Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutH & H Earthworks Bid Submittal 2013 Water Renovation Project }.d i �
i owl'
sh, p
r
r
w
i
e
� IMI�I Ili
� �a'1.1 d �.�✓ 6� a/ /am ,w.,.� r WwwrA
I
r f
r
J i
I
a�
PENAL SUM FORM
DID BOND
Any singular reference to Bidder,Surety,Owner or other party shall be considered plural where applicable.
BIDDER(Name and Address):
H&H Earthworks, Inc.
350 Pollywog Lane, Belgrade, MT 59714
SUR=Name andAddress of Pr*wipalPface ofBohiess):
SureTec Insurance Company
1330 Post Oak Boulevard, Suite 1100 , Houston , TX 77056
OWNER(Name and Address):
City of Bozeman
121 North Rouse, Bozeman, MT 59715
1311)
13idDue Daft; April 9, 2013
Desc3ipdon(P-qjectName and Include LOC4009). 2013 Water Renovations Project
BOND
Bond Number: Bid Bond
Date (Mot car1far than Bid due date): April 9, 2013
PenaI 51M Im Percent of Amount Bid 10%
(Words} (Figures}
Surcty and Bidder,intondfng to be legally bound hereby,subject to the tams set forth below,do each cause this
Bid Rood to be duly executed by an authorized officer,agent,or representative.
BEDDE R SURETY
H&H Earthworks, Inc. (Seal) SureTec Insurance Aompany (Seal)
Biddtes Nme and Corporate Scal Surety's Name an
By BY. -
tirb Signab#(Attach Power of Attomey)
k Thomas Sauer
P , tM
Print Namo
Attorney-in-Fact
Title Title
Attest;Attest:
"�,
S Fltlurc fl\ -91 -
Title Title
Note.-Above addrases are to be uscdfior giving any required notice, Provide execution by any additional
parties,such as joint venturers,jfnecSwary,
WMC C430 IM Boni(PetAl Sum Form)
PAg&102
PENAL SUM F0Rlvl
1. Bidder and Surety,jointly and severally,bind themselves, their heirs, executors,atlministrratcrs, succcssors,
and assigns to pay to Owner upon default of Bidder the pctW suzn set forth on the face of this D md. Payment of
the poual sum is the extent of Bidder's and'Surety's liability. Recovery uE such penal such under the terms of this
Band shall be Owner's sole and exclusive remedy upon default of Bidder.
2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time.required by the Bidding
Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement regWred by the
Bidding Docmnents and any performance and paymentbanns requiredbythe Bidding Documents.
3. This obligation shall be null and void if-
31 Owner accepts Bidder's Bid and Bidder delivom wvitbin the time xr-quired by the Bidding Documents(or
any extension thereof agreed to in Ming by O weer)the executed Agreement requi cd by the Bidding
Documents and any ncrformaaco and payment bonds required by the Bidding Docictments,or
32 All Bids are rciccted by Owner,or
33 Owners Ws to issue a Notice of.award to Bidder tiwitttin the time sperTiv4 is the lllddiag Documents
(ter any cxtccs%on thereof agr+ecd to in writi ng by Bidder and,if applicablc,co rsented to by Surety when
required by Paragraph S herwo.
4. Payment under this Bond wvill bo due and payable upon default of Bidder and within 30 calendar days after
receipt by Bidder and Surety of written notice of default from Owner,which.notice will be given with rcuonable
pxornptaess,ldentilying this Bond and the)Project and including a statement of'the amount due.
S. Surety waives notice of any and all defemos based on or arising out of any time extension to issue Notice of
Award agreed to in writing by Owner and Bidder, provided that the total time for issuing w6tiec of Awatrl
including oxte lens shall not in the aggregate exceed 120 days from Bid duo date wrrilhout Surety's written
Consent.
6, No suit or action shall be coo nr=ced under this Bond prior to 30 calendar days after tine notice of default
required in Paragrapli 4 above is received by Bidder and Surety and in no case later thaw one year after Bid due
chile.
7. Any suitor action nader this Bond shall be commenced only in a.court Of competent iuds'l ction located in
dw state in wbloh tha Prof cct is located.
8. Notices required hcreandcr shall be in writing and sent to Bidder and Surety at their respwtiw addresses
shOWn on the fare of this Bond.Such not!=may be sent by personal delivery,00Mtnercial couricc,or by United
States Registered or Certified Mail,return receipt requested,postage pre-paid,and shall be dt cmcd to be cf#'ectivt;
upon rccciptby the party concealed.
9. Surety shall cause to be attaahcd to this Bond a current and ef' ctive Power of Attorney evidencing the
authority of the officer,agent,or representative who cxctutcd this Bond on behalf of Surety to execute,seal,and
deliver m&Bond and bind the,Surety thereby.
10. This Bond is intmdcd to cort.form to all applicable statutory requketaccnts.Any applicable requirmt of any
applicable statute that hn been omitted frown this Bond shall be deemed to be included herein as if set forth at
lend. if any provision of this Bond conflicts with any applicable statute, theft the provision of said statute shall
govern and the remainder of this Bond that is not in conflict thercwv th shall eontiznue in full force and offect,
11. `l"hcterm"Bid"as uscdhearein,includes aBid,offer,orproposal as applicable.
FJ(Z C 0430 Od&end(Peagt Snap Fo m)
:Frq=edday the EugtneersJafntCaatmdbaamentsCarw Itlev,
k'xrge 2 orb
POA#: 610001
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make,constitute and appoint
Thomas Sauer,Alberto Paez
its true and lawful Attomey-in-fact,with fall power and authority hereby conferred in its name,place and stead,to execute,acknowledge
and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the
conditions of contracts and consents of surety for:
Five Million and 00/100 Dollars($5,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey-in-Fact may do in the
premises. Said appointment shall continue in force until 1013112013 and is made under and by authority of the following
resolutions of the Board of Directors of the SureTec Insurance Company:
Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on
behalf ofthe Company subject to the following provisions:
Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute, acknowledge and
deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved,that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or
any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 201,of April,
1999.}
hi WiMCSN Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seat
to be hereto affixed this 3rd day of September,A.D.2010.
SURETEC INSURAWE C PANY
By:
Lu t� John a Jr., resident State of Texas ss:
County of Harris
On this 3rd day of September,A.D.2010 before me personally came John Knox Jr.,to me known,who,being by me duly sworn,did depose and say,that
he resides in Houston, Texas,that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above
instrument;that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal,that it was so affixed by order of the
Board of Directors of said Company,and that he signed his name thereto by like order.
JACQUELYN MALDONADO -4' rAJA4k -Iqkftk;��
Notary Pubiic,State of Texas Ncq�elyn aldo o,Notary Public
i My Commi ssion Expires
on e s May 18,2013
May 18, 2013 Osil
I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and cormot copy
of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors.set
out in the Power of Attorney are in fall force and effect, /1
Given under my hand and the seal of said Company at Houston, Texas this day of A.D.
7
M.Brent Beaty,Assistant Secretary
Any instrument issued in excess of the penalty stated above is totally void and Without any validity.
For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5:00 pin CST.
BIDDER'S CHECKLIST
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?
g. Contractor Special Fuel Permit Number
—3) Bid Envelope:
a. Addressed properly? (See Article I –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, contractor fuel permit 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 131D DOCUMENTS AND BONDS MUST BE ORIGINALS.
NO FAXED COPIES WILL BE ACCEPTED.
CITY OF BOZEMAN, MONTANA
2013 WATER RENOVATIONS PROJECT
FEBRUARY, 2013
TABLE OF CONTENTS
CONTRACT DOCUMENTS
Invitation to Bid
Instructions to Bidders
Bid Form
Bid Bond
Non-Discrimination Affirmation Form
Agreement Form
Payment and Performance Bonds
Standard General Conditions of the Construction Contact
Supplementary Conditions
Montana Prevailing Wage Rates
Standard Forms
CONSTRUCTION SPECIFICATIONS
Special Provisions
Measurement and Payment
Section 02602 Pipe Boring and Jacking
APPENIX A
Standard Drawings
CITY OF BOZEMAN, MONTANA
CALL FOR BIDS
NOTICE IS HEREBY GIVEN that the City of Bozeman, Montana, is accepting sealed
bids for:
2013 Water Renovations Project
Separate sealed bids for construction of City of Bozeman 2013 Water Renovations
Project will be received by the City Clerk at the office of City Hall, 121 North Rouse
Ave., P.O. Box 1230, Bozeman, Montana 59771-1230 until 2:00 p.m., local time, April
9, 2013 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 No. 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, April 9, 2013. Original copies must be
submitted- no faxed or electronic bids will be accepted. Bids will be opened and
read following the close of bids.
The project work is generally described as follows: Replacement of existing mains,
valves, fittings and appurtenances in Mendenhall Street from North 7th Avenue to North
Broadway Avenue.
The Contract Documents may be examined or obtained at the office of the City of
Bozeman Engineering Department, 20 East Olive Street, Bozeman, Montana 59771-
1230, 406-582-2280, in accordance with the Instruction to Bidders. Required deposit is
$50.00 per set, which is not refundable.
There will be a Pre-Bid Conference at the office of the City of Bozeman Engineering
Department at 10:00 a.m. on March 28, 2013. Interested CONTRACTORS are
encouraged to attend.
CONTRACTOR and any of the CONTRACTOR'S subcontractors doing work on this
project will be required to obtain registration with the Montana Department of Labor and
Industry (DLI). 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, CONTRACTOR is not required
to have registered with the DU prior to bidding on this project, but must have registered
prior to execution of the Construction Agreement. All laborers and mechanics employed
Section 001 00
INVITATION TO BID
Page I of 2
by CONTRACTOR or subcontractors in performance of the construction work shall be
paid wages at rates as may be required by the laws of Gallatin County and the state of
Montana. Discrimination in the performance of any contract awarded under this
invitation 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 invitation
must sign and return the required affirmation.
Every person or entity holding a special fuel permit issued pursuant to Title 15, chapter
70, part 3, MCA, from the State of Montana who submits a bid under this project shall
list that person's or entity's fuel, user's permit number in the bid form and on the face of
the envelope. A bid without the permit number may not be accepted.
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 at 2:00 p.m. local time, April 9, 2013.
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 lowest responsive and responsible bid which is in the best interest of the
OWNER.
The Contractor is required to be an Equal Opportunity Employer.
DATED at Bozeman, Montana, this 17th day of March, 2013.
Stacy Ulmen, CMC
City Clerk, City of Bozeman
Published Bozeman, Montana,
March 17, 2013
March 31, 2013
Section 00 100
INVITATION TO BID
Page 2 of 2
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 Clerk of the Commission,City
Hall, 121 North Rouse Ave.,P.O.Box 1230, Bozeman,Montana 59771-1230, and endorsed on the
outside of the envelope with the words: CITY OF BOZEMAN 2013 WATER RENOVATIONS
PROJECT.
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 on behalf of,a corporation,it must be
signed in the name of such corporation by an official who is authorized to bind the corporation,and who
shall also affix the corporate seal of such corporation. The Bid of a corporation which is signed by a
person other than a corporate officer must be accompanied by a Power of Attorney showing that person's
authority.
ONLY ONE PROPOSAL No Bidder may submit more than one Bid. Two Bids under different names
will not be received from one firm or association.
RESPONSIBILITIES OF AGENT Any person signing a Bid as the agent of another, or of others,may
be required to submit satisfactory evidence of this authority to do so.
The title of the person(s)executing the Bid or Agreement shall be clearly indicated beneath his signature.
