Loading...
HomeMy WebLinkAbout11- Wildwood Trails Project Contract with Northeast Urban Renewal Board for N. Church / E. Aspen TrailsCity of Bozeman . PO Box T2, 3 0 Bozeman, MT 59771 DATE: August 24, 2011 TO: Chris Kukulski, City Manager FRONT Keri Thorpe, Assistant Planner RE: Northeast Urban Renewal Board (NURB) N. Church. Ave./ E. Aspen St.Trails Project Contract Please find attached contract signed by Wildwood Trails, Inc. for the construction of trails and related improvements within the Northeast Urban Renewal District. This project ( #Z- 10295) was approved by the City Commission on January 3, 2011. Please sign the original and forward to the Clerk's Office to keep on file. Please return a copy of the signature page to me. The bid bond and a copy of the contractor's Certificate of Registration are also enclosed for your file. "U INk A, ARM IN j W100 Q STATE OF MONTANA DEPARTMENT OF LABOR & INDUSTRY CONSTRUCTION CONTRACTOR REGISTRATION UNIT Ifl t- Oi� CONTRACTOR REGISTRATION REGISTRATION No. 146278 WILDWOOD TRAILS INC 506 E COTTONWOOD ST BOZEMAN, MT 59715 Effective Date: Aug 05, 201 Expiration Date: Aug 04, 2013 Employer o Additional information on back. M, M Please notify this agency Of any changes witbin io days, Conforms with The American Institute of Architects AlA Document 310 Bid Bond CONTRACTOR: SURETY: (,Vatne, legal stams and address) fNamoo. legal st(inis andpj�it1clp(11pla (j Wildwood Trails, Inc. Travelers Casualty and Surety Company of America 506 E. Cottonwood One Tower Square Bozeman, MT 59715 Hartford, CT 06183-6014 This document has important legal consequences. Consultation Mailing Address for Notices with an attorney is encouraged Travelers Casualty and Surety with respect to its completion or OWNER: Company of America modification, (-Vamv, legal status and adds City o . f Bozeman One Tower Square Any singular reference to Hartford, CT 06183-6014 Contractor, Surety, Owner or P. 0. Box 1230 other party shall be considered Bozeman, MT 59771 plural where appkable, BONDAMOUNT* $Ten Percent of the Total Amount Bid (10% of Amount Bid) PROJECT: (Name, location w atich tint! Pt in,tinber, ij on,0 2011 Northeast Urban Renewal District N. Church Avenue and E. Aspen Street trail improvement project. Bozeman, MT The Contractor and Surety arc bound to the Owner in the amount set fibith above, for the payment orwhich the Contractor and Surety bind themselves, their heirs. cxrciators, adntinistrttturs, successors and ussigns, jointly and sevcrally, as provided licroin. The conditions ofthis Bond arc such that if Owner accepts the bid (if the Contractor within the time specified in the bid documents, or ekilhin such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) erricys imu a contract with the Owner in accordance N•ith the terms of'such bid, and gives such bond or bonds as may be specified in the bidding or Contract 0ocurnents, with. a Surety admitted in thcjurisdictiou of the Projuctund otficriw ise acceptable to the Ovatcj, for the failliful perfortnionce of'such Contract arid for the prompt payment of labor and inaterial furnished in the prosecution thereof; or (2) pays to t h e 0 truer the difference, not to exceed the amount of this [fund, bemeen the ainount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the 8 covered by said bid, then this obligation shall be null and void, otherwise to re=main in Cull force and effect. The Sorely hereby Nvaives any notice of art agreement between the ONvrter and Contractor to extend the tinic in which the Owner may accept the bid. i'aiver of notice by the Surety shall not apply to any extension exceeding sixty (60) day's in the aggregate beyond the time for acceptance of bids specified in the bid documents, and die Owner and Contractor shall obtain the Surety's consent fur an extension beyond sixty (60) days- If this Bond is issued in contreoion oviiha subcontirnctor's bid to a Cuinniclor, the tent ContraQtur in this Boad shall be deemed to be .Subcontractor and the leno Owncrshalt be dectned to be Contractor. Whcn this Bond has been furnished to comply with a statutory or other legal requirement in the location oNlic Project, any . Provision $11. this .bond conflicling with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming 10 such statwoD or other legal recluirenient shall be dectned incorporated herein, When so furnished, the intent is that this 'Bond shall be construed as it statutory bond and rim aa a common law bond. Signed and Scaled this 2V da) ail` August 2011 Wildwood Trails, Inc_, rseal) evJA- Vif C-E� - AUPS Travelers Casualty and Surety (Wwies-y) Donna K. Tucek Surety Client Manager Company,of Ameripa yrrrerrj --7 (So a a — ffitle)Arc — liand B . Deming Attorney-in-)~act S-005A /AS, 8110 POWER OF ATTORNEY T A ® �/ LER 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 Attorney -In fact No. 220846 Certificate No. 003744 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 St'at'e of Connecticut, that United States Fidelity and Guaranty Cnmpany 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 du], }' organized under the laws of the State of Wiisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Richard B. Deming, Julie A. Bennett, Tyler P. Delaney, Deborah L. Duneman, William R. Price, Donna K, Tucek, Mark Collins, and Bryan D. Hall of the City of .., State of M�nntana _._......_. their true and lawful Attorney(s) -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 day of June 2010 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 29tH St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company c a 1J SEAL of t' SE1CIJ State of Connecticut City of Hartford ss. By: Geurg Z'rh,,,,,p,.,, enior ice President On this the 29th day of June 20110 , 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, SO X In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2011. CV c ® Marie C.'relreault, Notary Public 58440 -4 -09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS CONTRACT INVITATION TO BID The project consists of construction of class 11 Trail within N. Church Ave and E. Aspen rights-of-way and installation of related trail improvements as specified in Exhibit A and specifications sheets attached hereto. Base Bid consists of trail construction and related trail improvements per Exhibit A: Class II trail per City Standard, four Main Street to Mountains totems installed and four barricade installations per City Standard, etc. Alternates Alternate 1 to provide and install one (1) bench designed by Ken Vanderwalle per attached specifications sheet in Exhibit A. Alternate 2 to provide and install one (1)bench manufactured by Pilot Rock per specifications sheet in Exhibit A. Alternate 3 to provide and plant four (4) maple trees (Norway or Red maple) in the East Aspen right of way. Sprinkler system shall be installed and draw water from the Depot Park well. System shall be programmed to run off existing timer and feed bubbler heads to water all four trees. qTTPM TrrrrZiT. It is the CONTRACTOR'S responsibility to read the entire bid document (invitation, contract and specs) in preparation of the bid. Any questions regarding the bid document shall be directed to Keri Thorpe, Assistant Planner by e-mail at kthorpe@ . Responses to questions will be provided to all CONTRACTORS - preparing bids. CONTRACTORS and any of the CONTRACTORS' subcontractors doing work on this project will be required to obtain registration with the Montana Department of Labor and Industry. Forms for registration are available from the Department of Labor and Industry, PO Box 8011, Helena, MT 59604-8011 or on-line at http://dli.mt.gov/. Information on registration can be obtained by calling (406) 444-7734. 