.40'
FOR MULTIPLE LINES OF INFORMATION, PLACE THE INFORMATION
SO IT READS IN THE DIRECTION OF TRAVEL. 00 NOT EXCEED
THREE LINES OF INFORMATION AT ANY LOCATION.
WHEN WORDS AND SYMBOLS ARE USED IN COMBINATION, SPACE
THEM AT LEAST FOUR TIMES THE HEIGHT OF CHARACTERS FOR
LOW-SPEED ROADS, BUT NOT MORE THAN TEN TIMES THE QUANTITIES
HEIGHT OF THE CHARACTERS UNDER ANY CONDITION.
ON NARROW, LOW-SPEED BICYCLE PATHS, SIZES OF LETTERS WORD AREA PAINT EPDXY
-I (GAL. > (GAL. 1
MAY BE SMALLER THAN SUGGESTED, BUT TO THE RELATIVE DETAILED DRAWING
SCALE. STOP 22.77 0.21 0.28 REFERENCE DWG. NO.
QUANTITIES ARE BASED ON THE SIZES OF PAVEMENT MARKINGS ONLY 21.89 0.20 0.27 STANDARD SPEC. 620- 10
SHOWN AND ARE FOR ESTIMATING PURPOSES ONLY. RIGHT 26.05 0.24 0.33 SECTION 620
PAINT VOLUMES ASSUME A 15 MIL THICKNESS. LANE 23.94 0.22 0.30 PAVEMENT MARKINGS
EPDXY VOLUMES ASSUME A 20 MIL THICKNESS. LEFT 20.00 0. 19 0.25 (WORDS)
TURN 23.9E 0.22 0.30
SCHOOL 48. 14 0.45 1 0.60 EFFECTIVE=FEBRUARY 2005
. � MONTANA DEPARTMENT
.ring you wnn pwrrn paee OF TRANSPORTATION
; k|
® `|
! §
1&343AV4 90 3003
)/| & 57
! 5� ■ k\ |
G |%� �. #§ ■
»// |
R� 1 �
»« /
. _- §@ ■�) \ f �
It ~ 1 w / /
C.
E`� £� ` E/ 3 g-.vd �
\� � #■ = �g� q! /! 2 7
2\ |AeEq -*32
1 | ip _■/\ i �� 2� 2! t /
f § §
/ ,
I It
loll
� ^
C !
/ Ite �
/\ ;
SUMMERS MEMO
■ �Cii
E!. V.E�'�Er�Y'MM�.'■.■.■SERMON
�V� nHI�N��. ��N!■��f■■
■ ■ ■. tyl.■.�.c..■.o.g..■Y .!■. _IMnoun ME Monsoons -
r.■1.�..�.l11lO■li.11�la�.Y�lr■ 6s. rY.■.YYn111Yl..■■■.■
■.Y■.!1l..Y■■..'!!./Y.Y..Y.n■ ■■Cla rnw -vu...n..l.1■.!■ME -
unnnl.n.lan■.vneYu.ou.o■ Innaa.uw �/1■l1.Yu111n1.lY _
Ynulmu.�'ne■ vunuuYlmlr!■�ulYOY.lw �Vo■u■Yuo -
■..■■■n.lm.■■ 00
!.!� r!n■■■0..11■Y.11i�\�.ulnll■\w V.....f.1■Y
.11.■1Y■.■.■.r■YZ/...■.. -IMBU■■■11.■Y.■ V!■■.■..■..1►- �o.iii
- lC,Q■■.n.■.■.N.nY. VuuA 'V■ wuY■■u 'V■NMEMMOMM .- v
r.F.400 Al.n■.1 Aln■.� I■\I._qMWIM■.1■■ de.n..■/YEn `l.n
■rrm=w0.Y r..lE!!r. i..Ol�- ■■■l1�1■nl■ A■M!1■■...■■.� ...■■.■
■. 1■l1111 n l n■.l..V .A■■\1.n11■.■■n■...■a..n.- _ ■OMP .