QUALIFICATIONS OF BIDDERS Bidders may be required to submit satisfactory evidence that they
have a practical knowledge of the particular work bid upon, and that they have the necessary financial
resources to complete the proposed work.
In determining the lowest responsible bid, the following elements will be considered: whether the
Bidder involved(a)maintains a permanent place of business;(b)has adequate plant and equipment to do
the work properly and expeditiously; (c) has a suitable financial status to meet obligations incident to
1 INSTRUCTIONS TO BIDDERS
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'h
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 66'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.
Selected sections of the MPWSS have been reprinted in this document to provide a clear definition of
the project and detail modifications to the MPWSS made by the City of Bozeman,in order to assist the
Contractor in preparation of his Bids.
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/Bound Herein
Supplementary Conditions........... MPWSS/Bound Herein
Miscellaneous Forms
Notice of Award..................Bound Herein
Notice To Proceed............. MPWSS/Bound Herein
Field Order...................MPWSS/Bound Herein
Change Order.....................MPWSS/Bound Herein
Work Directive Change.......MPWSS/Bound Herein
Application For Payment
(Guidance Only),....... ...... Bound Herein
Certificate of Substantial
Completion........................MPWSS
Order to Contractor to
Suspend Work, ......Bound Herein
2 INSTRUCTIONS TO BIDDERS
Order to Contractor to
Suspend Work...............Bound Herein
Order to Contractor to
Resume Work......... ...Bound Herein
Contractors Certificate
And Release...............MPWSS
Lien Waiver for Prime
Contractor...--.......... MPWSS
Lien Waiver for
Subcontractor/Supplier...MPWSS
Wage Rates...................................Bound Herein
Special Provisions..........................Bound Herein
Technical Specification...... ............MPWSS, COB MODS, & Bound Herein
Appendix A—Standard Drawings. ......Bound Herein
Plan Set
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.
3 INSTRUCTIONS TO BTDDERS
Where logs of test borings are included in the contract plans,it is agreed that such logs C,
a part of the contract and are included only for the convenience of the bidder or Contra(
relieve him of his duties under this section or of any other responsibility under the contri
No information derived from any inspection of records of investigation or compilation there
the Owner will in any way relieve the bidder or Contractor from properly performing his o'.
under the contract.
UNDERGROUND UTILITIES The location of underground utilities as shown on the draw,
approximate and the Owner assumes no responsibility for determining the exact location.
Contractor shall note the reference to utility lines and service lines for various utilities as noted or
drawings and that the approximate location may or may not be given. The Contractor shall make writ
inquiry of the related utility agency to determine the location of underground utilities in the project are
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. The number of days within which,or the dates by which,the Work is to be Substantially
Completed are set forth in the Bid Form and the Agreement Form,
LIQUIDATED DAMAGES Provisions for liquidated damages are set forth in the Agreement Form.
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 North Rouse Ave.
P.O. Box 1230
Bozeman, MT 59771-1230
4 INSTRUCTIONS TO BIDDERS
The envelope shall also contain the following information:
Name of Project. CITY OF BOZEMAN 2013 WATER RENOVATIONS PROJECT,
Name of Contractor:
Montana Certificate of Contractor Registration No.
Montana Special Fuel Pen-nit No.
Acknowledge Receipt of Addendum No.:-,_,_,
In the lower left hand comer of the envelope print or type:
BID DOCUMENTS - DO NOT OPEN UNTIL 2:00 P.M.
April 9, 2013.
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 OR 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.
H. The proposal must include a completed and signed Non-discrimination affirmation form,
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,
5 INSTRUCTIONS TO BIDDERS
Bids which are signed for a co-partnership shall be signed by all of the co-partners or by an attomey-in-
fact. If signed by an attorney-in-fact, there shall be attached to the bid a power of attorney evidencing
authority to sign the bid.
Bids which are signed for a corporation shall have the correct corporate name thereof signed in
handwriting or in typewriting and the signature of the president or other authorized officer of the
corporation shall be manually written below the written or typewritten corporate name following the
work:
By,
Corporate Seal
Title:
If bids are signed for any other legal entity, the authority of the person signing for such legal entity
should be attached to the bid.
TELEGRAPHIC MODIFICATION Any bidder may modify his bid by telegraphic communication at
any time prior to the scheduled closing time for receipt of bids. The telegraphic communication shall not
reveal the bid price, but shall only provide the addition or subtraction from the original proposal.
Telegraphic proposal modifications must be verified by letter. This written confirmation shall be
received no later than three working days following the bid opening or no consideration will be given to
the telegraphic modification.
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
6 INSTRUCTIONS TO BIDDERS
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.
WITHDRAWAL OF BID No Bidder may withdraw his Bid after the date and hour set for the opening
declared herein. A Bidder may withdraw his proposal by a written request of the Bidder at any time
prior to the expiration of the period during which Bid may be submitted,which request must be signed in
the same manner and by the same person or persons who signed the Bid.
ACCEPTANCE AND REJECTION OF THE BIDS The Owner reserves the right to acceptor 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 famished 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 OWNER reserves the right to reject any or all Bids, including without
limitation, nonconforming,nonresponsive, unbalanced, or conditional Bids. OWNER further reserves
7' INSTRUCTIONS TO BIDDERS
the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be
non-responsible.OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be
in the best interest of the Project to make an award to that Bidder,whether because bid is not responsive,
or the Bidder is unqualified or of doubtful financial ability,or fails to meet any other pertinent standard
or criteria established by the OWNER. The OWNER also reserves the right to waive all informalities not
involving price,time,or changes in the Work and to negotiate contract terms with the Successful Bidder.
In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed
requirements, and such alternatives,unit prices and other data, as may be requested in the Bid Form or
prior to the Notice of Award.
In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the
qualifications and experience of Subcontractors,Suppliers,and other individuals or entities proposed for
those portions of the Work for which the identity of Subcontractors, Suppliers, or other individuals or
entities must be submitted as provided in the Supplementary Conditions.
OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility,
qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or
entities to perform the Work in accordance with the Contract Documents.
If the Contract is to be awarded,OWNER will award the Contract to the Bidder whose Bid is in the best
interests of the Project. Consideration factors will include conformance with all material terms and
conditions of the Contract Documents, Bid price, and other appropriate factors.
If the Contract is to be awarded,OWNER will give the Successful Bidder a Notice of Award within sixty
(60) days after the day of the bid opening.
The OWNER reserves the right to cancel the award of any contract at any time before the complete
execution of said Agreement by all parties without any liability against the OWNER.
If,at any time this Contract is to be awarded,the total of the lowest acceptable Bid Proposal exceeds the
funds then estimated by the Owner as available, the Owner may reject all Bid Proposals or take such
other action as best serves the Owner's interests.
CANCELLATION OF AWARD The Owner reserves the right to cancel the award of any contract at
any time before the complete execution of the Agreement,by all parties without any liability against the
Owner.
RETURN OF BID GUARANTEE All Bid guarantees,except those of the three lowest Bidders,will be
returned immediately following the opening and checking of the Bids. The Bid guarantees of the
unsuccessful of the three lowest Bidders will be returned within ten(10)days following the award of the
contract. The Bid guarantee of the Bidder to whom the contract is awarded will be returned when said
Bidder has executed an Agreement and filed satisfactory Performance and Payment Bonds as hereinafter
stipulated.
8 INSTRUCTIONS TO BIDDERS
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,
Notice of Extended PLLyment Provision: This contract allows the owner to make payment within 21 days
after approval of the payments.Payments made after the time limit will be subject to interest at the rate
specified in the Agreement.
When the work.extends beyond thirty(30)days,progress payments will be made monthly for any work
accomplished during the preceding month, but subject to retainage as specified elsewhere,
PREVAILING WAGE RATES On all projects and contracts with the Owner, Contractor and all
subcontractors shall pay for all labor employed the standard prevailing rate of wages. The standard
prevailing rate of wages as used herein means that standard prevailing rate of wages in the locality where
the work is to be performed as determined by the Montana Commissioner of Labor pursuant to MCA 18-
2-402 and as bound herein. The Contractor and subcontractors are directed to the Montana
9 INSTRUCTIONS TO BIDDERS
Commissioner of Labor for infori-nation on the standard prevailing rate of wages applicable to this
contract within this area.
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 Contractor and any of the
contractor's subcontractors doing work on this project will be required to obtain registration with the
Montana Department of Labor and Industry (DLI). Information pertaining to the Montana Contractor
Registration requirements may be obtained from the Montana State Department of Revenue, Helena,
Montana. (1-800-556-6694)
ADDITIONAL CONTRACTOR LICENSE FEE(MONTANA CONTRACTORS GROSS RECEIPTS
!AX
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, I 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 of three percent(3%)will be given to the lowest responsible Bidder who is a resident of the
State of Montana over a nonresident Bidder. This preference applied 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.
SPECIAL FUEL USER'S PERMIT(7-5-4316, MCA).
Every person or entity holding a special fuel permit issued pursuant to Title 15,chapter 70,part 3,MCA,
from the State of Montana who submits a bid under this project shall list that person's or entity's fuel
user's permit number in the bid form and on the face of the envelope. A bid without the permit
number may not be accepted.
10 INSTRUCTIONS TO BIDDERS
BID FORM
2013 WATER RENOVATIONS PROJECT
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 2013 WATER RENOVATIONS PROJECT,
including the assumption of all obligations, duties, and responsibilities necessary for the successful
completion of the contract and the furnishing of all materials and equipment required to be incorporated
in, and form a permanent part of,the work; tools, equipment, supplies, transportation, facilities, labor,
superintendence, and services required to perform the Work; Bonds, Insurance and Submittals; all as
indicated or specified in the Contract Documents to be performed or furnished by Contractor within the
time and for the prices set forth in the following schedules.
The undersigned bidder agrees to be bound 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 90 calendar days.
Where multiple schedules are awarded under a single Contract,the contract times shall run concurrently
unless separate notices to proceed are issued for the awarded schedules.
Liquidated Damages shall be as specified in Article 2.2 & 2.3 of the Agreement Form.
The undersigned Bidder agrees that the unit prices shall govern in checking the Bid, and should a
discrepancy exist in the total prices and total amount of Bid as listed above,after extensions are checked
and corrections made, if any, the total amount of the Bid as corrected shall be used in awarding the
contract.