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. All laborers and mechanics employed by contractors or subcontractors in performance of the construction work shall be paid wages at rates as required by the laws of the State of Montana (i.e. prevailing wage rates). The CONTRACTOR must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin. Successful BIDDERS shall furnish an approved Performance and Payment Bond in favor of the OWNER each in an amount equal to 100% of the Agreement amount VmTRAC BID - TABULATION DESCRIPTION QUANITY UNIT UNIT AMOUNT PRICE 1. Mobilization (5 max of total bid) 1 $500 $ 2, Site Earthwork I $Lp2CL — 3. Trail construction 920 LF $ 6,40 4. Traffic control (if needed) 1 $2-50 $ 2- S, Trail totems (installed) 4 EA $ $-L,200 6. Dog waste station (installed) 2 EA $ $ q0V 7. COB standard barricades (installed) 4 EA $ q5-0 $ 8. COB standard ped crossing (installed) 1 EA $-2L o $ 9. COB standard ped crossing (installed) I EA $ - 2. ) $ 2SO- 10. Seed, f ert. , repair disturbed areas 1 $5 $ 60 11. Paint walkways (Aspen Street ROW) 65 LF $ 3 CIO $ 2 XV TOTAL BASE BID $ 12. ALTERNATE 1 BENCH BY KEN VANDERWALLE I EA $ $ INSTALLATION I EA $ $ 5o ALT TOTAL I $ -� TOTAL BID (BASE + ALT 1, 2, & 3) $ 3 - f /& ;z5 2 CONTRA, T NON-DISCRIMINATION AFFIRMATION Discrimination in the performance of any contract awarded under this invitation to bid on the basis of race, color, religion, creed, sex, age, marital status, national origin, or actual or perceived sexual orientation, gender identity or disability is prohibited. This prohibition shall apply to the hiring and treatment of the awarded entity's employees and to all subcontracts. Every entity submitting under this bid must sign and return this required affirmayion. _ OEM W I M L'Vc J COMPANY CONTRJ,CT CONTRACT AGREEMENT THIS CONTRACT AGREEMENT is dated as of the 23 day of August in the year 2011 by and between CITY OF BOZEMAN hereinafter called OWNER and Wildwood Trails, Inc. hereinafter called CONTRACTOR. OWNER AND CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract. The Project work is generally described as follows: 1.1 Construction of Class II Trail within N. Church Ave and E. Aspen rights-of-way and installation of related trail improvements as specified in Exhibit A and specifications sheets attached hereto. Article 2. CONTRACT TIME. 2.1 The Work will be completed within 60 calendar days after the date the written notice to proceed is issued. Final payment will be withheld until final completion and acceptance of the work as stipulated in this Agreement. Article 3. CONTRACT PRICE. 3.1 OWNER shall pay CONTRACTOR for performance of the Base Bid Work (minus one dog waste station) in accordance with the Contract Documents the sum (subject to adjustment as provided in the Contract Documents) of Eleven thousand, nine hundred-seventy and no/100 Dollars $11,970 Alternate 1 to provide and install one (1) bench designed by Ken VanderWalle per attached specifications sheet(subject to adjustment as provided in the Contract Documents) of Eight hundred thirty-five and no/100 Dollars ($835.00). Alternate 3 to provide and plant four (4) in the East Aspen right of way. Sprinkler draw water from the Depot Park well. Syst timer and feed bubbler heads to water all as provided in the Contract Documents) of no/100 Dollars ($2,400.00) maple trees (Norway or Red maple) system shall be installed and em shall be placed on separate four trees (subject to adjustment Two thousand four hundred and 4 CONTRACT Article 4. PAYMENT PROCEDURES. CONTRACTOR shall submit applications for payment in accordance with the Montana Public Works Standard Specification, Fifth Edition General Conditions. Applications for payment will be processed as provided in the General Conditions. 4.1 Payment. Upon satisfactory final completion and acceptance of the Work in accordance with the General Conditions, OWNER shall pay the full contract price. 4.1.1 Measurement and Payment. Payment for the work satisfactorily completed in accordance with this contract shall be made on a lump-sum basis upon completion of the work. No item that is required by Contract for the proper and successful completion of the Work will be paid for outside of or in addition to the prices submitted in the contract. All work not specifically set forth as a pay item herein shall be considered a subsidiary obligation of the CONTRACTOR and all costs in connection therewith shall be included in the contract price. Article 5. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 5.1 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. 5.2 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. 5.3 CONTRACTOR has made or caused to be made examinations, and investigations as he deems necessary for the performance of the Work at the contract price, within the contract time and in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations, tests, reports or similar data are or will be required by CONTRACTOR for such purposes. 61 5.4 CONTRACTOR has correlated the results of all such observa- tions, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. Article 6. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR as attached to or referenced in this Agreement, are made a part hereof and consist of the following: 6.1 This Agreement. 6.2 Construction Documents prepared by Erik Nelson, NURB Chair and Keri Thorpe, Assistant Planner, attached as Exhibit A. 6.3 Certificates of Insurance and Performance and Payment Bonds. 6.4 Non-discrimination Affirmation 6.4 Notice to Proceed. There are no Contract Documents other than those listed above in this Article 6. The Contract Documents may only be altered, amended or repealed by a written modification prepared by Keri Thorpe, Assistant Planner and approved by the Northeast Urban Renewal Board. Article 7. GENERAL REQUIREMENTS. 7.1 Contractor Use of Premises. The CONTRACTOR shall confine his operations at site of the proposed work to within the right- cf-way or public access easements provided. It shall be understood that the responsibility for protection and safekeeping of equipment and materials on or near the site will be entirely that of the CONTRACTOR and that no claim shall be made against the OWNER by reason of any act of an employee or trespasser. It shall be further understood that should any occasion arise necessitating access by the OWNER to the sites occupied by these stored materials and equipment, the CONTRACTOR owning or responsible for the stored materials or equipment shall immediately remove same. No materials or equipment may be placed upon any private property until the property OWNER has agreed in writing to the location contemplated by the CONTRACTOR to be used for storage. 10 7.2 Protection of Existing Structures. The CONTRACTOR shall be solely responsible for locating all existing underground installations, including service connections, in advance of excavating or trenching, by contacting the OWNERS thereof and prospecting. The CONTRACTOR shall use his own information and shall not rely solely upon information shown on the drawings concerning existing underground installations. The CONTRACTOR shall repair all damage to existing utilities or property at his own expense. The CONTRACTOR shall, at a minimum, call the "One- Call" utility locate system (Phone: 1-800-424-5555) at least 72 hours in advance of starting construction. Where excavation will be required adjacent to existing struc- tures, the CONTRACTOR shall be solely responsible to maintain the structural integrity of the existing structures. The CONTRACTOR shall take whatever means necessary to insure that the existing structure is not damaged and if necessary shall install sheet piling. The CONTRACTOR shall repair all damage to the existing structures at his own expense. Any fences destroyed during construction shall be repaired to the satisfaction of the property owner. Any delay, additional work, or extra cost to the CONTRACTOR caused by existing underground installations shall not constitute a claim for extra work, additional payment or damages. 7.3 Protection of Existing Mailboxes, Curbs and Gutters and Driveways, etc. The CONTRACTOR shall take whatever means necessary to insure that the existing mailboxes, curbs and gutters and driveways, and other public or private improvements are not damaged during construction. If it is necessary to remove or disturb mailboxes during construction, the CONTRACTOR shall repair and restore the mailboxes at his own expense to the satisfaction of the property owner. Any curb, gutter, or driveways damaged during construction, not noted to be replaced on the drawings, shall be replaced by the CONTRACTOR at his own expense. 7.4 Surface Drainage. Water from such sources as surface runoff, dewatering and flushing of water lines during project construction shall not be allowed to enter into drainage ways or open areas that will cause flooding of existing structures, street intersections, or lawn areas. 7.5 Work Sequence. The CONTRACTOR shall schedule the work to minimize inconvenience to the OWNER and to adjacent property owners and to minimize interruptions to utility service. This shall include minimizing obstruction to local traffic especially on dead end streets. Work shall be scheduled so as to minimize 7 disruptions to local mail delivery. Close coordination will be required between the CONTRACTOR and OWNER. The utility service companies such as power, gas, telephone, and video shall be contacted at least 72 hours in advance of when locating of services will be required. Article 8. Warranty and Guarantee. 8.1 CONTRACTOR warrants and guarantees to OWNER that all Work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to CONTRACTOR. All defective Work, whether or not in place, may be rejected, corrected or accepted as provided in Exhibit A. Article 9. Traffic Control. 