mom on
11n .■.■■.Y■■
Y■.r.■.!■■■■!nn■.� .A..r■/■gVEMMEM
lYrMoo
■In■Y■■!.■n�� A..nnn■■n.■■.■
Yn■■..■..O■Y. .�..! !Y■■.r!l..11./■r.l1..� �/r■.■...a./!!.■■..■■
■■l...■nl..1/.1n. C1■!■■■1■■■■■ln111■L■■1�" sr.■n■.1.■■■u.lY■NONE
■11■1.1■■.!■■.....■!-� .ln.n■■.1.■.■■■11■■■.■■ A...■..■■■n!■■!■■■---
■■!■■■■....■r.■ lr..n...1!!■Y■!!■■.■■!/.!1! filnl.ln■!r!■1.■....■.!.■■
=riii■''lii�ii"piiiiiii�mmii�iiiiiii No
moo
ME ......... .■iuiiiii uiiii■■iiiiii'u�iiiiiu
■ lln■■■n..■r.1/n..■/.l.l...r./■■n■■.■.lNOON.■11■.■.Y!■■n!■1.1.■1..�■.1�./.rn■
■lll3\lll11lllll -
.11ill �\Illlll
..I:III ■lll
■.11l. l.11 _
■l.11llll..l■ll -
l.11llmoo"llll
1!■r.�lll..■.■
...1. �-7.■ul
—dilsomi
l...r /11...l.■/� =01 0 ll... Vllllll
..l...\l.\w on 0201■■■...■ ll■lr�.�llll.11
■■■!■.......- .■■■■!■■■!■■ ■.11lill.r..11l
■■■n►1C■►�- �r!_i 'WAY■■■■ u■ll�V'1■Yll -
■■■■n A.■■■■ ._ �l■■ ■■■■■ rn o.
no _dMUMM1KEE
■■ A!■...���■1■..■■1..� ■■ l■.:7■l.l....11
.■1 Al�nL■' �•• nl!■�l.. - ■■CILOI.I.■lll - _
!..!■.■!■..■1.1.1.1.■■■■■■■n■...! -- ..la\llln.isoon —900
-
■l.l.Al1011■n
ll..11.11lll.71
-
l..■. ��llll
o■uuu nr.unnoopsruuoonn ouu.no o u.uno■
n■■..aaaa.■■...n■f■...■■■.■r...nr■n■■..■.M..
—.aoL...nnu.......■............n ■■■■■■■■■■H■■■■■■■■�I■
nor-o■..uuuuou...■. - w■■■■■■■���'V����■■■Il
- � �tiu�iaiir■.�.iva.o.-_ uq�--��.■iiiyiwi�iiiiiii - �
■ ..unu..o.uoun...__ ��■ ■■■r���_�AA�_ �t■�I■
u.iu■oo.nuv.o.u■u.uus- ■ _
_ � uuouou..wuuoo.u■..�u.•-9- u ■� �■■�■■■■■�■Y �■
ii......iir�i�.:=�'-•v__ .■Giiiin.�iiiv ■■■>�w at/�'-arm■�l■
i mLmoiu.._ ...Ti.::............. ■nH■ra■ �A■rf■■w■
■ Via. ... ............. ■■■■■■�■■H■■■■■■■■■��■
n n.u....o unnu■■u..u.�-ri.Gii.ny
1.An1 Unn .1.......nq...■.■..■r■■...�1■■■...M��
.r.i—s�.seft. ��.��iiii��ll�f\.iiii��lf�����.ii�1�\1�.■���..nr-lam
■■■■■■■�■■©■■■OM■■■■
■■■■■■■■n■■■■■L MME■ ■■■■■■■■■■■■■■■■■■■
■■■■■■■■■■■■■■■► 'I■a■ ■■■■■■■■■■■���"._-jai
■■■■■■■■■■■M■pp_ _dI■■■
■■■■■■■■i■rw- ..14■■■■ ■■■■■■■■■■/ .A■��. `■
■�■■■■■■■■I .■tom ter.■■ ■■■■■■■■■■►. �■■�� �4■
■a■■■■■■ a ■■■■r.. I■ ■r■ ��\■■■