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;
Q 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
Estimated Total Estimated
Item. Description Unit ] Unit Price ?uantity Price
OI Taxes, Bonds, Insurance L.S. 1
102 Mobilization L.S. 1 �
103 Connection to Existing Main Each 19
104 4" MJ Gate Valve wN.B. Each / 4
105 6" MJ Gate Valve w/V.B, Each 3
106 8" MJ Gate Valve wV.B. Each d3 30 ,
107 10" MJ Gate Valve wV.B. Each Y 2 ,
108 12" MJ Gate Valvew/V,B. Each 2
109 8" x 4" MJ Increaser Ea 1
110 8" x 6" MJ Increaser Each ,, 2 , a
111 8" x 4"MJ Tee Each 4
11.2 8"'x 6" MJ Tee Each , 8
113 8" x 8" MJ Tee Each 3 ? ,
114 8"MJ Cross Each 3 ^
115 10"x 8" MJ Cross Each
116 12"x 8" MJ Cross Each 1
117 8" 11 '/4 deg MJ Bend Each - 21 „
118 8" 22 % deg MJ Bend Each 6 ,�
119 8"45 deg MJ Bend Each yr 4
Ply:
12.0 8" CL 51 D.I.P. L.F. G ct 5215
121 10" CL 51 D.I.P. L. F. 60 '`2a
122 12" CL 51 W.P. L,F. 60
123 Service reconnection Win trench Each 59
��
limits 2" diameter and smaller ;� -
1.24 Service reconnection outside trench
L.F. 280
limits 2" diameter and smaller .- 13
Service reconnection Win trench
125 limits 4" diameter and larger
Each 5
Service reconnection outside trench
126 limits 4" diameter and larger L.F. 70 0,
Install Expansion Tank and
127 Backflow Preventer Each 5 c�� 2
128 Fire Hydrant 5' bury Each 1
129 Fire Hydrant 5.5' bury Each 1
130 Fire H Brant 6.5' bury Each 7 2
131 Fire Hydrant 75' bu Each 1
132 Fire Hydrant 8' bury Each + 1
133 Remove ExistipS Hydrant Each 1p . Q 3
3 BID FORM
134 Insulation L.F. . ;-p 2637 /ice.
135 Traffic Control L.S. e 1
136 Temi)orary Water System L.S. R 1
137 Asphalt Restoration L.F. 5429 1--> "-7.
138 Jack and Bore L.S. 3ol 1 1
139 Type 2 Pipe Bedding C.''. A, 20 r,✓
140 Curb BoxNalve Box Removal Each 107C), 11
141 Locate & Repair Sewer Service Each ', 10 -7Z:::). ,
142 Signal Loop Installation L.S. 2 3V-22".
143 Ouality Assurance Testing L. I u) I 1 '2t,.
144 Miscellaneous Work Each $1.00 20,000 $20,000
TOTAL BASE BIB s t'07 3;(os€ -slo
(TOTAL BASE BID- WRITTEN WORDS
The undersigned Bidder acknowledged receipt of the following Addenda,which have been considered in
preparation of this Bid:
No. — Dated Vi
No. Dated
No. Dated
No, Dated
Submitted this day of i 52013.-qt
SIGNATURE OF BIDDER: ✓ "
Montana Contractor Registrat n Number AV62 A
Contractor Fuel Permit Number
If an individual:
doing business as
4 BID FORM
If a Partnership: by
partner
If a Corporation: LIAA �..w�
(a)
(Seal &
Title Attest)
Business Address of Bidder: . bwi �A-A,
If Bidder is a joint venture, other party must sign below:
Montana License Number and Class
If an Individual: doing
business as
If a Partnership:
by Partner
If a Corporation:
(a) Corporation
by
(Seal &.
Title Attest)
5 BITS FORM
NON-DISCRIMINATION AFFIRMATION FORM
[name of entity submitting1hereby affirms it will not discriminate
on the basis of race, color,religion,creed, sex, age,marital status,national origin,or because
of actual or perceived sexual orientation, gender identity or disability in the performance of
work performed for the city of Bozeman,if a contract is awarded to it,and also recognizes the
eventual contract,if awarded,will contain a provision prohibiting discrimination as described
above and that prohibition shall apply to the hiring and treatment of the
�"!
above
.. - [name of entity submittingl employees and to all subcontracts it
enters into in performance of the agreement with the city of Bozeman.
Signature of Bidder:
P rs n authorized to sign on behalf of the bidder
AGREEMENT FORM
THIS AGREEMENT is dated as of the day of in the year 2013, by and between
CITY OF BOZEMAN, hereinafter called OWNER, and 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: Replacement of existing mains, valves,
fittings and appurtenances in Mendenhall Street from North 7'11 Avenue to North Broadway
Avenue.
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows: 201.3 Water Renovations Project, Cill of Bozeman .
Article 2. CONTRACT TIME.
2.1 The Work will be completed within 90— days after the date when the contract time
commences to run as provided in the General Conditions, Final payment will be withheld
until final completion and acceptance of the Work, as stipulated in this Agreement.
2.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence in
this Agreement and that OWNER will suffer financial loss if the Work is not substantially
complete within the time specified above,plus any extensions thereof allowed in accordance
with the General Conditions. They also recognize the delays, expense and difficulties
involved in proving,in a legal or arbitration proceeding,the actual loss suffered by OWNER
if the Work is not substantially complete on time. Accordingly,instead of requiring any such
proof,OWNER and CONTRACTOR agree that as liquidated damages for delay(but not as a
penalty) CONTRACTOR shall pay OWNER five hundred dollars ($ 500.00) for each day
that expires after the time specified herein until the Work is substantially complete.
2.3 Special Event Liquidated Damages. OWNER and CONTRACTOR further recognize that
time is of the essence in accommodating short term special events and water service
interruptions throughout the course of the project,and that owner will suffer financial loss if
the provisions specified below are not met:
1. Streets shall be open to traffic as specified for the Main Street closures/events in Special
Provision 44, , or shall be subject to the provisions of this section of this agreement.
2. All water system interruptions shall comply with the time frames specified in Special
Provision 33, or shall be subject to the provisions of this section of this agreement.
OWNER and CONTRACTOR also recognize the delays,expense and difficulties involved in
proving, in a legal or arbitration proceeding, the actual loss suffered by OWNER if the
provisions listed in sections 2.3.1 and 2.3.2 of this agreement are not met. 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 thousand
dollars($ 1000.00)for each hour that expires after the time specified for the beginning of any
of the special events in section 2.3.1 of this agreement;or for each hour that expires after the
maximum time allowed for water service interruptions specified in section 2.3.2 of this
agreement, 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 ($
Article 4. PAYMENT PROCEDURES.
CONTRACTOR shall submit applications for payment in accordance with the General Conditions,
Applications for payment will be processed as provided in the General Conditions,
4.1 Progress Payments. OWNER will make progress payments monthly on account of the
contract price on the basis of CONTRACTOR'S application for payment as recommended by
ENGINEER. All progress payments will be on the basis of the progress of the Work
measured by the schedule of values provided for in the General Conditions.
4.1.1 The OWNER may retain five (5) percent of the amount due the CONTRACTOR in
accordance with the General Conditions and as outlined herein.
4.2 Final Payment. Upon final completion and acceptance of the Work in accordance with the
General Conditions,OWNER shall pay the remainder of the contract price as recommended
by ENGINEER.
Article 5. INTEREST.
All monies not paid when due hereunder shall bear interest at the simple rate established by
the Federal Cost of Money Rate commencing at the time of a claim.
Article 6. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the
following representations:
6,1 CONTRACTOR has familiarized himself with the nature and extent of the Contract
Documents, Work, locality, and with all local conditions and federal, state and local laws,
ordinances,rules and regulations that in any manner may affect cost,progress or performance
of the Work.
6.2 CONTRACTOR has studied carefully all reports of investigations and tests of subsurface
and latent physical conditions at the site or otherwise affecting cost,progress or performance
of the Work which were relied upon by ENGINEER in the preparation of the drawings and
specifications and which have been identified in the modifications to the General Conditions,
6.3 CONTRACTOR has made or caused to be made examinations, investigations and tests and
studies of such reports and related data in addition to those referred to above as he deems
necessary for the performance of the Work at the contract price,within the contract time and
in accordance with the other terms and conditions of the Contract Documents, and no
additional examinations, investigations,tests,reports or similar data are or will be required
by CONTRACTOR for such purposes.
,6.4 CONTRACTOR has correlated the results of all such observations, examinations,
investigations, tests, reports and data with the terms and conditions of the Contract
Documents.
6.5 CONTRACTOR has given ENGINEER written notice of all conflicts,errors or discrepancies
that he has discovered in the Contract Documents and the written resolution thereof by
ENGINEER is acceptable to CONTRACTOR.
6.6 CONTRACTOR hereby affirms it will not discriminate on the basis of race,color,religion,
creed, sex, age, marital status, national origin, or because of actual or perceived sexual
orientation,gender identity or disability in the performance of work performed for the city of
Bozeman. This prohibition shall apply to the hiring and treatment of the CONTRACTOR'S
employees and to all subcontracts it enters into in performance of the agreement with the city
of Bozeman.
Article 7. CONTRACT DOCUMENTS,
The Contract Documents which comprise the entire Agreement between OWNER and
CONTRACTOR are attached to this Agreement, made a part hereof and consist of the following:
7.1 This Agreement.
7.2 Exhibits to this Agreement(if any).
7.3 Performance Bond, Payment Bond, and Bid Bond.
7.4 Invitation to Bid.
7.5 Instructions to Bidders and Bid Form.
7.6 Certificate(s) of Insurance.
7.7 General Conditions.
7.8 Supplementary Conditions.
7.9 Wage Rates.
7.10 Special Provisions and Measurement and Payment.
7,11 Montana Public Works Specifications, Sixth Edition,and City of Bozeman Modifications to
Montana Public Works Standard Specifications Sixth Edition, March 31, 2011 (by
reference).
7.12 Appendix A.
7.13 Addenda listed on the Bid forms.
7.14 CONTRACTOR'S executed Bid forms.
7.15 Documentation submitted by CONTRACTOR prior to Notice of Award.
7.16 Notice of Award.
7.17 Notice to Proceed.
7.18 Any modification, including Change Orders, duly delivered after execution of Agreement.
7.19 Any Notice of Partial Utilization,
7.20 Notice of Substantial Completion.
7,21 Notices of Final Completion and Acceptance.
7.22 Non-discrimination affirmation form.
7,23 Drawings
There are no Contract Documents other than those listed above in this Article 7. The Contract
Documents may only be altered, amended or repealed by a modification(as defined in the General
Conditions),
Article 8. MISCELLANEOUS.
8.1 Terms used in this Agreement which are defined in the General Conditions shall have the
meanings indicated in the General Conditions.
8.2 This Agreement and all of the covenants hereof shall inure to the benefit of and be binding
upon the OWNER and the CONTRACTOR respectively and his partners, successors,
assigns,and legal representatives. Neither the OWNER nor the CONTRACTOR shall have
the right to assign, transfer or sublet his interest or obligations hereunder without written
consent of the other party. The OWNER reserves the right to withdraw at any time from any
subcontractor where Work has proven unsatisfactory the right to be engaged in or employed
upon any part of the Work.
8.3 In the event it becomes necessary for either 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.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day a
above written.
(CONTRACTOR)
By (SEAL &)
(ATTEST)
Title
(JOINT VENTURE)
By (SEAL &)
(ATTEST)
Title
City of Bozeman
(OWNER)
By
(CITY MANAGER)
(SEAL &)
(ATTEST)
APPROVED AS TO FORM:
(CITY ATTORNEY)
c Awpdocs\fo1mMgreefhn.mrg
PERFORMANCE 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 Business):
OWNER(Name and Address)
CONTRACT
Effective Date of Agreement:
Amount:
Description(Name and Location):
BOND
Bond Number:
Date (Not earlier than Effective Date of
Agreement):
Amount:
Modifications to this Bond Form:
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
(Seal) (Seal)
Contractor's Name and Corporate Seal Surety's Name and Corporate Seal
By: By:
Signature Signature(Attach Power of Attorney)
Print Name Print Name
Title Title
Attest: Attest:
Signature Signature
Title Title
Note.- Provide, execution by additional parties, such as Joint venturers, if necessaty,
EJCDC C-610 Performance Bond
Prepared by the Engineers Joint Contract Documents Committee.