9.1 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 and walks, the CONTRACTOR shall obtain approval of such actions from the County or Montana Department of Transportation and shall provide and maintain suitable and safe lighted detours or other temporary expedients for the accommodation of public and private travel in accordance with the current edition of the Manual on Uniform Control Devices for Streets and Highways (MUTCD). The CONTRACTOR shall not occupy the work site or initiate construction until all traffic control provisions are in place and the OWNER has been so notified. 9.2 Safety Provisions. Safety provisions must be entirely adequate and meet with City, County, State and Federal regulations to protect the public on these streets and roads. 9.3 Barricades and Lights. Prior to the start of construction across roads or walks, all construction permits shall be obtained, utility companies notified, and traffic patterns, signing, location of flagmen, barricades and other safety measures arranged. Providing and maintaining safety barricades, and other work site safety measures shall be the responsibility of the CONTRACTOR and shall be included in the contract price. The CONTRACTOR shall cooperate and coordinate his methods with the OWNER'S traffic control plans prior to the disruption of the normal flow of any traffic. All open trenches and other excavations shall be provided with suitable barriers, signs, and lights to the extent that adequate 0 protection is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. All barricades and obstructions shall be illuminated by means of warning lights from sunset to sunrise. Materials stored upon or alongside public streets and highways shall be provided with similar warning signs and lights. All barricades, signs, lights and other protective devices shall be installed and maintained in conformity with applicable statutory requirements and, where within railroad and highway right-of-way, as required by the authority having jurisdiction thereover. Work performed within property under the OWNER'S jurisdiction shall have all barricades, signs, lights and protective devices installed and maintained. Article 10 STATE LAWS AND REGULATIONS. 10.1 All applicable laws, ordinances and the rules and regula- tions of all authorities having jurisdiction over construction of the project shall apply to the contract throughout. 10.1.1 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- 800 -556- 664) 10.1.2 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. 10.1.3 The CONTRACTOR'S attention is called to the Industrial Accident Insurance laws in force in Montana and to the responsibility of the OWNER for the collection of premiums thereunder. The CONTRACTOR'S compliance with said laws is required and shall relieve the OWNER of any responsibility for payment of premiums thereunder and shall furnish the OWNER with satisfactory evidence showing that all premiums arising from this 9* contract have been paid before payment is made on the final estimate. 10.1.4 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. 10.1.5 PREVAILING WAGE RATES See Exhibit A. Article 11. PERFORMANCE AND PAYMENT BONDS. The CONTRACTOR shall 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. Article 12. INSURANCE. 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 B+, VI, as will protect himself, his subcontractors, the Owner and their respective agents and employees from claims for bodily injury, death or property damage which may arise from operations and completed operations under this Agreement. Such coverage shall be written for claims arising out of all premises/ operations, sub- contracted operations, products/completed operations, and all liability assumed by the CONTRACTOR under any contract or agreement. CONTRACTOR shall not commence work under this Agreement until such certified copies of the insurance policy shall have been filed with the OWNER. The City of Bozeman shall be named as additional insured on any insurance certificates. All insurance coverages shall remain in effect throughout the life of the Agreement. Each insurance policy shall contain a clause providing that it will not be cancelled by the insurance company without 45 days written notice to the OWNER and Contractor of intention to cancel. The minimum amounts of such insurance coverages being as state in Section 005 of the Construction Documents, Exhibit A. Article 13. MISCELLANEOUS. 13.1 Terms used in this Agreement which are defined in the General Conditions shall have the meanings indicated in the General Conditions of the Montana Public Works Standard Specifications, Fifth Edition. 13.2 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, lice 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 whose work has proven unsatisfactory the right to be engaged in or employed upon any part of the Work. 13.3 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 given notice shall be entitled to reasonable attorney's fees and costs, including fees, salary, and costs of in-house counsel. 13.4 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 the Agreement. 13.5 The CONTRACTOR hereby agrees to indemnify, defend, and hold the OWNER harmless from all claims and liability due to the activities of CONTRACTOR, their agents, employees, or both, in performing the work required. The CONTRACTOR is and shall perform this agreement as an independent contractor, and as such, is responsible to the OWNER only as to the results to be obtained in the work herein specified, and to the extent that the work shall be done in accordance with the terms, plans and specifications. The CONTRACTOR shall have and maintain complete control over all of its employees, subcontractors, agents and operations, being responsible for any required payroll deductions and providing required benefits, such as, but not limited to, workman's compensation and unemployment insurance. 13.6 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. Article 14. Special Provisions 14.1 Upon completion of the work, the Contractor shall provide a 11 representative for a final inspection to be conducted with the Owner and/or owner's representatives, Keri Thorpe, Assistant Planner; Erik Nelson, NURB Chair; and Thom White, Bozeman Parks Department. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. IAJ C Montana Contractor Registration Number - LY& �27 SEAL AND ATTEST. City of Bozeman (owner) B Title_ City Manager SEAL Z Title 1883 X A0TARj, q4 -. rn zZ S En NN 0)NI I 12 ".", 1�n 1� , " - -c* R rV, - - I TABLE OF CONTENTS I. Sketch Plan 14 Ii. Trail specifications 16 a. Class II trail standard drawing and description 16 b. Contact information for marking and inspection 17 c. Barricade 19 d. Totems and additional signage 20 e. Bench 22-24 f. Dog waste stations 22 III. Trees 25 IV. Sprinkler System 25 V. Crosswalk signs and painting-Aspen Street right-of-way 27-32 Vi. Insurance - minimum requirements 33-34 VII. Prevailing wages 34-39 VIII. Preconstruction meeting 45 IX. Notice to Proceed 46 13 4 ii CSl i li W B' MINIMUM WIDTH - Z rn T*1 276 MAX SLOPE _ c? 6l1 TlS M i > 0 COMPACTED SUBGRADE 3" MINIMUM THICKNESS OF f MINUS CRUSHED BASE OOURSE MA ERtAL, 3` MINIMUM THCKNESS OF i' MINUS GRAVEL (NATURAL FINES, SEE NOTE 1). Z D 1a !J 6n .,r O© 1. NATURAL FINES SHALL CONSIST OF BOX SAND, 1OX SK.T AND 1076 CLAY, 2. k SOIL 5T'ERtIIANT SHALT. BE APPLIED TO THE SUBORADE PRIOR To PLACEMENT OF THE GAVEL BASE. f II.a. The N. Church trail section is approximately 630 feet in length and shall be 6 feet wide. Portions of this section need only be widened, but shall meet the standard of a Class II trail. When trail sections are widened, they should be widened in the direction AWAY FROM THE CREEK. The E. Aspen street portion is approximately 290 feet in length. A soil sterilant, approved by the City of Bozeman Parks Division, shall be applied to trail bed prior to construction. The Trail bed must be excavated 6 inches deep prior to installation of tread mix. Tread mix shall be installed in two parts. The first 3-inch lift shall be of 4 inch road mix, compacted, and then the top 3 inches shall be 3/8 inch minus gravel (natural fines). If the materials fall outside of these parameters, the City of Bozeman Parks Division must be consulted for approval or modification. If the natural fines tread mix does not contain enough clay or silt binder, additional binder must be mixed in. Alternative soil stabilizer products are acceptable, but must be approved by the City of Bozeman Parks Division. Trail bed must be filled up to original surface along both edges with a cross slope of no less than 2% and no more than 5 % to provide for water drainage. The N. Church trail section SHALL DRAIN AWAY FROM THE CREEK. See City of Bozeman Standard Drawing No. 02529-18 (attached). Tread mix must be rolled flat and compacted after installation, maintaining a 2% to 5% cross slope (if moisture content is not adequate for compaction, water should be added prior to rolling and compacting). Where terrain allows, slope of trail should not exceed 12:1 with a cross slope no greater