■l.■■■■■■ �� ■■■■■\ 1■ ��-
■a■�■■■■ n ■■■■■■, ■ ■ ], +�\, 1���J■■■
■r 'I■■■ .. ■IC■■■■i ■ ■`■■■��ir■���__`..V■
iii-__M=..■■■i■■iiii ■■■■■■■■■■I mamma. `■
Nil■■■■■s■■. �■■■ ■■■■■■■■■■■■■■■■■■■■
■u■■■■■■■■■LkI_
iiiiiiiiiii�■iiii�■iii MENEM
APPENDIX B
Estimated Quantities
Work Vicinity Map
Plan Sheets
m
o
X
C
a
w
a
N O O O
W O O
U
c
0
U) 0 0
CL Nr O v
r M Cl)
U
Cl)
C � O O
X O co M Q MEN No Nr 00 o 00
ON �
LMt- � tI CL�
coL - CV W)
c U U
C° co
(Y) CY)
} m m
0
q olt 0
c06N 000 NmCODOaOoaiMN co N V � CN r., O
� to M to
N
2'
U U
N N LO
a)
N
c
cu m
d d d
m S
m ca
m
w 10
w O � V NOO 00 O � w CO 00 NcY tf) 000
} O O t!7 7 } (V O r— M to ' d'
n coLO N t� co m Un 0) N V N N O co
(A co h V
N
a) a)
5
a
N a)
t t70U
U U �
(n (n M �: U u
� CMU w
E E rn o c
m
> > c p � ° -'o °)
a a �L) 0 ` -o a) m o
o' a`) ci u.
E E o a'= 3 o o E � pV LVU
a o U p p c O@
a H � J F- a3 'O QI � M 0'07 ca
0 O_ o m
(n W 07 uj �M c '0 W d O W o U 0)
m m •- cn � a) c c
N U) Ym N cnl- cn = 23F. UU' N 0m23: 7wcn �
v
z
�u ❑ d
07
cwa = sip OAP Q y y u) w J d
m 4 O 'tl0 s' rd7 OAlB O� PO OR O�
OAl9 ONVlH91H
1 �5 r' GOJy V 7H`SIH Ol0
SS3aoc
w 5 SOURDOUGH RD LL
AV�1b AbMO 3Atl Ix
000MN011nB V N % a0NOAN OCANDY LN3AV VOI 3H G'A �- °Q3AV AOVaB 3A 30tlllVM N i 3%1tl 33t/IIVM SoGg
y ---•----- ----- --�
z ❑ �� --ai ❑ J ;� - Z w ENO
a z 3AV-H0anH0-N— a :y 3AV.HOanH3 S O C NbD
N ROUSE AVER } m ? Y
LLLz ,_ U� W
_ m ntl 3snoa N __ Q ❑ _L) a: z
Zh C w -- - Atl tlNV1NOW N w w ld_A3_l•ONiI O 3AV 3S110a S J G Oui
`�' H y tl r p CO
/�A�iE�1.
u 0 w __Q .... ..._ AV..NVW3Z0.9.. w 3Ab NVW3Z08 S w a v a
� w
R EEN DR w _❑ a bM SMOGVBWNIa Caa z¢ ❑d- 9 OdSDw GR O u o
l�-t Eli 9AV.AD., I N i 3Ab ..lDV2l1 S.•• -- bO H33a0 ~ c� 0d' x
2� N w ; Otis z tr 41/Va ❑
3AV.NO .IIIM..S..- cn •-- -- -
Q Y uJ
3AV,_ O.S '11M-N_--.. _-._ � d LL a 4r
H w ONblH01y o- b a
❑ 3 tl 0 tla N y ai ~ . 3Ab.ON fMO S.- ---- --- --- ..� -•N.--I- ^ a317p0
z a 3AV ONE: a ❑ ❑ a F ?3NVONns J
LL O " " v w = x > 3Ab O £ S 3AV Oaf S y K b�
....