Page I 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
1 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
3.2 Undertake to perform and complete the Contract itself, through its agents or through independent
contractors; or
33 Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for a contract
for perfon-nance 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 fon
EJCDC C-610 Performance Bond
Prepared by the Engineers Joint Contract Dmuments 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—(Naine,Address and Telephone)
Surety Agency or Broker:
Owner's Representative (Eng sneer or other party),
EJ CDC C-610 Performance Bond
Prepared by the Engineers Joint Contract Documents Committee,
Page 3 of 3
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
Business):
OWNER(Name and Address):
CONTRACT
Effective Date of Agreement:
Amount:
Description(Naive and Location):
BOND
Bond Number:
Date (Not earlier than Effective Date of
Agreement):
Amount:
Modifications to this Bond Form:
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
(Seat) (Seal)
Contractor's Name and Corporate Seal Surety's Name and Corporate Seal
By: By:
Signature Signature (Attach Power of Attorney)
Print Name Print Name
Title Title
Attest. Attest:
Signature Signature
Title Title
Note: Provide execution by additional parties, such as joint, venturers, if necessary,
EJCDC C-615 Payment Bond
Prepared by the Engineers Joint Contract Documents Committee,
Page I of 3
l. Contractor and 8oretv, io1oU* 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, v/6icb is incorporated herein by reference.
2. With respect to Owner,this obligation abullbcoullmzdvojdifCootructoz:
2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and
22 Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging
non-payment hyContractor by any person or entity who fucoisbed labor, materials, or equipment
for use in the performance of the Contract, provided <}p/oer has promptly notified Contractor and
Surety (at the addresses described in 9uzmgruoh 12) of any o|aizua, dczouoda, liens, or suits and
tendered defense of such claims, dcnnxodw, liens, or suits to Contractor and Surety, and provided
there iouo Owner Default.
� 3. With respect to Claimants, this obligation shall be null and void if Contractor promptly ouakox payment,
|
directly nv indirectly,for all voozo duo.
� 4. Surety shall have an obligation tuClainoantsondcrthisBooduutd:
. 4.1 C}nizourtm who are employed by or have n direct contract with Contractor have given notice to
Surety (at the address described in Paragraph )2) and sent u copy, or notice thereof, to 0nvnor.
stating that o claim iu being made under this Bond and, with substantial accuracy, the amount ofthe
claim.
4.2 Claimants who dn not have u direct contract with Contractor:
l. Have furnished written owfioouu Contractor and sent ucopy, or notice thereof, to Owner, within
�
90 days after having last performed 1nbororluxtfomixbed ruutexiaXv oz equipment included in the
c|minu stating, with substantial uoouruuy, the amount of the o|mbm and the name of the party to
whom the materials or equipment were furnished or supplied, or for whom the labor was done or
�
performed; and
2. Have cidzcz received o rejection in whole or in part from Contractor, or not received within 30
days of furnishing the above notice any communication from Contractor by vvticb Contractor had
|
indicated the claim will be paid directly or indirectly; and
3. Not having been paid within the above 30 days, have ncot aezdteu notice to Surety (at the
|
address described iuParagraph 12) and sent u copy, ur notice thereof, $nOwner, stating that u
|
claim is being made under this Bond and enclosing u copy of the yzmvinum nvdtU:u 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
uuDOoi�o�cno�dOunc�
| compliance.
h. When Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at Surety's
l
expense take the following actions:
/
6.1 Send en answer W that Claimant, with ucopy 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 mr arrange for payment of any undisputed amounts,
|
7. Surety's total obligation shall not exceed the amount nf this Bond, and the amount wf this Bond shall De
credited for any payments made in good faith b'�Suzety.
)
� 8. Amounts npmd by Owner to Contractor under the Contract shall be used for the performance of the
Cnubuo[ and to mm1imfv claims, if any, under any performance bond, By Contractor furnishing and Owner
accepting this Bond, they agree that all tbmda earned by Contractor lothe performance mf the Contract are
�
dedicated tonuduf� obUAmtioomo�(�onUraocmruod8ur�1yuud�rUzio2�ood, ao6ccttm Owner's p�uritytuuse
| ^ '
the funds for the completion ofthe Work.
� mJcmcc-ms Payment Bond
Prepared bythe Engineers Joint Contract Documents Comtni,tee.
�
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 tender 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, heat, 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.
153 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)
Surety Agency or Broker:
Owner's Representative(Engineer or other):.
EJCDC C-618 Payment Bond
Prepared by the Engineers Joint Contract Documents Committee..
Page 3 of 3
i
j
This document has"important legal consequences; consultation rwitli an attorney is encouraged with respect to its
use or modification, This document should be adapted to the particular circumstances of the contemplated'
Project and the controlling Laws and Regulations.
I
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
Prepared by
ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE
and
l[ssued and Published Jointly by
Am mrAN CmNa4 pt Lwwwrnm Coswwrc
National Society of n8ri Engineers n Society Professional Engineers
ers
ASCEof Civil
Pmlasslonol Enolneers In Pfirafe Prodfce
AMERICAN COUNCR,OF ENGI EER,ING "O PANfF
ASSOCIATED GENERAL CONT,
RACTOkS,or AMERICA
AMERICAN SOCIETY OFCIVIL ENGINEERS
PRO M ,5IO A ENGI?4EE'R -1'ls&PRIVATETRA(TrWE
Frr, c tt aaY�rrrt rah"�rr�.
NATISNAI atCIET'Y f,1p PRCxI?ISICCL ENGINEERS
r
f y
CfJNSTRtJCTIt N SPECIFIC"ATICINS INSTITUTE
�I
E,It"TDi. C-70:Widardcotrii0 dl t'kmsof"theCoiJAIdetipnCofitract
I ' Copyi i 'ht 002(W Nati All rights,reserved;
�l
STANDARD GENERAL CONDITIONS O�F THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Page
Article I -Definitions and Terminology................................................... ............................. ....... ......... I
1,0!1 Defined Terms...---................................................ ....... ...... .................................. I
1 02 Terminology...... .......... .................................................... .............................................. ..............5
Article2-Preliminary Matters.................................. ........................................ ......... ........ .....................6
2.01 Delivery of Bonds and Evidence ofInsurance.................................................................... ........6
2.02 Copies of Documents........................ ........ ...... ............. .......... ..............................----6
2.03 Commencement of Conti-act Times; Notice to Proceed...............................................................6
2.04 Starting the Work......................... .................. .......................................................................... ....7
2.05 Before Starting Construction ........ ........................................................ .............. ........................7
2.06 Preconstruction Conference; Designation of Authorized Representatives......... ..........................7
2.07 Initial Acceptance,of Schedules............................... ..................................................................7
Article 3-Contract Document,.'.: Intent, Amending,Reuse ...........- ................................... ...........................8
3.01 Intent................... ............'........ ...... 8
3.02 Reference Standards................................................---.............. ..................................................8
3.03 Reporting and Resolving Discrepancies.......... ..... ....................................-.'-....................... 9
3.04 Amending and Supplementing Contract Documents.....................................................................��9
3.05 Reuse of Documents......................................... ....... ......I ...... ............. .................... 10
3.06 Electronic Data ...............-.-...... ........................................ .......... .................
Article 4-Availability,of Lands;S4bsurface,,and Physical�Conditio'ns;'Hazardbu,�,Environmental,
Conditions,; Reference Points...... ............... ...... .......... ......... ...... .......I............. ........ I I
4.01 Availabi4ty of Laods'.. ....... .......I................. ........ ..... .........I
4.0, Subsurface and Phy,,*,406' nditions.................... ................................ ......�i'............
4.03 Differing,Subsurf4t.�e or,,,Ph.,y,,sieal"Cond�itions.......... .................. ...................
4,04 UfidergirOund Facilities,... .........................
.............. ....................... ......13'
4.05 Refetoice, Points:- .............................. .............................. ........ ........ 1,4
4.06 Condition ............... .................. ...... 14
Article 5-Bonds and Insurane&....
.......................... ............................. .........
�'M] Performance,Paynien-�,And OtberBoinds .. ......-".";........................ .....
6
5.02 Licensed Suretie' and,'1hsurefs..,...1.............
................... 16,'
5.03 Certificates of tns,'1Ltra'nce.'-.,.'�...................... ................ ............. ...... 17
tor's1ritsuran ........... ........17'
5.04 Contrac c I............ ..........................................
5,05 Owner's Liability Insurance....................
................ ................ ......................... 19
5'M, Property Insurance........ ............................................. .............
......1.,,,. 19
5.07 Waiver of Ri'gbts' ...................- ....... ...... ........
. .................."......... 0,
5.08 Receipt and Applic4tioo of ln�utanee Proceeds,�. ........ ...... .......... .........
00C,('460' bf the'Constructimi Coniravt
Copyright Q 2007 Notional 14,odety of Profo'4(inot EughW�rs for EjCI)C, Alfright5reserved.
P�ge 1
9.02 Visits to Site............ .............. ......... .............. .............. ......... .37
9.03 Project Representative...................... .._............... ...... ........... .......................... ........—38
9.04 Authorized Variations in Work ......................... .............................. ......-....... ....... ......... ...38
9.05 Rejecting Defective Work........................ ............... ....... ................. ......... ................-_ ....38
9.06 Shop Drawings,Change Orders and Payment........................................ ..... ......... ..............39
9.07 Determinations for Unit Price Work .....................................
................... ................ .......39
'9.08 Decisions on Requirements of'Contract Documents and Acceptability of Work................ .....39
9.09 Limitations on Engineer's Authority and Responsibilities.......-...............................................39
9�10 Compliance with Safety Program......................._............... ............................. ....................._40
Article 10—Changes in the Work; Claims ...... .................—................ ...............--.............. ......... ......40
10�.01 Authorized Changes in the,Work ........................ ................ ..............--..................................40
10.02 Unauthorized Changes in the Work......... ......... ........................
10.03 Execution of'Change Orders.................................................. .................................. ............41
......................................... ...........41
10.04 Notification to Surety ......................................... ................. ............ ................. .................41
10.05 Claims....................--..................................... ....... .............. ................ ....................................41
Article I I —Cost of the Work; Allowances; Unit Price Work... .......... ......................................... ..........42
11.0 1 Cost of the Work............. ............................................................. ....................... ...... ..............42
11.02 Allowances....................... ............... .................................... ........................... ............. ...........45
11.03 Unit Price Work....... .......... ................ ........................ ........................... ...................45
Article 12—Change of Contract Price;Change of Contract Times.............................. ......... .....................46
12.01 Changeof Contract Price... ............................................................................ ...........................46
12.02 Change of Contract Times........................................................................ .............. ............... ...47
1.2.03 Delays.................................................. ................
- ........ .................................................._.......47
Article 13—Tests and Inspections; Correction,Removal or Acce tance of Defective Work ......................48
P,
13.01 Notice of Defects............................... ...........-...................... ................... .......................-48
13.02, Access to Work.......... ......—1-....... ..................
.......................—48
13.03 Tests and Inspections............. .............. ...................................... .................................................4,9
13.04 Uncovering Work,... ..............................—..................................................................... .................49
13-05 Owner May Stop the Work ....................................................... ................ ......... .................50
13.06 Correction,or Removal of Defective Work............................................... 5()
13-07 Correction Period..........--..................................... ............... .................
13.08, Acceptance of,Defective Work.......... ............. ....... ....... ................... ............. .......
............
13-09 Owner May,Correct,Defective,Work, ....... ................ ............. .......... ......
..52)
Article 14—Paymlents to Contractor,and,Com
pletion............. ............. ........................
14.01, Schodu e of Values............................... ......... ....... ................ ..........--........... .......................52
IU2Progress,Payrne'nts.,..................... ........... .......... ..........11........I...�...... ................