than 20:1 (5%) to provide for ADA accessibility. All damage to surrounding features and/or vegetation shall be reclaimed immediately. II. b. For trail location, contact Keri Thorpe, Assistant Planner, at 582- 2250 or by e-mail at ktharpe@bozeman.net to arrange on-site meeting to mark right-of-way, trail and signage locations. For final inspection of trails, contact Doug Eisenman at 582-3223 or by e- mail at deisennian@bozeman.net Final inspection of vegetation shall be conducted by Keri Thorpe. Call 582- 2260 or email )�thorpe@bozeman.net 17 II.b Trails cont. VEGETATION Care shall be taken to keep areas of disturbance beyond the area of construction to a minimum. All disturbed areas shall be treated and maintained to ensure proper re-vegetation of grassy areas. • SEED SPECIES mixture, proportioned by weight, shall be as follows: a. 109 Durar Hard Fescue (Festuca ovina var. Durisucula) b. 109 Covar Sheep Fescue (Festuca ovina L.) c. 305 Critana Thickspike Wheatgrass (Elymus lanceolatus(Scribn. & J.G. Sm) Gould ssp. Lanceolatus) d. 30*1 Foothills Canada ]Bluegrass (Poa Compressa L.) e. 20% Rosana Western Wheatgrass (Pascopyrum. smithii (Rhdb) Love). • Sow seed at a rate of 3 to 4 lbs/1000 feet • Rake seed lightly into top 1/8 inch of soil, roll lightly and water with fine spray. • Protect seeded areas from hot, dry weather of dying winds by applying compost mulch planting soil within 24 hours after completing seeding operations. Soak areas, scatter mulch uniformly to a thickness of 3/16 inch, and roll surface smooth. PLANTING MAINTENANCE shall be 60 days from date of Substantial Completion. When initial maintenance period has not elapsed before end of planting season, or if turf is not fully established, continue maintenance during next planting season. PLANTING RESTRICTIONS Plant during one of the following periods. Coordinate planting periods with initial maintenance periods to provide required maintenance from the date of Substantial Completion. • Spring Planting: April through July 1 • Fall Planting: September 1 through freeze up w II.c. Trails-Barricade (See section V. for additional info) 1 - 60" TYP. �1 SIGN BLANKS SHALL BE CONSTRUCTION GRADE ALUMINUM, 0.08 INCH THICK, WITH ENGINEER GRADE REFLECTIVE SHEETING rY OF BOZEMAN SCALE- DEAD END BARRICADE NO. 09810-2 iNDARD DRAWING NONE DETAIL AUG. 1994 Revised 6/2002 18 DIAMOND $LACK PANEL WITH 9 RED 24' REFLECTORS, 3' MIN. SIZE - NUMBER OF PANELS AS REQUIRED BY THE DIRECTOR Or PUBLIC SERVICE ROADWAY 0 0 24' < 2" PERFORATED SQUARE TUBE POST (TELSPAR OR APPROVED EQUAL) 48' MIN, ROADWAY GRADE SIGN POST FOUNDATION AS PER STANDARD DRAWING 09810-1 1 - 60" TYP. �1 SIGN BLANKS SHALL BE CONSTRUCTION GRADE ALUMINUM, 0.08 INCH THICK, WITH ENGINEER GRADE REFLECTIVE SHEETING rY OF BOZEMAN SCALE- DEAD END BARRICADE NO. 09810-2 iNDARD DRAWING NONE DETAIL AUG. 1994 Revised 6/2002 II.d. Trails-Totems and additional signage Totems shall be cut from 10 inch by 10 inch rough cut wood G � feet in length, treated with weatherproofing stain, cut to match and installed per specifications provided on page . See page 19 for totem specifications and installation. Finished height shall be 5 feet. Totem signs shall be provided by the NURB staff. Contact Keri Thorpe, Assistant Planner at 582 - 2250 for signs and mounting instructions. 4 x 4 treated red cedar posts shall be installed with ` °no motorized vehicles beyond this point" and "dog on leash" signs affixed at the top -- finished height of 5 feet (see photo) Totem example Additional trail signage NEI -m TOTEM SPECIFICATION W- 3- Front Vicw -- k IV- 12" 1 1/2 in ground PAI II.e. Trails - bench Only one bench is to be installed; however, the Northeast Urban Renewal Board has not yet decided which bench to install. The cost estimates you provide will assist the Board in their final decision. Both alternates 1 and 2 have been approved by the Bozeman Parks Department. Please provide cost estimates for the purchase and installation of each bench, Alt 1 and Alt 2. Bench and installation costs shall be provided separately. Alt 1: See attached drawing and contact Kenneth VanDeWalle, AIA at (406)581-6149 for Alt 1 bench cost and additional installation information. Alt 2: See attached specification sheet: Pilot Rock Contour Bench made of treated yellow pine, 6 feet in length, embedded installation. This is the same bench installed at the Depot Park on Ida Avenue. Contact R.J. Thomas Manufacturing Co.,for additional purchase and installation information at PO Box 946, 5646 Hwy. 59 South, Cherokee, Iowa, USA 51012-0946 PHONE (712)225-5115 TOLL FREE (800)762-5002 FAX (712)225-5796 Office Hours: Monday-Friday 8:00 A.M to 5:00 P.M. Central Time When bench is selected and ready to install, contact Keri Thorpe, Assistant Planner at 582-2260 for marking of bench location. f. Trails - Dog waste station Contact Lauren Haber-Mannella in Idaho for pricing. Phone: (208) 424-3177 Product name: Dogi-pot 22 H H (D Iv rN 5w2S /(5_ -LT F39 F041 -220 -A Page 1 1 . Lrip Caa vat�tz d_ r Model No. S RB /G -4TP34 itss „' G} Price $325.00 Length (ft.) 4 Material (S)° x 4' `Treated #1 Southern Yellow Pine Timbers Wt. (Ibs.] 119 Powdi r Coated Fumes =Blaek A&Mard Model No. SWRB/CB•4TP34 Price 34-10 Contour Bench, 2- 1/2" sq. steel tube posts, 3/8" €hick steel sea bracket and portable frame foot OVRB) a;!WARS: embedded installatiar PWRS: portable /surface mount SWRB /G 6TP34 379.D0 b 153 SWRS /CB -6TP34 $398,00 SWRB /G -STP34 - " $443,00 8 188 S`W /CB -9TP34 $462.00 _ PWRB /G -4TP34 $315,00 4 125 PWRB /CB 4TP34 $334.00 PWRB /G -6TP34 $379.00 1 6 159 PWRB /CB -6TP34 398.00 PWRB /G -8TP34 $443.00 1 8 194 PWRB /CB -8TP34 $462.00 SWRB /G -4CO34 379.00 1 4 (8) 8' x 4! Construction Heart Redwood Timbers 119 SWRBfCB 4CO34 398.00 SWRB \PW1RB SWRB /G-6C0X 475.00 U 6 153 SWRB /CB -6 CO34 494,00 SWRB /G•8CO34 571.00 1 8 188 SWRB /CB -SCO34 $590.00 PWRB /GACO34 $379.00 4 125 PWRB /CB -4CO34 $398.40 PWRB /G -6CO34 $475.00 6 159 PWRB /CB -60034 $494.00 PWRB /G -SCO34 571.00 8 194 PWRB /CB -8CO34 $590.00 SWRB /G -4PC34 $430.00 : ' . _ 4 (8) 3" x 4" 'Cedar colored Recycled Plastic Timbers 162 5WR8/C8-4PC34 $449.00 SWRB3 /G -6PC34 646.110` 6, 3 Frames 243 SWRB3 /CF315PC34 $675.00 SWRB3 /G8PC34 $767.00 S 3 Frames 299 SWRB3 CB•8PC34 $ 796.00 PWRB /G -4PC34 $430.00 4 168 PWRB /CB -4PC34 $449.00 PWR 3/G -6PC34 $646. 00 6 3 Frames 252 PWRB3 /CB -6PC34 $675.00 PWRB3 /G•8PC34 $767.00 1 8, 3 T rames 308 PWRB3 /CB -SPC34 $796.00 H Al `See Pages 2 and 3 for optional Lumber species, material color options, and the character designators to specify those options in the Model Numbers. RJThomas Mfg. Co., Inc. FO, Box 946 0 Cherokee, lowc9 51012 -6946 • ORDERS Tell Free- 800-762-5002 . FAX:. 712- 225 -5796 • 712. -225 -5115 III. Trees Four (4) maple (Norway or Red) trees of to 2" caliper, measured at 1 foot above grad, in the E. Aspen Street right-of-way per Plan specifications recommended by City Forester, need a copy of these specifications, contact 2260. IV. Sprinkler System a minimum of 1 �, shall be planted and per planting Ryan Stover. If you Keri Thorpe at 582- The watering system shall run off the well in Depot Park. PVC lines shall extend under Ida Avenue and to each tree with bubbler installed to water each tree. The sprinkler system shall be programmed to run as a separate zone from the existing Depot Park system. 25 V. Walkway painting in Aspen Street right-of-way See following pages 27 - 31 ME., m i 2' T School Crossing a 24" White FLAT BLADE STREET NAME REGULATORY SIGN BLANK AS PER SIGN BLANKS MOUNTED BACK TO MUTCD STANDARDS, SIZE AS SEE SECTION SPECIFIED ON PLANS BACK ON POST 09510 2.2 FOR /SIGN SIZES 1� 2' MIN. 2 =� MIN. 1 0' 2" PREFORATED SQUARE TUBE POST (TELSPAR OR APPROVED EQUAL) 7' MIN. 4 � h' ATTACH SIGNS TO POST WITH � /g" DRIVE RIVET'S (MIN. 2 PER SIGN) STREET MARKER SIGN REGULATORY SIGN 2" PREFORATED SQUARE TUBE /POST (14 GAUGE) a a FASTEN POST TO SLEEVE WITH �16" CORNER 80LT 2 ," ° (A325) 1 )�" ABOVE FINISH GRAGE. INSERT BOLT FINISH GRADE a HEAD FROM OPPOSITE SIDE OF EXPECTED IMPACT. INSERT DRIVE RIVET INTO OPPOSITE SIDE. �j 14 '. 2 Y4 " X 30" 12 GAUGE NON— PREFORATED .. °.: ' SQUARE TUBE SIGN POST SLEEVE (TELSPAR "QUIK PUNCH" OR APPROVED EQUAL) ALL SLEEVES AND SIGN 24" POSTS SHALL BE INSTALLED ; ': INSERT SIGN POST 15" INTO SLEEVE PLUMB. o a. y' M --4000 CONCRETE ANCHOR SIGN POST FOUNDATION DETAIL CITY OF BOZEMAN SCALE: SIGN INSTALLATION NO. 09810 --1 STANDARD DRAWING NONE STANDARDS AUG. 1994 Revised 6/20 Add the following new section: SECTION 09810 STREET SIGNS PARTI - GENERAL 1.1 DESCRIPTION A. This section is furnishing, fabrication, installation and the removing and resetting of signs in accordance with these and other specifications, the Standard Drawings, and in the location as shown on the plans or as directed by the Engineer. 