C� 3AV-H14.N m rn c0i 3AV H14 S a _ 0 ---- 3 v~i w ❑ z dO ON MN0
3 w a m :O �, : 3 o z 0 O 0�b
t�, Ir
y NEIF M W H1S N �' 3 0
3 z m _r AV H1S S• ❑ O OHO
w _.
3 r=
3A .M19_.N ❑ $ , 2- z p i z_ o a0 Oaod NtlIs
z iW : 1- - •v---• 4- - AV!.H19,. 0 s 3AV a003S w O x
z 2+ PJ� 3AV HIL N 3AV H1L N 3 __; N OLbIS3M a w J M aO 3NO1SO-131d
y izo_._. -___ Atl..H1L S 3AV H L S
J ---------- 3 : 3ntl ONE s
w f- SAP -- f- Nl HOOa9N3aN 0
3n. .Hl8-.S_ ...� w 3A H1a s
> Z _._..._3AV..H1 ".N.... F O N I a0 1S3a0llIH
wys 3AV H16 N z 3Ab-Hl6.-S..y. ..� __Q .._.
c
yZ U
2 3A H•1. 1 N g 3 d; H106 st ..a:, 3 m x
w 3ntl Hlll N 3AV H1Ll N 3 O w o ❑ o
Y __.. ..._ w -,.._ 3Atl H1lL S : j z 3" Hl6l S w �
x F 3Atl H171..N � .�
IL a ld NOSUVO 3AIf-Hl L.-S.-.-_- ❑ 0-
0 .. x.
3AV H141 N �(—v� y. w
�Egs�E w y 3Ab!.H141-.S._.. w ~ z 3 ui
m ❑
a J a
J f 3AV H1SL N cYi 3AV H1S1 S J v AVM
__3I.1V.•H19.1..N 0�� J MOI�IM w
z m It w
r Cl a0 OOOtlSz 3AV HILL N m (n
~O W Q 3At/-H18a.N 3 3 _ z O
m J y a U
a 3AV H161 N w
--• - --------• --..___. w 3Atl H161 S 3
x Q 3AV H10Z 0 z F Q
F O 3AV 1SI,Z N 3" H10Z S W � 0 LL O
'Y�2 N a
3Atl OOOMl 3a9 (pS�P w ❑ Ix
CD Q
L 3AV OafZ N x aO A&y W
L1V 0a£Z s
J o Y 7pJ p
U
i 3 O y 3AV H1S N 3ntl H1bZ N
O ❑ Q
0 J PROFESSIONAL DR y 1`
z I- N J = W W
c� w U z f- uj. ❑ U. aO-Na31S3 A NO a3Ja3A W U
y Z F 3Ab H1LZ NY N1w y w J O z-0, ❑ O -i
> U)
� 3
z H z 3 O ❑ p Z K y w 3AV 1H91lNnS LL O �W W
w wo ❑ x O ❑ AVM SNVH03 w ❑ J O _ _
a m o am lO > a Y = a = tr U U
N = ~ j a ❑ �bM Sa31NnH 2P 3 a ;m 06 W cn c!1
/y O N y z 3 O02 3Ab H10£S' J Ox O O
n z U U
(n m J O Lu O 3Atl QaMllnOaO Q J J
w >in -IJ !
z -i 0 3AV a3H13MIa3W Nl tlOIIM On 9 W Q Q
-Ls NOINaVH O O=
a h 0 aO ONV`l iH M3 UP-ASTIVA Oa ONOd FOWLS AVE I I I
w
NI SIAVO z Y
3 p 3AV a31MOd 3AV-a3lMOj Nl a3lMOd
3AV SS`d IsAwS N