14-03 Contractor's Warranty of Titk........ ........ ............. ...................... .......... .......... ....55
14.04 Substantidl Coiripletion,.................. ....... ............... ........................ .............. 5,-5
14.05 Partial Utilization.,....'
.......... ...........-................. ..................................11........ ....... ......
14.06 Final Inspection........... ...... ........
............. ...........
...— ..I............................--......
1:4,07 Final,Payment—,.........I.................... ...................... ................................... ............. ........ ....57
14,.08 Final"Completioti Delayed..,.,... ............... ............--......... ....................... ...58
FJCDC(-700 S'ndard('00eral Conditiom of tbeConstOuction Contract
CopyrightV 2007 National Sociekv of Profc�.,Wonal,En9inV*F$for EJCl)C- All right-;rescrivd.
........ Page,iii
1
1
ARTICLE I DEFINITIONS AND TERMINOLOGY
1.01 Defined Terraas
A. Wherever used in the Bidding Requirements or Contract Documents and printed with initial
capital letters, the terms listed below will have the meanings indicated which are applicable to
bath the singular and plural thereof. In addition to terms specifically defined, terms with initial
capital letter: in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
l.. ActrlcAn&i----Written or graphic instruments issued prior to the opening of Bids,which chirify,
correct,or change the Bidding Requirements or the proposed Contract Documents,
2. Agreement—The written instrument which is evidence of the agreement between Owner and
Contractor coved ng the Work.,
I 3. Application for Pa'y/gent—The form acceptable to Engineer which is to be used by Contractor
during the course of the Work` in requesting progress or final payments and which is to be
accompanied by such supporting documentation as is required by the Contract Documents,
4. A.ybe to —•Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action; levels established by the United
States Occupational Safety and Health Administration,
S: Bid The offer or proposal of a Bidder submitted on the prescribed form setting forth the
prices for the Work to be performed.
6. Bi&hi=The,individual or entity who submits a Bid directly to Owner,
7. Bidding o crraneo—ts--"The Bidding Requai>'ements and the proposed Contract Document's
(including all Addenda.
1
8. Bidding Requirements—The advertisement or invitation to bid, instructions to Bidders, Bid
security f acceptable f`oraru if an and the Bid Form with,ttru Supplement
y p ,y, s.
y
91, C'h#nge Or der-74,;document,recomm,ended by Engineer,which is, signed by Contact 0 r and
Owner and'authorizes an addition, dele,0 ,,or,revi, '
94 in the A or an adju�stm nt in',th S
Contract Price or the Contract T me'sT js~sued o�n or a4 the Pffeotive Date uhf the Agreeia)ent,
10. C lcrraxr—A demand or assertion by Owner or, Cdntrauctor seeking an adjustment.of Contract
Price of ontract Tinges, or both ,fir tether relief with respect tbAhd,terries of the Contract:A
demand for'money or services °a third party is t t-a la In T.
11. Contract—The entire and integrated written agreement betw;een the Owner and Contractor
concerning the brk: The' Contract supersedes-,prior, negotiations, representations, for
agreements, whether written or oral.
F„JCt)C C",4700 Standard C'enerai Conditions of the Construction Contract
Copyright U 2007 National Society of,Professional Engineers for EEC DC'» All rightrs"reserved.
Page,i of 62
r
r
t
27. Nolice (�f'Award—Thc written notice by Owner to the Successful Bidder stating that upon
timely compliance by the Successful Bidder with the conditions precedent listed therein,
Owner will sign and deliver the Agreement.
28. Notice to Proceed—A written notice given by Owner to Contractor fixing the date on which
the Contract Times will commence, to run and on which Contractor shall start to perform the
Work under the Contract Documents.
29. Owner—The individual or entity with whom Contractor has entered into the Agreement and
for whom the Work is to be performed.
30. PCB.v—Polychlorinated biphenyls,
31. Petro/etan—Petroletim, including crude oil or any fraction thereof which is liquid at standard
conditions of temperature and pres
sure (60 degrees Fahrenheit and 14.7 pounds per square
inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and
oil mixed with other non-Hazardous Waste and crude oils,
32. Progress Schedule—A schedule, prepared and maintained by Contractor, desclibing the
sequence and duration of the activities comprising the Contracto�r's plan to accomplish the
Work within the Contract Times.
x� 33. Project—The 'total construction of which the Work to be performed under the Contract
Documents may be the whole, or a part,
34. Prqject Alanual—The bound documentary information prepared for bidding and constructing
the Work. A listing of the contents (if the Project Manual, which may be bound in one or
more volumes, is contained in the table(s)of contents.
35. Rq4ioactive Materiab—Source, special nuclear, or,byproduct material as defined by the
Atomic Ener y Act of 1954 02 USC Section,2011 et,seq.)
9 as amended from time to time,,
36. Resident Pr(,yectl Repfesentafiw,��The authorized representative of Engineer who may be
assigned,to the Site or any prt,thereof.
37. Sa,*I�Ies—Physical examples of
mat�,rials,equipment,,or workmanship that are representative
of'Sorhe portion of the Work,and' which,establish thie standards by Whic �such portion
of the,
Work, wfll bejudged,
38. Schedule
,)J,'SuI;nIlUa.1s—A schedule, prepared and maintained by, Contractor,
of required
stibrrtittals and the time, requirements to 8 p sch '61
construction activities. up rt eduJed, perfmianee of related
39. Schedule of Value-v—A schedule, prepared,and mililtitained by Contractor, allocating portions
of the Contract Price to various pdrtionS ofthe','W I�,,)rk and used as the basis for reviewing
Contractor's Applications fbrPa,,ymc'nt.
EJCDC C-7(KY Standard General Conditions of the Construction Coritrad
Copyright ED 2007 National Society of,Professional Engincers,lor I EJCDC� All rights reserved.
PaV 3 of 62
h
I
addition, deletion, or revision in the Work, or responding to differing car- unforeseen
subsurface or physical conditions under which the Work is to be performed- or to
emergencies. A fork Change Directive will not change the Contract price or the Contract.
Tines but is evidence that the parties expect that the change ordered or documented by a
Work Change (Directive will be incorporated in a subsequently issued Change Order
following negotiations by the parties as to its effect,if any, on the Contract Price or Contract
Times,
1.02 Ter n inolv,g)7
I
A. The words and terms discussed in Paragraph 1,02.13 through F are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
P. Intent of Certain Terms or 4jectives
1. The.Contract Documents include the terms `"as allowed," "as approved," "as ordered," "as
directed" or terms of like effect or import to authorize an exercise of professional judgment
by Engineer. In addition, the adjectives "reasonable," "suitable," "acceptable," "Proper,"
"satisfactory," or adjectives of like effect or import are used to describe an action or
determination of Engineer as to the Work. It is intended that such exercise of professional
judgment, action,, or deterrnination will be solely to evaluate, in general, the Work for
compliance with the information in the Contract Documents and with the design concept of
the Project as a functioning whale as shown or indicated in the Contract Documents (unless
there is a specific statement indicating otherwise). The use of a'n such terns car adjective is
not intended to and shall not e effective to assign to Engineer any duty or authority to
supervise or direct the performance of the Work, or any duty or authority to undertake
responsibility contrary to the provisions of Paragraph 9.09 or an y other provision ro vision oof the
Contract Documents.
C. Day,:
1. The Word "day" means a calendar day of 24 houars measured from midni& to the next
midnight,
D. Defective.,
1.: The word "defective," when modifying the war d "Work,"
refers to Work, (last is
unsatisfactory, f""salty,tat def`rcieiat in that it.
a. dopes not conform to the,,Contfact,DoCunadri s;.CDr-
b, does not meet the recluiremen S,of,any applicable inspection, reference standar=d, test, or
approval referred to in the rC antrdei`Docairnerits;or
c. has been damaged prior to Etorieer"s roeorrian6idation ' f final payment (unless
i responsibility for the protection thereof has been assumed by Owner at Substantial
Completion in accordance with Paragraph 14;D4'414.0_5).
JCiDCaCM"-700$tandawrd General Conditions of the Construction Contract
C"opyrigltt C 2007 National Society of r'ioressiona l Engineers for 113C OC, All rigrats r rued.
Page S of 62
( 2,04 Starting they IYor°k,
A. Contractor shall start to perform the Work on the date when the Contract Times commence to
run. NciWork shall be dome at the Site prior to the date on which the Contract Times commence
to run.
2.05 Before Starting Construction
on
A. Preliminary Schedules: Within 10 days alter the Effective; Date of the<Agreement `unless
otherwise specified in the General requirements), Contractor shall submit to Engineer for timely
review
1. a preliminary Progress Schedule indicating the times (numbers of days or dates) for starting
and completing the various stages of the Work, including any Milestones specified in the
Contract Documents;
f
2. a preliminary Schedule of Submittals;and
?. a preliminary Schedule of Values for call of the Work which includes quantities=and pricey of
items which when added together equal the Contract Price and subdivides, the Work into
component parts in sufficient detail to serve as the basis for ,progress payments during
perlairntance of the Work. Such prices will include an appropriate amount of overhead and
profit applicable to each item of Work,
2.06 Pr°et.onstr ration. Cogs r ence Designation n ation gfAufhori ed Representatives
A. Before any Work at the Site is started, a conference attended by Owner, Contractor, Engineer,
and others as appropriate will be held to establish a working understanding among,!the,parties as
to the Work,and to discuss the schedules referred to in paragraph 2.05.A, procedures for hatndling
Shop Drawings and rather submittals, processing Applications for payment, and maintaining
required records.
i
B. At this conference Owner and Contractor each shall designate,in writing, a specific individual to
act as its authorised representative with respect to the services aatrd--responsibilities under the
Contract. Such individuals shall have the authority to transmit instructions,:receive information,
render decisions relatiue tca the Contract,attrd t tlrer isc:act a tt behalf of each respective party.
2.07 i"ntitidl Accep!t nc'e of Sehed4d&-
A. At lust l )datys lbefoie subriiis.ion of the fart �frpltcutioi ft�r l�`a rrtettt as cciriferenc aattertr�ed b
Contraetof. En xrneer' and ether;; y
," �s appr�ipriate will ire hefd tai reuir~w, fta� acceptability, to
Engineer,as pr¢,avided below tyre--schedules s0nl fitted,rn atcaerrci ri e w' ith"Pairaagr aph 2.05.A,
Cbntracttrr shall have an additional 1.fg days to B akke crirrections and adjustments,and to complete
ari+al resubmit th schedules. No progtess payrrre'nt shalll e Made to Contractor until acceptable
schedules are%ubmitted to Engineer.
t
L The Progress, Schedule will be acceptable to]engineer if'it provides an orderly progression of
the; Work to completion'within the Contract T"inaes. Such acceptance will not impose, on
rti1C D( •7fHt 5�andnrd CeenNral�',c�ndi�i�ans��r thc,(r fnstru<taon ConYtract
Copyright 0 2407 National Society of ftofessiolif iig inetrs ror r.,tcr)c. All rights roerved.
Pa ":7"of 62
i
n
3.03 Rcj)orting and Resolving Disc•relwinc°ie s
A. R'ejrurtit g Discrepancies:
1. Contracim-s Revieni.,gl'Co ntract Docarmcnis Bc,tixr°e Starting Work: Before undertaking each
part of the Work, Contractor shall carefully study and compare the Contract Documents and
check and verify pertinent figures therein and all applicable field measurements. Contractor
shall promptly report in writing to Engineer any conflict, error.; ambiguity, or discrepancy
which Contractor discovers, or has actual knowledge of, and shall obtain at written
interpretation or clarification from Engineer before proceeding with any Work affected
thereby.