1.2 REFERENCES MUTCD Manual on Uniform Traffic Control Devices 1.3 STANDARD DRAWINGS Standard Drawings in Appendix C applicable to this section are as follows: City of Bozeman Standard Drawing No. 09810-1, Sign Installation Standards City of Bozeman Standard Drawing No. 09810-2, Dead End Barricade City of Bozeman Standard Drawing No. 09810-3, Standard Street Marker Sign Location 1.4 DEFINITIONS A. The following definitions define the signing work to be done when the respective terms are used in the Contract. 1. NEW Signs designated "New" are to be furnished new and erected at the locations specified. 2, REUSE Signs designated "Reuse" are to be removed from the existing post or posts and remounted on a new post or posts at the locations specified, 3. REPLACE Signs designated "Replace" are to be removed and replaced with the specified "New" standard signs, including new post or posts, at the existing or specified new locations. 4. RESET Signs designated "Reset" are to be removed and reset at the locations specified using the existing sign faces and supports. 5, REMOVE Signs designated "Remove" are to be removed, to include the sign or sign assembly and sign supports. COBMODS 6"' Edition Page - 1 - of 4 SECTION 09810 PART 2 - PRODUCTS 2.1 POSTS A. Use 2" perforated square tube 14 gauge galvanized steel posts for all sign posts unless otherwise specified on the plans, Use Telspar or approved equal sign posts. Anchor posts as shown on Standard Drawing 09810-1. 2.2 STREET NAME MARKER SIGNS A. Provide street marker (D-3) signs which meet all applicable MUTCD Standards. For publicly-maintained streets, use white lettering on a green background. For privately- maintained streets, use white lettering on a blue background. For ground-mounted signs, furnish 9" flat-blade aluminum sign blanks, 0.08 inches thick. Provide a 1/4" white border around the edge of the sign. Use white Highway Font letters for the street name. Lettering for street names shall be mixed-case consisting of an initial upper-case letter followed by lower-case letters. Letter height is specified as the height of the initial upper-case letter. The nominal loop height of the lower-case letters shall be 1,/ the height of the initial upper-case letter. Street names shall have 6 inch letters, and 3 inch letters for street abbreviations or city sections (e.g. Street, Avenue, Road). Attach signs back to back on signpost with two 318" drive rivets with I" backing washers. For overhead signs, blank and letter sizes shall be determined by engineering design and shall meet the requirements of the MUTCD. 2.3 REGULATORY, WARNING, CONSTRUCTION, AND GUIDE SIGNS A. Assure that all signs meet applicable MUTCD Standards. Furnish construction grade aluminum sign blanks, 0.08 inches thick. Attach signs to the posts with a minimum of two 318" drive rivets with backing washers. For signs smaller than 18''x18 ", use 3/8" x I" washers; for larger signs use 3/8" x 1.5" washers. 2.4 SIGN POST FOUNDATION SLEEVES A. Furnish 2 1 /4" non-perforated 12 gauge galvanized steel square tube foundation sleeves for all sign posts. Use "Telspar Quik Punch" or approved equal. Install sleeves in concrete anchor as shown on Standard Drawing 09810-1. 2.5 REFLECTIVE SHEETING A. Reflective sheeting for signs shall be Type IV ("High Intensity Prismatic") or better. COBMQDS 6" Edition Page-2-of 4 SECTION 09810 PART 3 - EXECUTION 3.1 SIGN INSTALLATION A. Assure that all signs are installed according to MUTCD Standards. Locate signs where shown on the plans or as directed by the Engineer. Assure that signs are installed plumb, at the correct height, and with the edge of the sign a minimum of two feet from the face of the curb or edge of pavement. 3.2 SIGN REMOVAL OR REPLACEMENT A. As directed by the Engineer, salvage existing signs designated to be removed or replaced to the site specified by the City of Bozeman. Properly dispose of all signs designated for removal or replacement which have not been designated for salvage. PART 4 - MEASUREMENT AND PAYMENT 4.1 GENERAL A. The following are pay items for the work covered under this section. Payment for these items is full compensation for providing all materials, tools, labor and equipment necessary to complete the item and all incidental work related thereto, whether specifically mentioned herein or not. 1. NEW SIGNS Measurement of signs is per each sign installed. Payment for signs is made at the contract unit price bid per each sign installed, which includes furnishing and installing sign posts and sign faces and all other work necessary or incidental for completion of the item. 2. REUSE SIGNS Measurement of signs is per each sign installed. Payment for signs is at the contract unit price bid per each sign reused. Such price or prices and payment will be full compensation for furnishing and erecting the new sign supports and remounting the sign, removing and disposing of the existing sign supports, and backfilling of removal sites. 3. REPLACE SIGNS Measurement of signs is per each sign replaced. Payment for signs is at the contract unit price bid per each sign replaced. Such price or prices and payment will be full compensation for removing and disposing of the existing sign and furnishing and erecting the new sign supports and sign faces. 4. RESET SIGNS Measurement of signs is per each sign reset. Payment will be made at the contract unit price bid per each sign reset. Such price and payment will be full compensation for all work and materials including dismantling and removal, resetting, furnishing and installing break away devices (if required), breakdown of COBIVIODS6 1h Edition Page-3-of 4 SECTION 09810 foundation material and backfill of removal sites, and all incidentals necessary to complete the work. When not provided for in the contract, reset signs will not be paid for directly but will be considered incidental to and included in payment for other items in the contract. 5. REMOVE SIGNS Measurement of signs is per each sign removed. Payment will be made at the contract unit price bid per each sign removed. Such price and payment will be full compensation for removing each sign and supports, removal from the project, breakdown of foundation material, and backfilling removal sites. COBIVIODS 61h Edition Page 4 of 4 SECTION 09810 VT. Insurance - Minimum Requirements of Coverage Limits Commercial General Liability A.Bodily Injury & Property Damage Each Occurrence Aggregate $1,000,000 $2,000,000 Coverage to include: 1. Premises Operations 2. Products and Completed operations 3. Contractual 4. Operations of Independent Contractors 5. Personal Injury 6. Property Damage applicable to Blasting, Hazards shall be included in coverage. $2,000,000 Collapse and Underground May be satisfied by primary insurance or a combination of primary and excess of umbrella insurance. However, primary occurrence limit cannot be less than $1,000,000. Deductible not to exceed $5,000 per occurrence on property damage. B. Automobile Liabilit Bodily Injury and Property Damage: Coverage to include: 1. All Owned 2. Hired 3. Non-Owned Combined Single Limit $1,000,000 Each Accident C. Worker's Compensation Occupational Disease Statutory Employer's Liability $500,000 Each Accident Sections B and C above may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. D. Owners and Contractors Protective Liability Bodily Injury and Property Damage Each Occurrence Aggregate $1,000,000 $1,000,000 33 Satisfactory protection for Owner may be accomplished by either an endorsement of Contractor's Comprehensive General Liability policy or by Contractor's carrier issuing a separate protective liability policy. E. Additional Insureds The Contractor's insurance coverage shall name the owner as an Additional Insured under Commercial General Liability, Automobile Liability, Excess or Umbrella policies. F. Builder's Risk Contractor shall purchase Builder's Risk on the "Broadform" form of coverage inclusive of Fire, Extended Coverages, and Vandalism. Insurance shall include the interests of the Contractor, Engineer, and subcontractors, as their insurable interest may appear. The CONTRACTOR shall secure and maintain said insurance until the work is completed and accepted by the OWNER. The City of Bozeman shall be listed as an additional insured. Letter of Accord verifying the City of Bozeman is listed as an additional insured is required. VII. Prevailing wage rates shall be paid. See Prevailing wage rates from the Montana Department of Labor and Industry attached. mm PREVAILING WAGE RATES FOR HEAVY CONSTRUCTION 2011 Effective: N °�~� ����� ��xm����D��. ������� ��x � ��� n n B Schweitzer, Governor State of M Keith K�^Ahm, Commissioner Department of Labor & Ind To obtain copies of prevailing wage rate schedules, or for information relating to public works projects and payment Vf prevailing wage rates visit ERD at wwwmtwagehourbopa.com or contact them at: Employment Relations Division Montana Department mf Labor and Industry P.O. Box 2O15O3 Helena, K8T5Q82O-1503 Phone 406-444-5600 TDD40G-444-554& 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, The Commissioner of the Department of Labor and Industry, accordance with Sections 18-2-4Q1 and 18'2-402nfthe 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 (ms a minimum) the rate of wages, including fringe benefits, 1name| allowance and per them 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 (486) 444-5000 orTDD (406)444-5549. In addition, this publication provides general information concerning compliance with Montana's Prevailing Wage Law and the payment ofprevailing wages. For detailed compliance information relating to public works contracts and payment of prevailing wage /ntes, please consult the re0o|eUono on the internot at vevxvv.nntw/agehourbope.cpnm or contact the Labor Standards Bureau at (406) 444-5600 orTDD (4O8)444-5549. KEITH KELLY Commissioner Department of Labor and Industry State of Montana TABLE OF CONTENTS MONTANA PREVAILING WAGE REQUIREMENTS: A. Date ofPub8oeUen --_—........... -----_______________�_______ B. Def�h�nof Heavy Conu�modon ---'----- ________________ ' C. Definftionof Public Works Contracts D. Prevailing Wage Sohadula '---- ' ---------'—�---------------------'' i E� Rates 10 Use for Projects .......... -----....... ........ __________________'_---- F. Wage Rate Aduu�nen�for[Nu|QyomrCon(rao� ---- ' � ------_-----------_'---� � B. Fringe Benef0s --- --_ ....... -- .... .... -....... ........... ...... --^-------__—_— � H. Apprentices ........ ....... ......... -------------� i Posting Notice of Prevailing VVmgos ' ----- —'.-- ........ --......... ........... ------- 6 —'---- � . J E Preference Employment � k Wage Rates ....... _____________________�______________—_---. 1-7 A. Date of Publication January 27, 2011 B. Definition ofHeavy Construction The Administrative Rules of Montana (ARM) 24.lT501(4) - (4)(a), Public Works Contracts For Construction Sen7i ces Subject to Prevailing Rates, states: "Hem,'v co projecis include Ind are not limited to, 1hoseprojecis that U no/ properly class�fied as either 'building construction', or 'highwaY construction, ' Reavy construction projects include, hia are not limited to, amenna towers, hnujor u��brne��r cox/nuociu/navigation) breo�wo»oxx c��xmnv/n/�ar/6� building �bz6w�v} � u6 - - ' . n � m --� or highway), canals, uonels, c6unnv/cu(-n/�� ������� (other than m4 coke ovens, �� demolition �n(����/ o constructio docks, dikes doc� dminagepnojmcis. d us, elec/r� 'octs ��na�o7-)/ ' sh huk� ' omd cnnn'o/�r/`�mc/� industrial incinerators (other Man bo/6Yinu), i/r�at/on/rrzjec /, J � Xt/nx. land ' �u6o/nu{e (n /i'' / incidental to other cnnxtrur/600). land leveling (not inr/nenta//oo/herruomimo/'n), land reclamation, levees, lo. cks and waterways, oil re6nm (other than 8x/ildims\ pi line4ponds ^ pnn;n/xgstations (rru�a��mo/m//�op-/n un -not buildings), railroad construction, reservoirs, ravohme//c� sewage cm/�rdn u unda8��oxo' 6xo4 xeivocx (sanitary, «/n/nz e/cj, s6ore/h7e nm,hv*ernoce, db tows, xumro{(-' tanks, swfn nx/n8pomb 6nuAfmw/1 subways (other than buildings), tunnels, z/mxha/to/'edp/erxundaho/�*o. viaducts (other /6o/,hir6w'uJ� vvo�e/'n,o/n4 wm/crxx�c»nx/,'xc//on ` ''«~~ /v lines 07ol incidental to building), water and sewage trealmen(plants (other than buildings) and wells, - highway), ,ww/r�u@p Federal[aviu-Bcco�n wage rates aspublished in D.8. Department of Labor General Wage Decision No. MT100001 Modification No.Ghave been adopted hv the Montana Department of Labor and Industry for use in Heavy Construction projects and are included in this publication. These rates apply statewide or as shown in MTI 00001 Modification No, 8, C. Definition nfPublic Works Contracts Montana Code Annotated, section ]8-2-40l(ll)(m),defioes "public works contract" uo ^ oconfzc/firco»^iruc/inn n oeices/a/6n/6ex/m&e, county, municipality, school di� district, political r i��/ono/1�nmncn troctionse �y the state, county, inunicipalitY, orpolilical subdivision in which the total cost of the contract is in excess of $25,000 D. Prevailing Wage Schedule This publication covers only Heavy Construction occupations and rates In the specific localities mentioned herein. These rates will remain iu effect until superseded byu more current publication, Current prevailing wage rate schedules for Building Construction, Highway Construction and Noocuoutruobnn Services occupations can be found no the in1ocuetut `A contacting the Labor Standards Bureau at( E. Rates to Use for Projects Rates to be used onapublic works project are those that are in effect at the tinle the project and bid specifications are Page i HEAVY CONSTRUCTION SERVICES 2011 EFFECTIVE lA0UARy27,2Q1I F. Wage rate adjustments for multiyear contracts Section 18-2-41 Montana Code Annotated stales: "(1) Any public work's contract that 4) the terms of the original contract ealls,for more than 3l1 months lofid4y pelfbrnl must include a provision to adjust, as provided in subsection (2), the standard prevailing rate of wages to be paid to the Workers Pe7,f0l the contract. (2) The standard prevailing rate of wages paid to workers under a contract subject to this section n7ust be adjusted 12 months after the date of the award of the public works contract. The amount of the u4justmew must be a 3 % increase, The adjustment must be inade and applied every 12 nionths,f6r the tern? of the Contract. (3) A)�); increase in the standard rate o1prevailing wages for workers under this section is the sole responsibility of the contractor and an�v subcontractors and not the Contracting agency, G. Fringe Benefits Section 18-2-412 of the Montana Code Annotated states: "(1) To fulfill the obligation—a contractor or subcontractor may. (a) pay the amount of fringe ben(flis and the basic hourly rate Qfpay that is part of the stan dard 1) revailing rate t o 'wages directly to the worker or employee in cash; ' (b) make an irrevocable contribution to a trustee or a third person pursuant 10 aftinge benefit fund, plan, 01 that meets the requirements of the Employee Retirement Income Security Act of 1974 or that is a bona fide program approved by the U. S. department of labor; or (C) Make payments using any combination 0"777ethods sel in subsections (1)(a) and (1)(b) so that the aggregate of 1 payments and contributions is not less than the standard prevailing rate of wages, including,/ringe bene and 1 allowances, applicable to the districl the particular type of work beingperforn?ed. (2) Thefi-inge belle fia plan, or program described in subsection (1)(h) n7ustprovide benefits to workers or employees for health care, pensions 07) retirement 07 death, 1i fe 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 qflahor. " 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 i 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 all); applicable fi-inge benefits must bepaid to the apprentice while the apprentice is working oil 1hepuhhe 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 "perlbrining 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 theproject, a legible statement of all wages andftinge benefits to be paid to the employees. J. Employment Preference Sections 18-2-403 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, HEA V CONSTRUCTION SERVICES 2011 — Page ii EFFECTIVE JANUARY 27, 2011 MONTANA PREVAILING DAVIS- Effective: January 27, 2011 General Wage Determinations Issued Under The Davis -Bacon and Related Acts State: Montana Construction Types: (Heavy Counties: Montana Statewide. HEAVY CONSTRUCTION SERVICES 2011 Page 1 EFFECTIVE JANUARY 27, 2011 ZONE DEFINITIONS CARPENTERS, CEMENT MASONS', LABORERS, AND TRUCK DRIVERS The zone hourly rates applicable to each project shall be determined by measuring the road miles over the shortest practical maintained route from the nearest County Courthouse of the following listed 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 - Base Pay Zone 2: 30 to 60 miles - Base Pay + $2.95 Zone 3: Over 60 miles - Base Pay + $4,70 *CEMENT MASONS ZONES: The above cities plus DILLON, GLASGOW, GLENDIVE, SIDNEY CARP0028-002 05/01/2009 Rates Fringes Carpenters: (Zone 1) Carpenter & Pilebuck $23.25 $8.90 Millwright $27.25 $8.90 CARP0028-004 06/0112006 Rates Fringes Diver Tender $27.27 $7.80 Diver $56.54 $7.80 DEPTH PAY (Surface Diving) 050 to 100 feet $2,00 per foot 101 to 150 feet $3,00 per foot 151 to 220 feet $4,00 per foot 221 ft & deeper $5.00 ELEC0044-001 06/01/2010 Rates Fringes Line Construction (1) Lineman $3733 4.75% + $10,61 (2) Equipment Operator $25.13 4.75% + $10.95 (3) Experienced Groundman $20.27 435% + $10.33 HEAVY CONSTRUCTION SERVICES 2011 Page 2 EFFECTIVE JANUARY 27, 2011 EL ECO233 -001 0810112009 BLAINE, BROADWATER, CASCADE, CHOUTEAU, FERGUS, GLACIER, HILL, JUDITH BASIN, LEWIS & CLARK, LIBERTY, MEAGHER, PETROLEUM, PHILLIPS, PONDERA, TETON, TOOLE, VALLEY, AND WHEATLAND COUNTIES