2. Contractor's Rei-°aciv cif"C onlr ac°t Documents During Peed ornacrnee rah", Work;: lf°' during the
performance of the Mark, Contractor discovers any conflict, error, ambiguity, or discrepancy
within the Contract Documents, or between the Contract Documents and (a) any applicable
Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of
any Supplier, then Contractor shall promptly report it to Engineer in writing. Contractor shall
not proceed with the Work affected thereby(except in an emergency as required by Paragraph
6.16.A) until an amendment or supplement to the Contract Documents has been issued by
one of the methods indicated in Paragraph 3.04.
3, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error,
ambiguity, or discrepancy in the Conti-act Documents unless Contractor had actual
knowledge thereof.
B. Resolving,Dlscr(,Iy ncies:
1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of
the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or
discr'epancybetween�the provisi rn of the Contract tract l ocunients and:
f.
a. the provisions of any standard, specification, manual, or code, or the instruction of any
Supplier (whether or not specifically incorporated by reference in the Contract'
l ocuriaents), or,
h. the proVisi.om of any Lasers or Regurlations' applicable to the performance of the 'W'ork
(unless such art inter°pi°etation of the provisions'of the Contract,Docurrrents would result in
violation of such Law or'Reg lat on).
3.04 rrxrriir rar "� rr lraxc"trtiri. Crrrtrrctict(ttxirrts
A. The Contract Documents may,be amended to proviele ft 4r additions, deletions; and revisions in
the work or to modify the terms and conditions thereof by dither a,Change,,Order or a Work
Change,Directive-.
1
B. The requirements of the Contract Documents may be supplemented, and minor variations and
( deviations in the Work may be,authorized,by one or more of the following ways:
I
FJCDC'C-700 Standard(;enerai Conditions of the C'onstrut6on C ontr ict
Copyright @ 2007;National Societ;),of ProkWonai Engineers for EJC'DC;. All rights r rued.
Pa v9 of 62
a
ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
HAZARDOUS ENVIRONMENTAL CONDYfIONS; REFERENCE POINTS
4,01 Aiwitabilit.vqfLands
A. Owner shall furnish 1,he Site. Owner shall notify Contractor of any encumbrances or restrictions
not of general application but specifically related to use of the Site with which Contractor must
comply in performing the Work. Owner will obtain in a timely manner and pity for easements for
permanent structures oi- permanent chang
es in existing facilities. If Contractor and Owner are
unable, to agree, on entitlement to or on the amount or extent, if any, of any adjustment in the
Contract Price or Contract Times, or both, as a result of any delay in Owner"s furnishing the Site
or a part thereof,Contractor may inake a Claim therefor as,provided in Paragraph 10.05.
K Upon reasonable written request, Owner shall furnish Contractor with a current statement of
record legal title and legal description of the lands upon which the Work is to be performed and
Owner's interest therein as necessary for giving notice of or filing a mechanic's or construction
lien against such lands in accordance with applicable Laws and Regulations.
C. Contractor shall provide for all additional lands and access thereto that may be required foi-
temporary construction facilities or storage of materials, and equipment.
-e ond Physical Conditions
4�02 SubsurOc
A. Reports and Drawings: The Supplementary Conditions identify:
1. those reports known to Owner of explorations and, tests of subsurface conditions at or
contiguous to the Site; and
2. those drawings known to Owner of, physical conditions relating to existing surface or
subsurface,structures at the Site,(except Underground Facilities-),,
B. Limited Relia.nce ky Contractor an, Technical Dattu Authorized: Contractor may rely upon the
accuracy of the "technical. data"' contained in such reports and drawings� but'such' reports and
drawings are not Contr1act Documents. Such "technical data7' is identified in the Supplementary
Conditions., Except, fbi, such reliance,,on such "technical,data,,"',(ontractormay,not rely upon or
make,any claim against Owner,or Engine.er,or an of the r officer �,Oirectors, rn
em
s bet
i wors
y par,
empjoyees,agents,consultantsi or,subcontractot,,s withrespoetto:
1, the cornpjetehe:s�of sucb reports,itrid drawing's fiv Q6 ctbt's p'
urposts,,lificluding, but not
lifuited to, any aspects of,ffie, means' 'th(,),d quds
me 1s; sequences,,, and, procedures of
construction to be',employcd� by Contradorl,' 'and ,,�,4,f�t"y""p�'ceautiolnq�,and",programs iticident
thereto; or
2. other data,'interpretations, opinions, and,information,cot taih6di in,such'reports or shown or
indicalbd"Ifi such drawings,;or
'Contractor,i " 'retation of'or
3. any Inerp conclusion dfawn1r6fb any'"te:obtrical,data" or any such
other data,interpretations,opinions,or information.
EjCt)C C 700 'standard Genexal Conditions of tbe,'Constracoon Contnwt
Copyri*(0 2007 Nation4l Society,of ProtossionAl,E!tgginmrs for FJCDC, All rigW r1eserved.
Page 11 of 62
contiguous areas required by the Bidding Requirements 01- Contract Documents to be
conducted by or for Contractor prior to Cocntractor's making such final conimittrient', oi-
c. Contractor failed to give the written notice as required by Paragraph 4.03.A.
3, If Owner and Contractor are unable to agree.on entitlement to,or on the amount or extent, if
any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be
made therefor as provided in Paragraph 101-05. However, neither Owner or Engineer, or any
of their officers, directors, members, partrIMS, employees, agents, consultants, or
subcontractors shall be liable to Contractor for any claims, costs, losses, or damages
(including but not limited to all fees and charges of engineers, architects, attorneys, and other
professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
4.04 Underground Facilities
A. Shown or Indicated: The information and data shown or indicated in the Contract Documents
with respect to existing Underground Facilities at or contiguous to the Site is based on
information and data furnished to Owner or Engineer by the owners of such Underground
Facilities, including Owner, or by others. Unless it is otherwise expressly provided in the
Supplementary Conditions:
I. Owner and Ert-ineer shall not be responsible, for the accu�racy or completeness of any such
information
or data provided by others; and
2. the cost of all of the following will be, included in the Contract Price, and Contractor shall
have full responsibility for:
a. reviewing and checking all,such information and data;
K locating all'Underg)-ound Facilities shown or indicated in the Contract DocumentS;
c. coordination of the Work with the owners of such Underground Facilities,, including
Owner,during construction, and
d. the sakty,and protection of all' such Underground, Facilities and repairing any 'damage
thereto resulting from the Work"
B. Not,Shown or liulicatetl,,
I. If,"an Underground Vacility is tuic6vered:or',revealed,at,of,"co'n'tigtious to, the, Sitewhich,was
hot shown Or'ihdicated�, or not sh6 n or,indicated�,,with,reitsonabft accufacy in the Contract
Vocuments., Contractor sh'all, promptly, after becoming, aware theroofdrid, before further
disturbing conditions affected� thereby oi- perform in work, in ponnection t erewitb
h
texce A' y he owner, of such
p, in an emergency as required b Paragraph A),'ide,`Dtify� t
Underground Facility and give, written notice, to'thAt owner and to Owner, and Engineer,
Engirieer will promptly rvview,the tJ,iidlei�gi'(,�.und"Facii.ity and determine the extent,,if any, to
which a change, is required in the Contract Documents to rpflect and document the
EJCDCC,-700 Standard General Conditionsor the Cofistr6dion Contract
Copyrigbt 0 2007 Nati4nal Society of0rolessionatEngineers for FACDC, MI rights,reserved,
Paiye 13,i'l 62
C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or
revealed at the Site which was not, shown or indicated in Drawings or Specifications or identified
in the Contract Documents to be within the s
cope 017 the Work. Contractor shall be responsible
for a Hazardous Environmental Condition created with any materials brought to the Site, by
C011traCtor, Subconti.-actors, ,Suppliers,or anyone else for whom Contractor is responsible.
D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for
whom Contractor is responsible creates a Hazardous Environmental Condition, Conti-actor shall
immediately: (i) secure of-othei-wise isolate, such condition; 0j) stop all Work in connection with
such condition and in any area affected thereby(except in an emergency as required by Paragraph
6.16.A); and iii) notify Owner and Engineer (and Promptly thereafter confirm such, notice in
writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to
retain a qualified expert to evaluate such condition or take corrective action, if any. Promptly
after consulting with Engineer, Owner shall take such actions as are necessary to permit Owner to
timely obtain required permits and provide Contractor the written notice required by Paragraph
4.06.E.
E, Contractor shall not be required to resume Work, in connection with such condition or in! any
affected area until after Owner has obtained any required permits related thereto and delivered
written notice to Contractor: 0) specifying that such condition and any affected area is or has
been rendered safe for the resumption of Work; or (ii) specifying any special conditions under
which such Work may be-resumed safety. If Owner and Contractor cannot agree a t entit ent
s o jell,
to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or
both, as a result of such Work stoppage or such special conditions under which Work is agreed to
be resumed by Contractor, either party may make a Claim therefor as provided in Paragraph
M05.
F. If after receipt of Such written notice,Contractor does not agree to resumesuch Work based on a
reasonable belief it is unsafe, or, does not agred; to Wme s -k under such special
Tes uch Woi
conditions,, then Owner may order,the portion'of"the'Work, that is�in the area'affe0e I d,by such
condition to be deleted from the Work. IfOwner and Contractor"canilot agkee,as to'entitlement to
or on tlie� amount of extent, if any,,,o'f'an adjustment in Contract P,rice or Contract Times as a
result of deleting such portion of the Work, the:n 'either party, ''may make a Claitil, therefor as
provided in Parqrapb,10.05. Owner may have such deleted portionof the Work performed by
Owner7s own'force§,or others�in.accordlAhce wi I th Article 7�
G1. TO" 'the fullest extent Permitted by L,"d,�v,'�,�'an'd,''R'&gulation�, "ONViief,sh 4fy and, hold
411 indomm
harmtess C04itt-aOorj Sbbuintrkt6rs, 'and Engibd6f, and'' the ,offii�ers, dir6c(ctis, ,members,,,'
partners� employ ge
a rits, c6iistlItantsi-aild,subcontrdetors of each `46d any of them,from,,,and,
against all claims, costs,; losses,and damages (including but not li
1 1 mito,410 all feesand,charges of,
engineers, architect,,,,,,, attorneys, 'and oth" professionals,, and, all, court, or arbitration, or piher
er
dispute, resolution costs) arising, out of or relating "to a HazArd6,6,��, ,Enviri)niii�tital, Condition,
providedthat such Hazardous Environmental, Conditiow s no - in,,the
t q
�hown or indicated
wa,
Drawings or,Specificaiions or identified intfie'C6h S:to be'inclUded, within the
tra:ct Doc' umprIt
scope of the Work,, an1d,(1i1i) w4s� not cretitodby Cont actor or by any 'hom
r e�for, W Co,,T)trac or is
responsib)o� Nothing,irijhis P4r4grap4,4,,'.06'.,Cj shall obligate,OvVner�to
indernnify any individual
or entity fioni and agains"t'tlie,c'oj)sequelli�es of that individual's or enrity's�own,ne, Jigence,
9 ,
EJCDC C-700 Standard General Conditions,'of the(,'9jj$trucjjon Contract
Copyright C)2007 Ninional'Socieky of protessipnal Pngineem for EJCDC Alt rl,ghts resOrved.
Page,IS of 62
i
C
fmeet such additional requirements and qualifications as may be provided in the Supplementary
Conditions.