Rates Fringes ELECTRICIAN $27.96 1 4.75% + $9.36 ELECO233 -002 08/01/2009 BEAVERHEAD, DEER LODGE, GRANITE, JEFFERSON, MADISON, POWELL, AND SILVER BOW COUNTIES Rates Fringes ELECTRICIAN $26.10 4.75% + $10,80 ELECO532 -001 0610112010 GALLATIN, PARK, AND SWEET GRASS COUNTIES Rates Fringes ELECTRICIAN $26.61 $10.27 ELECO532 -003 06/01/2010 BIG HORN, CARBON, CARTER, CUSTER, DANIELS, DAWSON, FALLON, GARFIELD, GOLDEN VALLEY, MCCONE, MUSSELSHELL, POWDER RIVER, PRAIRIE, RICHLAND, ROOSEVELT, ROSEBUD, SHERIDAN, STILLWATER, TREASURE, WIBAUX AND YELLOWSTONE COUNTIES ELECTRICIAN ELEC0768.001 0610112009 Rates Fringes $29.38 1.75% + $8.39 FLATHEAD, LAKE, LINCOLN, MINERAL, MISSOULA, RAVALLI, AND SANDERS COUNTIES Rates Fringes ELECTRICIAN $27.02 $10.37 HEAVY CONSTRUCTION SERVICES 2011 Page 3 EFFECTIVE JANUARY 27, 2'011 ENG10400-001 05101/2009 ZONE DEFINITIONS FOR POWER EQUPMENT OPERATORS: The zone hourly rates applicable to each project shall be determined by measuring the road miles over the shortest practical maintained route from the nearest County Courthouse of the following listed towns to the center of the job: BILLINGS, BOZEMAN, BUTTE, GREAT FALLS, HELENA, KALISPELL, MISSOULA Zone 1: 0 to 30 miles - Base Pay Zone 2: 30 to 60 miles - Base Pay + $3,50 Zone 3: Over 60 miles - Base Pay + $5,50 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1. Air Compressor; Auto Fine Grader; Belt Finishing Machine; Boring Machine, small; Cement Silo; Crane, A- Frame Truck Crane; Crusher Conveyor; DW-1 0, 15, and 20 Tractor Roller; Farm Tractor; Forklift; Form Grader; Front-End Loader under 1 cu yd; Heavy Duty Drills; Herman Nelson Heater; Mulching Machine; Oiler, all except Cranes & Shovels; Pumpman. GROUP 2: Air Doctor; Backhoe/Excavator/S hovel to and including 3 cu yd; Bit Grinder; Bituminous Paving Travel Plant; Boring Machine, large; Broom, Self-Propelled; Concrete Travel Batcher; Concrete Float & Spreader; Concrete Bucket Dispatcher; Concrete Finish Machine; Concrete Conveyor; Distributor; Dozer, Rubber-Tired, Push & Side Boom; Elevating Grader/Gradall; Field Equipment Serviceman; Front-End Loader I cu yd to including 5 cu yd; Grade Setter; Heavy Duty Drills, all types; 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; Roller, other than Asphalt; Roller, Sheepsfoot, Self-Propelled; Roller, 25 tons and over; Ross Carrier; Rotomill under 6 ft; Trenching Machine; Washing/Screening Plant. GROUP 3: Asphalt Paving Machine; Asphalt Screed; Backhoe/Excavator/Shovel over 3 cu yd; Cableway Highline; Concrete Batch Plant; Concrete Curing Machine; Concrete Pump; Cranes, Creter; Cranes, Electric Overhead; Cranes, 24 tons and under; Curb Machine/Slip Form Paver; Finish Dozer; Front-end Loader over 5 cu yd; Mechanic/Welder; Pioneer Dozer; Roller, Asphalt (Breakdown & Finish); Rotomill, over 6 ft; Scraper, single, twin, or pulling Belly Dump; Yo-Yo Cat. GROUP 4: Asphalt/Hot Plant Operator; Cranes, 25 tons to 44 tons; Crusher Operator; Finish Motor Patrol; Finish Scraper, GROUP 5: Cranes, 45 tons to including 74 tons; GROUP 6: Cranes, 75 tons to including 149 tons; Crane, Whirley (all). GROUP 7: Cranes, 150 tons to including 250 tons (add $1.00 for every 100 tons over 250 tons): Crane, Stiff -Leg or Derrick, Helicopter Hoist; Crane, Tower (all), HEAVY CONSTRUCTION SERVICES 2011 1 Page 4 EFFECTIVE JANUARY 27, 2011 Rates Fringes Power Equipment Operator (Zone 1) Group 1 $23.47 $9.50 Group 2 $23.94 $9.50 Group 3 $24.34 $9.50 Group 4 $25.00 $9,50 Group 5 $25.50 $9.50 Group 6 $26.60 $9.50 Group 7 $27.10 $9.50 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1. Air Compressor; Auto Fine Grader; Belt Finishing Machine; Boring Machine, small; Cement Silo; Crane, A- Frame Truck Crane; Crusher Conveyor; DW-1 0, 15, and 20 Tractor Roller; Farm Tractor; Forklift; Form Grader; Front-End Loader under 1 cu yd; Heavy Duty Drills; Herman Nelson Heater; Mulching Machine; Oiler, all except Cranes & Shovels; Pumpman. GROUP 2: Air Doctor; Backhoe/Excavator/S hovel to and including 3 cu yd; Bit Grinder; Bituminous Paving Travel Plant; Boring Machine, large; Broom, Self-Propelled; Concrete Travel Batcher; Concrete Float & Spreader; Concrete Bucket Dispatcher; Concrete Finish Machine; Concrete Conveyor; Distributor; Dozer, Rubber-Tired, Push & Side Boom; Elevating Grader/Gradall; Field Equipment Serviceman; Front-End Loader I cu yd to including 5 cu yd; Grade Setter; Heavy Duty Drills, all types; 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; Roller, other than Asphalt; Roller, Sheepsfoot, Self-Propelled; Roller, 25 tons and over; Ross Carrier; Rotomill under 6 ft; Trenching Machine; Washing/Screening Plant. GROUP 3: Asphalt Paving Machine; Asphalt Screed; Backhoe/Excavator/Shovel over 3 cu yd; Cableway Highline; Concrete Batch Plant; Concrete Curing Machine; Concrete Pump; Cranes, Creter; Cranes, Electric Overhead; Cranes, 24 tons and under; Curb Machine/Slip Form Paver; Finish Dozer; Front-end Loader over 5 cu yd; Mechanic/Welder; Pioneer Dozer; Roller, Asphalt (Breakdown & Finish); Rotomill, over 6 ft; Scraper, single, twin, or pulling Belly Dump; Yo-Yo Cat. GROUP 4: Asphalt/Hot Plant Operator; Cranes, 25 tons to 44 tons; Crusher Operator; Finish Motor Patrol; Finish Scraper, GROUP 5: Cranes, 45 tons to including 74 tons; GROUP 6: Cranes, 75 tons to including 149 tons; Crane, Whirley (all). GROUP 7: Cranes, 150 tons to including 250 tons (add $1.00 for every 100 tons over 250 tons): Crane, Stiff -Leg or Derrick, Helicopter Hoist; Crane, Tower (all), HEAVY CONSTRUCTION SERVICES 2011 1 Page 4 EFFECTIVE JANUARY 27, 2011 IRON0014-002 07/0112009 FLATHEAD, GLACIER, LAKE, LINCOLN, MINERAL, MISSOULA, AND SANDERS COUNTIES Rates Fringes IRONWORKER $25.34 $16.58 IRON0732-009 0610112010 REMAINING COUNTIES Rates Fringes IRONWORKER $25-57 $17.21 LABO1686-001 05/01/2008 LABORERS CLASSIFICATIONS GROUP 1: Flagperson 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 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 Nozzleman; Jackhammer (Pavement Breaker); Laser Equipment; Non-Riding Rollers; Pipelayer; Posthole Digger (Power); Power Driven Wheelbarrow; Rigger; Sandblaster; Sod Cutter-Power, GROUP 4: Asphalt 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 5 HEAVY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY Z7, 2011 Rates Fringes LABORER (Zone 1) Group 1 $17.14 $6.72 Group 2 $2010 $672 Group 3 $20,24 $672 Group 4 $21.00 $632 LABORERS CLASSIFICATIONS GROUP 1: Flagperson 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 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 Nozzleman; Jackhammer (Pavement Breaker); Laser Equipment; Non-Riding Rollers; Pipelayer; Posthole Digger (Power); Power Driven Wheelbarrow; Rigger; Sandblaster; Sod Cutter-Power, GROUP 4: Asphalt 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 5 HEAVY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY Z7, 2011 PAINO260 -001 0710112002 BLAINE, BROADWATER, CASCADE, CHOUTEAU, DANIELS, FERGUS, GARFIELD, GLACIER, GRANITE (South of a lime running East & West through the Southern city limits of PHILLIPSBURG), HILL, JEFFERSON, JUDITH BASIN, LEWIS AND CLARK, LIBERTY, McCONE, MEAGHER, PETROLEUM, PHILLIPS, PONDERA, POWELL (South of a line running East & West through the Southern city limits of HELMSVILLE), RICHLAND, ROOSEVELT, SHERIDAN, TETON, TOOLE, VALLEY, AND WHEATLAND COUNTIES t 4:7 PAINO260 -002 07/01/2002 Rates Fringes $13.85 1 % + $145 FLATHEAD, GRANITE (North of a line running East & West through the Southern city limits of PHILLIPSBURG), LAKE, LINCOLN, MINERAL, MISSOULA, POWELL (North of a line running East & West through the Southern city limits of HELMSVILLE), RAVALLI, AND SANDERS COUNTIES Rates Fringes PAINTER $16.85 1%+$3.45 PAIN1922 -001 06/01/2009 BEAVERHEAD, BIG HORN, CARBON, CARTER, CUSTER, DAWSON, DEER LODGE, FALLON, GALLATIN, GOLDEN VALLEY, JEFFERSON, MADISON, MUSSELSHELL, PARK, POWDER RIVER, PRAIRIE, ROSEBUD, SILVER BOW, STILLWATER, SWEET GRASS, TREASURE, WIBAUX, AND YELLOWSTONE COUNTIES PAINTER (Industrial, includes industrial plants, tanks, pipes, bridges) PLAS0119 -001 05101/2008 Rates Fringes $21.00 $0,00 STATEWIDE (except DEER LODGE, JEFFERSON, POWELL, and SILVER BOW COUNTIES) Rates Fringes CEMENT MASONS: (Zone 1) Area 1 $18.83 $6.96 Area 2 $20.24 $6.86 AREA 1: STATEWIDE (except DEER LODGE, JEFFERSON, POWELL, and SILVER BOW COUNTIES) AREA 2: DEER LODGE, JEFFERSON, POWELL, AND SILVER BOW COUNTIES HEAVY CONSTRUCTION SERVICES 2011 Page 6 EFFECTIVE JANUARY 27, 2011 PLUhA0030-08308801C2809 B|GHORN.BLA|NE, CARBON, CARTER, CASCADE, CHDUTEAU'CQSTER,DANiELS,O/4N/S(}N.FALLON.FERGUS, GARFIELD, GOLDEN VALLEY, HILL, JUDITH BASIN, LIBERTY, MCCONE, MEAGHER, MUSSELSHELL, PETROLEUM, PHILLIPS, P(}NDERA, POWDER RIVER, PRAIRIE, RlCHL/\ND ROOSEVELT, ROSEBUD, SHER|[)AN ST|LLVVATEFl, TETON, TOOLE, TREASURE, VALLEY, WHEATLAND, WIBAUX AND YELLOWSTONE COUNTIES Rates Fringes PLUMBER Commercial $28.25 $13.40 |ndumJria\ — PovvarGenenaUng Plants $80.80 $13.40 PLUM0041-001 07/01/2010 BEAVERHEAD, BROADWATER, DEER LODGE, GALLATIN, GRANITE, JEFFERSON, LEWIS AND CLARK, MADISON, PARK, POWELL, SILVER BOW, AND SWEET GRASS COUNTIES PLUkO8459~00105101/2010 Rates Fringes $28.25 O13.05 FLATHEAD, GLACIER, LAKE, LINCOLN, MINERAL, K8|SSOULA,RAVALL[ AND SANDERS Rates Fringes PLUMBER $27.51 $12.08 TEAM0002-001 05/01/2008 Rates Fringes TRUCK DRIVERS: (Zone 1) Group $ 14.14 $5.93 Group $18.84 $5.92 TRUCK DRIVERS CLASSIFICATIONS: GROUP 1. Pilot Car GROUP 2: All Combination Trucks and Concrete Mixers; Distributor Driver; All Dry Batch Trucks; Dumpman, Gravel Spreader Box Operator; All Dump Trucks and similar equipment including DW 20, DW 21, or Euclid Tractor; Dumpsters; Flat Trucks; Servicemen; Lowboys, Four-Wheel Trailers; Float Semi-Trailer; Lumber Carriers, Lift Trucks & Fork Lifts; Pick-up Driver hauling material; Powder Truck (Bulk Unloader type); Power Boom; Service Truck Drivers, Fuel Truck [}Nvena.T|nemen; All Water Tank Drivers; Petroleum Products Drivers; Trucks with Power Equipment such ea Winch, Ar FnameTruok. Crmne, Hydra|Nt. Gout-CretaTruok. and Combination K0u|nhin0. Seeding & Fertilizing Truck; Truck Mechanic. WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental, END OF GENERAL DECISION HEAVY CONSTRUCTION SERVICES 2011 Page 7 EFFECTIVE JANUARY 27,2011 VIII. Preconstruction meeting Required Prior to commencing construction, a Preconstruction meeting shall be held prior to and will include a site visit to verify the trail and signage locations. Contact Keri Thorpe, Assistant Planner, for scheduling 406,582.2260 M, IX. Notice to Proceed Work shall not commence until a Notice to Proceed is issued by the OWNER. Date: Project Number: 391102 Project: N. Church Ave/ E. Aspen St. right-of-way trail improvements Northeast Urban Renewal District Owner: City of Bozeman Project Manager: Keri Thorpe, Assistant Planner You are notified that the Contract Time for the Above Project will commence to run on 1 2011. On or before that date, you are to start performing your obligations under the Contract Documents. Work at the Site shall not begin prior to September 15, 2011 In accordance with the Contract, the date of Substantial Completion is November 13, 2011 Before you may start, any Work at the Site, you must deliver to the Owner certificates of insurance which each is required to purchase and maintain in accordance with the Contract Documents. The Non-Discrimination clause must also be signed and delivered prior to commencing work. Also, before you may start any Work at the Site, you must comply with all permit requirements; submit a construction schedule identifying critical path items; and attend a pre-construction conference and site visit. City of Bozeman Owner 0 Date 40 E Plan Key ( not to scale) -— _ — — �! , — - — GBNERAL NO TES a s i Allen ,tie .trvLLes 11 omply Ih sect tB.74,020 A2 of the I U. ifled 1 pme t o d (UDC This Snell I to the tool na � lean � 9f —ping of t dal that s tlr 59 d to tllcert SUee(e. A �- 3. City o f B Z ma standard Dead End Barricades shall be used as I,d' -led, F , i (Cjry ; „ _... n Standard draw ng No 99810 2i ih, - I 4, City of Bozeman standard C' I shall b sed In all areas of proposed / 1 fines tai ls. (City cf B St ndaad No (17529 -IS ors 5. The laid end benches proposed shall be a linwon st " from any water sedge i t I 6. Bench dsgn., shall ba approved by the City Parks ' 1 DepaAment & Planning ] p d L 7. Trail constructor must be o toyed by the Parks OlIeW be ensure 1 6 omW'ance with City Standard ccntad Thom White 582 -3224 APPROXIMATE CENTERLINE OF -- - r EXISTINGTRAIL WIDEN TRAIL TO 6' WITH NATURAL -INES TYPICAL BARRICADE MARKERS OR ALTERNATE TYPICAL BARRICADE TAMARACK R.O.Q. z MARKERS OR ALTERNATE EXISTING 3'WIDE I �APPROXIMAIE I m SIDEWALK TO REMAIN CENTERLINE OF EXISTING } / . C I TRAIL i — WIDEN TRAIL TO 6 y WITH NATURAL FINES TOTEM (TYP) . - EXISTING % .. — _,I EXISTING BRIDGE "SURFACE ALLEY R.O.F. — — _ I I o I 6 csi APPROXIMATE LOCATION II I m =tom' I FOR NEW BENCH i LOCATE 45' FROM EDGE OF i I I i CREEK ' I _ APPROXIMATE CENTERLINE OF CREEK i L F ( APPROXIMATE LOCATION ,- FOR NEW BENCH I ! / LOCATE 45' FROM EDGE OF CREEK "ALL TRIALS TO BE CITY OF BOZ (STANDARD "CLAS511" I ONLY ONE BENCH IS BEING INSTALLED ( NEWT WIDE ; AT THIS TIME. NO PICNIC TABLES. j 1 NATURAL ': ur FINES TRAIL` L — _ _ _ _ _ Contact project manager Keri Thorpe 'l 1 at 582 -2260 for bench location tr �� Y - EXISTING 1 1 GRAV OF COTTONWOOD STREZI R-01 i m ` WIDENEXSITING TRAILTO r . - 6' WIDE NATURAL FINES .. I _.. -. .. J a I TRAIL'( �OTEM FUTt. RE BRIDGE LOCA'.TON NEWPICNIC TABLE 1 LOCATE 45' FROM EDCE OF CREEK 1 .I ASPEN ST'REEP RO N t ,I 'ALL TRIALS TO BE CITY OF BOZEMAN `ALL TRIADS TO BE CITY OF BOZEM� STANDARD "CLASS 11" STANDARD "CLASSII" 1 r LU W _ so O Q O a- Z U) W W J w Z U < of Z In U - t- F- O = w a DE _ DE 0 0 O U z Z a C A dus o —at. POST cof") R cCNfROL Polar W/ NUMam ECCE OF ASPl 5_C A L E FaE H(pRA1R WAI EAUNE SEWERUNE OVERHEAD ELECRRIC �. UPIJIT POLE a TW3£Ie al. PROPERLY PIN E Plan Key ( not to scale) -— _ — — �! , — - — GBNERAL NO TES a s i Allen ,tie .trvLLes 11 omply Ih sect tB.74,020 A2 of the I U. ifled 1 pme t o d (UDC This Snell I to the tool na � lean � 9f —ping of t dal that s tlr 59 d to tllcert SUee(e. A �- 3. City o f B Z ma standard Dead End Barricades shall be used as I,d' -led, F , i (Cjry ; „ _... n Standard draw ng No 99810 2i ih, - I 4, City of Bozeman standard C' I shall b sed In all areas of proposed / 1 fines tai ls. (City cf B St ndaad No (17529 -IS ors 5. The laid end benches proposed shall be a linwon st " from any water sedge i t I 6. Bench dsgn., shall ba approved by the City Parks ' 1 DepaAment & Planning ] p d L 7. Trail constructor must be o toyed by the Parks OlIeW be ensure 1 6 omW'ance with City Standard ccntad Thom White 582 -3224 APPROXIMATE CENTERLINE OF -- - r EXISTINGTRAIL WIDEN TRAIL TO 6' WITH NATURAL -INES TYPICAL BARRICADE MARKERS OR ALTERNATE TYPICAL BARRICADE TAMARACK R.O.Q. z MARKERS OR ALTERNATE EXISTING 3'WIDE I �APPROXIMAIE I m SIDEWALK TO REMAIN CENTERLINE OF EXISTING } / . C I TRAIL i — WIDEN TRAIL TO 6 y WITH NATURAL FINES TOTEM (TYP) . - EXISTING % .. — _,I EXISTING BRIDGE "SURFACE ALLEY R.O.F. — — _ I I o I 6 csi APPROXIMATE LOCATION II I m =tom' I FOR NEW BENCH i LOCATE 45' FROM EDGE OF i I I i CREEK ' I _ APPROXIMATE CENTERLINE OF CREEK i L F ( APPROXIMATE LOCATION ,- FOR NEW BENCH I ! / LOCATE 45' FROM EDGE OF CREEK "ALL TRIALS TO BE CITY OF BOZ (STANDARD "CLAS511" I ONLY ONE BENCH IS BEING INSTALLED ( NEWT WIDE ; AT THIS TIME. NO PICNIC TABLES. j 1 NATURAL ': ur FINES TRAIL` L — _ _ _ _ _ Contact project manager Keri Thorpe 'l 1 at 582 -2260 for bench location tr �� Y - EXISTING 1 1 GRAV OF COTTONWOOD STREZI R-01 i m ` WIDENEXSITING TRAILTO r . - 6' WIDE NATURAL FINES .. I _.. -. .. J a I TRAIL'( �OTEM FUTt. RE BRIDGE LOCA'.TON NEWPICNIC TABLE 1 LOCATE 45' FROM EDCE OF CREEK 1 .I ASPEN ST'REEP RO N t ,I 'ALL TRIALS TO BE CITY OF BOZEMAN `ALL TRIADS TO BE CITY OF BOZEM� STANDARD "CLASS 11" STANDARD "CLASSII" 1 r LU W _ so O Q O a- Z U) W W J w Z U < of Z In U - t- F- O = w a DE _ DE 0 0 O U z Z a GENERALNOTES: 1. All construction activities shall comply with section 18 74 120A2 of the Unified Development Ordinance ( UDO) This shall include the routine cleanningi swaepico of material that is dragged to adjesit streets. 2. Any bails proposetl in tNa location o. existing oath /gutter and paved street shall he constructed as City Standard concrete sidewalk. 3. City of Bozeman standard Dead End Barricades shall be used as indicated. ( City of B i-man Standard drw ng No. 09810 -2) 4. City of Bozeman standard Class II trail shall be Lead in all areas of proposed fines trails. ( City of Bozeman Standard drawing No. 02529 -16) 5. The trails aid benches proposed shall be a minium of 45 from any water course edge. N 6. Bench and picnic table designs shall . be approved by the City Parks Department & Planning Department, 7. Trail construction must be monitored by the Parks Divsion to ensure 4 compliance with Cty Standard contact Thom White 562 -3224 tP 2p eP GALE re W CC — ' 0 CO TOTEM `--�4 _ TYP.) \ PROPOSED FED. X -LNG EXISTINEST ET S IGN SIG ._.. N O LU - W U) - Z w \ _ � riNG SEWER TYPICAL BARRICADE na so un¢ strrrm xAS eor wuao is nan " T °r nas °oN', ear a corn' °" - MARKERS OR ALTERNATE + cm w w or+rm+c F - Z U Q EXISTING EDGE OF — ASP-iALTI MILL'NGS e ________ _______________________ W _ = GO . — — —t s W GO E O CL o =k_rsaE �a Z a 0 c MANHOLE \ a O Z G :4 .�� \. S1 Q om, CONTROL MEW i/ NUMBER c MANHOLE \ o FARRIER POST ll conTruR \. Q om, CONTROL MEW i/ NUMBER EDGE OF ASPHALT nRE HYDR.Urr .. WATERUNE S SMERUNE - -- - -- OVERHEAD E imse go \ \ \ \ am us v iRAFnn SIGN PROPERTY PI iE'J F� rt \_ veamµ:c y � j- PAINT OR MARK CONNECTION TO TRAIL ON PARK row+i uxulmn o.ss' swlx a R/x axmm _ *-�\�, -