1
. ��'t�efit�crr s't� "�dasarr-ance
A. Contractor shall deliver to Owner, with copies to, each additional insured and loss payee
p py
identified in the Supplementary Conditions, certificates of insurance (and other evidence of
[ insurance requested by Owner or any other additional insured) which Contractor is required to
k
purchase and maintain'.
B. Owner shall deliver to Contractor, with copies to each additional insured and loss payee
identified in the Supplementary Conditions, certificates of insurance land other evidence of
insurance requested by Contractor or any other additional insured) which Owner is acquired to
�. purchase and maintain.
i
C. Failure of Owner to demand such certificates or ether evidence of Contractor's full compliance
with these insurance requirements or failure of Owner to identify a deficiency in compliance from
the evidence provided shall not be construed as a waiver of Contractors obligation to maintain
such insurance.
D. Owner does not represent that insurance coverage and limits established in this Contract
necessarily will be adequate to protect Contractor.
F. The insurance and insurance limits required herein shall not be deemed as a limitation on
z
Contractor's liability gander time indemnities granted to©rimer in the Contract Documents.
5.04 Contractors In.yurance
A. Contractor shall purchase and maintain such insurance as is appropriate for the World being';
performed,and as will;provide protection from clah"ris set forth below which;may arise,out of or
result;frt�m Contmetor's performance,of the Work and-- `ontra�ctO't!s other,obligations under the
Contract'Documents, whether it is to be,pei formed by Contractor, any ,Sub;contractor or Supplier,
M or by anyone directly,or indirectly.employed by any of them to pefform any of the Work,, or by
anyone for whose acts any ofthern may be liable
1, claims under workers' compen'satitin, disability benefits„ and other simifar employee bexnefit
acts;.
2. claims for damages because,of bodily injury, occupational sickness or, disease, or death of
Contractor's employees;
i
I claints,forAlamages because of bodily injury, sickness or,diseaise-,air death of any person other
than ontractor's ernployees;
4, claims for damages insured by reasonably available,'personal injury liability coverage which
are sustained:
QC DC"G-700 Standard C,eneratC onditionx of the Construction contract
Copyright 2007 National Socioty of Proft"Wonal Engineerss for 1JCDC'. All right merved.
Page 17 of Cat
r
t
5.05 Owner:4 Liabilitia lnsw,-ance
A. In addition to the insurance required to be provided by Contractor under Paragraph:5,04, Owner,
at Owner's option, may purchase; and maintain at Owner's expense Owner's own liability
insurance as will protect Owner against-claims which may arise from operations under the
Contract Documents,
t
5.06 Property Insurance
A. Unless otherwise provided in the Supplementary Conditions, Owner shall purchase and maintain
property insurance upon the 'Fork at the Site in the amount of the full replacement cost thereof
(subject to such deductible amounts as may be provided in the Supplementary Conditions or
required.by Laws and Regulations).This insurance shall:
I, 1. include the interests of Owner, Contractor, Subcontractors-, and Engineer, and any other
individuals or entities identified in the Supplementary Conditions,and the officers, directors,
{ members, partners, employees, agents, consultants, and subcontractors of each and any of
I them, each of whom is deemed to have an insurable interest and shall be listed as a lass
payee;
2 be written on a Builder's Risk "all-risk" policy form that shall at least include insurance for
physical loss or damage to the Work, temporary buildings, falsework and materials and
equipment in transit, and shall insure against at least the fallowing perils or causes of lass:
fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake,
collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations,
f water damage(ether than that caused by flood), and such other perils or causes of loss as may
be specifically required b y the Supplementary Conditions.
t
3. include expenses incurred in the'repair or replacement of any insured property (including but
I not 'limited to fees and charges+ofen in erg and architects),
4, cover materials and equipment stored at the,Site or at another location that,was agreed to in
writing by Owner prior, to being incorporated in the'Work, provided that such materials and
equipment have,been included in an Application for,,Payffier t rccommendeed,by Engineer;
5. allow for,partial utlli ation of the 4 arrk,`by,Owner;
1
Via" ant,
T, be maintained in eft, t t lentil final a xrierit f s madxu trtrle i; otherwise a r w•` '
p ? g � �to 1n x lung y.
C3 vner, C9ntraetC)r, ar�tl engine r witK A days written notice to each; a)ther 16s payee to
whom a crtifrato cxf ir�:iva arxx lra�;kteen i�;sued.
B. Owner shall purchase and maintain such equipment breakdown insurance or additional property
insurance as may be °,,qpire d by the Supplemontary`Cohditions or Laws and Regulations which
will include the interests of`' wager, Cortiractof, 0bcontract6rs;and, Engineer; and,any gather
individuals or`en6 es identified in ihe> iup l,ementixry Conditions, anii'tlfx' officers, directors,
FiCK!C-700 Standard'Gtncral t:"oinditi+ans of the CWonstructinn Contract
C>o0yright: 2007 National-Society of Prortsionai x ngin rr�for FJC?K. All rights r recd.
Page,19 of 62
I. loss due to business interruption, loss of use, oi- other consequential loss extending beyond
direct physical loss or damage to Owner's property or the Work caused by, arising out of, or
resulting froni fire or other perils whether or not insured by Owner, and
2. loss or damage to the completed Project or part thereof caused by, arising out cif,,tar resulting
from fire or other insured peril or cause of loss covered by any property insurance maintained
on the completed Project or part thereof by Owner during partial utilization pursuant to
Paragraph 14.05, after Substantial Completion pursuant to Paragraph 14.04, oi- after final
payment pursuaritto Paragraph 14.07.
IA C, Any insurance policy maintained by Owner covering any loss, damage or consequential loss
referred to in Paragraph 5.07.13 shall contain provisions to the effect that in the event of payment
of any such loss, damage, or consequential loss, the insurers will have no rights of recovery
against Conti-actor, Subcontractors, or Engineer, and the officers, directors, members, partners,
employees, agents, consultants and subcontractors of each and any of them.
5.08 Receipt and Application,qf Insin-ance Proceedv
A. Any insured loss under the policies of insurance required by Paragraph 5.06 will be adjusted with
Owner and made payable to Owner as fiduciary for the loss payees, as their interests may appear,
subject to the requirenients of any applicable mortgage clause, and of Paragraph 5.08,B. Owner
shall deposit, in aseparate aCCOUnt any money so received, and shall distribute it in accordance
with such agreement as the parties in interest may reach. If no otherspecial agreement is reached,
the damaged Work shall be repaired or replaced, the moneys, so received applied on account
thereof,and the Work and the cost thereof covered by an appropriate Change Order.
B. Owner as fiduciary shall'b4ve,00wdr to adjust and settle any loss"with the insurers unless one of
the parties in interest shall Object in writing within 15 days after the occurrence of loss to
Owner's exercise of this power. 'if such objection be made, Owner as fiduciary, shall make
settlement with the insurers in, accordMicle, witli, such agree anent as; the panie$, if1riterest may
reach. if no such agyeeniefit among, the parties in interest is reached, O'w 'er asAduciar'y shall
b p
aqjiist an'd',settle the, loss with', the' iris ro ' and req ire in writing y a patty in interest,
r tbd proper ormaric, f's
Owner as fiduciary*;hall give bbnd'f
-o e 0 uch duties.
5.09
A. If,eitfi& net car oritracttar has any,Obj' of
ec6oh io,'tfit�c0erago
b"' Ji of"y" i,
ffiel'b' "d o,�,e,pure u
on! s prinsw�nce�T A V �o,t 0,'r'p'1,f,Y,,in,"acoordane'ell
7,,
I W tJiArticI1P,'5 tin'h:the,,bisj,sof noii-cod,
7
the 0t:lerp t if
s at ie�, e pt`of, the cet lea tes,
(()r,'6tfic
r
evidence re ques ted) requit e
d'by Paragraph RJOwbef,'arid Cbht" eh, ,i,
ractor.',sha]'Llt� 40
to
pro
the, (,)t her, such additional; fib, maiion;"in re.'ipe0t, 'of 'th'e,',,,,'gather'
in , may,
reasonably request, If either party, does;rat P
Of We or maintain all of th6.,,bon �And insurance
required cif
sttch, party q_trall in
the other party
Nyiithig, 6f,such f'faijure�,to purchase,prior,'tea flee start of"," "bf such"fil iltire'fo,maintain
the or a,
Y W it ho p u er,,,ri gbf,,pr rc-medy,"'the
ior to io,the i ho t, J dice,,to,ally fir ,,,,an change i,, overage�
other party may elect, to 'obtain equivalent bond or insurance" to p rQ feet' such, other party's-
FJCDC of tfiKo1WJ*ciio6 Contract
Copyright P 2M7 NaflotW Sarcjety of Professiorhal En i r r, , 'C c' rights re*ry d'
g, neers 9 Fj 1) . All k
Page,21'or,62
J
B,, All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents, All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of Owner. If required by Engineer Contractor shall furnish
reports of required tests as) satisfactory evidence (includin
repo g
to the source,kind,and quality of materials and equipment,
C. All materials and equipment shall be stored, applied, installed, connected, erected, protected,
used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except
as otherwise may be provided in the Contract Documents.
6.04 Progress Schedule
A. Contractor shall adhere to the Progress Schedule established in accordance with Paragraph 2.0:7
as it may be adjusted from time to time as provided below.
1. Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.07)
proposed adjustments in the Progress Schedule that will not result in changing the Contract
Times. Such adjustments will comply with any provisions of the General Requirements
applicable thereto.
2. Proposed adjustments in the Progress Schedule that will change the Contract Times shall be
Submitted in accordance with the requirements of Article, 12. Adjustments in Contract Times
may on ly be made,by a Change Order.
6.05 Siii stituta,w and "Or-EquaA
A. Whenever an item of material or equipment is specified or described in the Contract.Documents
by using the name of a proprietary item oi-the name,of a particular Supplier, the specification o r
description is intended to establish the type, fun' ,ction�, appearance, and quality required: Unless
the specification or,descripti(,,),n c Mains or i
i�6 I I '0 ' IS,followed by wk,)rdS,fei'tdihg,that no like, eqpivaleDt,
or of-equal" item, or no ,substitution is permitted, other items of a
1 of, m''terial Or equipi-nent Or
material or equipment of other Suppliers may be submitted to Engineer for review, under the
circumstances described below.
"fir-F;qwV Item,v: If in'Engineer's,sole discretion,an itern"ofmaterial,or equipmentproposed
by Cbntractoris furictionall equal to that jurned.,"and�y q sufficiently similar so,that,in , 'h
o,change ange,in
related;Work, will be required, it natty y�"'b d" "Pkine ifern, in
q, eons, 'ere,
bY,E
ngirieer's soe I
whicIt)casc,re'View 'arid approval of the prop,,s, 'd,it tilo,,,Y, ffi,"�� I Oks etion, be
accomi'lished, without compl ttnc with ,,some: or' all Of'A the tmen ts for app
I,"Wal, of
proficis'16d subs"titute, items. V6r the ,purp of �6
,ps s this'Para h 5 A'
material ore 'Paragraph a�proposed
mater
ipment V0,11,be conside�red,,functionall,,�,equal,to
ah item so named,if".
a. in the exereise,of re4Soqat)Ie,judg meat,'Engifteer defertni
neq,that.
1), it is at least, equal in 'Materials of construction i
,, quality, d6rability, , appearance,
strength, and,d'es,ig�,chai-actetjstics;
FJCDC C400 Standard Generai'Conditions of tbc,Co
Copyrigbt(D 2007 National Socickv,ofProiess ona)Poineers ram r EA
Page�3 of 62 _W. All rightN,reserved.
1
1
1
ci whether incorporation or use of the pl-oposed substitute item in connection with
the Work is subject to payment of any license fee or royalty
l
3) will identify.
a all variations+cif the proposed substitute item from that,s specified,� p p pee [, and
b) available engineering, sales maintenance repair, and replacement services; and
f 4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and claims of
other contractors affected by any resulting change.
E. Substitute Construction Methods or, Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequenced or procedure
of construction approved by Engineer. Contractor shall submit sufficient information to allow
Engineer, in Engineer's sole discretion, to determine that the substitute proposed is equivalent to
that expressly called for by the Contract Documents. The requirements for review by Engineer
will be similar to those provided in Paragraph 6.05.A.2.
C. Engineer's Evui'racrtion. Engineer will be allowed a reasonable tirne within which to evaluate
each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.65.B. Engineer may require
Contractor to furnish additional data about the proposed substitute item. Engineer will be the sole
judge of acceptability. No "or equal" or substitute will be ordered, installed or utilized until;
Engineer's review is complete, which will be evidenced by a Change Corder in the case of a
substitute and an approved Shop Drawing,,for an:"or equal." Engineer will advise Contractor in
{
writing of any negative determination.
D. Special Carcarantlee° Owner may require Contractor to furnish at Contractor's expense a special
performance guarantee or other surety,with respect to any substitute.
E. Eii itleer^s Cost Reimbursement:ent: Engineer will record Engineer's costs in evaluating 4,substitute'
proposed or,stubm.itted by Contractor pursuant to Paliagraphs 6.05,A.2 and 6:05.13. Whether or not
Engineer, approves a, substitute so proposed or submitted by Co0tr4etot, Contractor shall
reimburse Owner for the reasonable charges -of Engineer, for, evaluating each such, proposed
u substitute. Contractor shall alsct reimburse !owner,for the reason Ale charg,6--of Engineer for
making changes in the>Contrtct Coeur efts f or in the prt�uisirrns-of;any other direct contract;wvith
,Owner'), ,froth the,acceptance of each,proposed substitute.
i
E. Conlravltat , ,l-'tper se: Contraetorshall provide all data in su�a�olt of any proposed substitute or
"or-equal",at,Contractor's expense.
6.06 Concer-ribI Suppliers, atr4tQtJters
A. Contractor shall not employ any Subcontractor, up, ieu, ear ether individual or entity(including,
those acceptable to Owner, its indicated in Paragraph, 6,06.0,)y, whether initially of as a'
replacement, against whom: Owner may have reasonable'' objection. Contractor shall not be
EJC Dt C C-700 standard C:eneral Conditions oftlre C'omtrurtion ."antiact
Copyright 2007 National+sodety of Professional Cngipmrs ror F.JC DC, All rights reserved.
Page 25,of 62
Contractor, Engineer,, and all other, individuals or entities identified in the Supplementary
Conditions to be listed as insureds or loss payees (and the officers, directors, members, partners,
employees, agents, consultants, and subcontractors of each and any of them) for all losses and
damages caused by, arising out of, relating to, oi-resulting from any of the perils or causes of loss
covered by such policies and any other property insurance applicable to the Work. If the insurers
on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier,
Contractor will obtain the same.
6.07 Patent F(es and Ro wlfles
A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the
performance of the Work, or the incorporation in the Work of any invention, design, process,
product,or device which is the subject of patent rights or copyrights held by others. If a particular
invention, design, process, product, or device is specified in the Contract Documents for use in
the performance of the Work and if, to the actual knowledge of Owner or Engineer, its use is
subject to patent rights or copyrights calling for the payment of any license fee or royalty to
others,the existence of such rights shall be disclosed by Owner in the Contract Documents.
B. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold
harmless Contractor, and its officers, directors, members, partners, employees, agents,
consultants,and subcontractors from and against all claims,costs,losses, and damages (including
but not limited to all fees and charges of engineers, architects, attorneys, and other professionals,
and all court or arbitration or other dispute resolution costs) arising out of or relating to any
infringement of patent rights oi• copyrights incident to the use in the performance of t
resulting from the incorporation in the Work of any invention,des' be Work oi-
P
design; rocess,product,or device
specified in the Contract Documents, but not identified as being subject to payment of any license
fee or royalty to others required by patent rights or copyrights.
C. To the fullest extent, permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless Owner and Engineer, and the officers,,directors,m, embers; partne
fs, ebiployees, agents,
consultants and subcontractors of each and any of t h en fi-om and,against all,clairris, costs, losses,
and darii ages,(incloding but riot limited to altfees,,and,charges of eii'ineej-',s,,'archit,c�'ct,�,, attorneys,
9, 1,
and other professionals an'd,all,court or other di ute,reso,tut I ion,c9sts) arising out of
ri , "Sp,
or relating to any, infiingement, of p4
lent rights or copyrights,, incident -e
C _t to the use in, the,
performance of the Work oi- resulting from the Jnco' in the I Work of any invention,
rporaflon
desigh,proces,.s'pf6duct, or device not sped
P4,in the Contra et Doc'
(5.08 Permits,
A. Unless otherwise provided ipi'llie'Sup of* n and pay,,,for
plementary Cohditi Co' tr to
sh chain a
all cbristrUction permits and,, h;' 'shall assist:('on itaett)r, wh6 necessary in obtaining
I s ,w, er S t
such pero•fts and licenses. Qbnfr4ptor Shall pay,,all 0, men
verrif , tal charges and, inspection fees
necessary for the Prosecution of the'Work which are, 1i 'id
4ppc4ble,attbetiine,of�openingof'B s,or,
if there arerio gids,,on the E ff dive date of the Agreement,,., Owner ,of utility
0 shal I pay all charges
owfiers for connections for
providilng p tianen, ser�ice,to th �Work,
�rt t I e
EJCDC C-700 Standard Gent rat;Conditions,of,the Construttion,Contract
Capyri ht 0 2007 NationalSociety of Profes '
9 siona)Engi vas us for FJCDC. All rights reserved.
Page 27 of 62
1
by any such owner or occupant against Owner, Engineer, or any other patsy indemnified
hereunder to the extent caused by or based upon Contractor's performance of the Work.
t
1 B. Removal rte' Debi-is During Perfnrrnanee of the Work: blaring the progress of the Work
Contractor shall keel) the Site and other areas free from accumulations of waste materials,
rubbish, and ether debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conforrn to applicable Laws and Regulations.
C; Cleaning: prior to Substantial Completion of the Work Contractor ;hall clean the Site and the
Work and snake it ready for utilization by Owner.At the completion of the Work, Co,?ntractor shall
�f remove from the Site all tools, appliances, construction equipment and machinery, and surplus
materials and shall restore to original condition all property not designated for alteration by the
Contract Documents.
D,, Looefing Structures: Contractor shall not load nor permit any part of any structure to be loaded its
any mariner that will endanger the structure, nor shall Contractor subject any part of the Work or
adjacent property to stresses or pressures that will endanger it.
6.12 Record Documents
(( A. Contractor- shall maintain in a safe place at the Site one record copy of all Drawings,
Specifications, Addenda, Change Orders, Work Change Directives, Field Carders"; and written
l interpretations and clarifications in good order, and annotated to showy changes made during
construction, These record documents together with all approved Samples and a counterpart of
all approved Shop Drawings will be available to Engineer for reference. Upon completion of the
Work, these record documents, Samples, and Shop Drawings will be delivered to Engineer for
Owner.
(� 6,13 Sqp,i ,and Protection
f,
A. Contractor shall be :sanely responsible for initiating, maintaining and supr�risi�rg all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of person; err property in the �rforrtrance of
f
their work, nor'for compliance With applicable safety saws and 1 egplations�. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protectio q to
prevent damage,irijarry,or loss to:
1. all persorys 6,ri the ite or wwyho„ ri ;tie at"f c feel !thdVork,
all the Work and rnatcrials and gquiptnent to beJ ncorportit :l therein,whether in storag on or
off the Situ and
other �p�roperty, at the Site or, 4d.jacent thereto,' 'in di tr°ees", shrubs, lawns, walks,
pavement < roadways; structures, 'utilities,, and Under gJtnd Facilit°es not designated for
reran val,relocation, or re laacetnent"irw"thL course cif c anstritcti6.
B,. Contractor, shall comply,with all applicable,Laws awes and Regulations relating; to, the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
A
FJi(Tt,C-100,StaMndo rd General Conditii)n�of the ei)nsiruvwn c'onrr a'd
Cop yri&06 2aNr7 Engineers,rot EJCDC. All rights re-eared.
Pa c 2I or tat
required because: of the action taken by Contractor in response to such an emergency, as Work,.
Change Directive or Change Order will be issued.
6.17 Shop Draivings and Sainples
A. Contractor shall submit Shop Drawings and Samples to Engineer for review and approval in
accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each
submittal will be identified as Engineer may require.
1. Shop Di-awings:
a. Submit number of copies specified in the General Requirements,
b. Data shown on the Shop Drawings will be complete with respect to quantities,
dimensions,specified performance and design criteria, materials, and similar data to show
Engineer the services, materials, and equipment Conti-actor proposes to provide and to
enable Engineer to review the information for the limited purposes required by Paragraph
6.17.D.
2. Samples:
a. Submit number of Samples specified in the Specifications.
b. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog
numbers, the use for which intended and other data a� Engineer may require to enable
Engineer to review the submittal for the limited purposes required eq ired by Paragraph 6.17.1 .
B. Where a Shop Drawing or Sample is required by the Contract Documents or the, Schedule of
Submittals, any related Work perfornied prior to n, review,and approval of the pertinent
submittal will,be at the sole expense and ropons I ibiljty of Contractor.
C. Subrifittal Pn)cedjIre$:
11. Before submitting each Shop Drawing oi-Sample,Contractor shall have,:
a. reviewed,and,coordinated,each SbOpDrawing or Sample;with'other'Shop Drawings and
Sarriples'aad with the,re -eftictits, I the Wort quit, 'Of th 0 and the CofitrLictth)e'uinelit,,S;
b. determined, and 6pfied all fiefme4,s*PMdnts'; 'quantities',,' Jim,&ii'sions' spOcirfit''
ed,
performance and design criteria, instalwoon, reqqirerrients, m 4tpr s ial, b,, catafog' nurn ers,
and,similar information with respect thereto;
c. determined and" "V&ified 'the-kuitabifify'-'Of' all materials, offered with re
spect to the
indicated 'fication'; fab 'hipping,; handling,
App _ritation, s, storage, AssohJbly,aJid installation
pertairiifigio,the performance cif'the:,WWoA;and
d. determined and verified all info,mtigtion relative, to Contractor's, responsibilities; for
means, methods, techniques, sequence,,,,,, and procedures, of construction", and safety
precautions and programs incident thereto'
OCIX,C-7QO$taudard GenerW,Conditiotis,of tbeConstrOijon Contract
Copyright 0 2007 ,'Nm tional Society oUPro&sslonal*nginetry for F,JCDC; All rigWrewrvieJ.
Page i: or 62
i
I.
t ,19 Contr^a:c(or's General W ari-ano,and Guarantee
A, Contractor warrants and guarantees to Owner that all Work will be in accordance with the
Contract Documents and will not be defective. Engineer and its officers, directors, mernbers,
partners,; employees, ;agents, consultants, and subcontractors shall be entitled to rely on
representation of Contractor's warranty and guarantee.
6
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse,, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity, for- whom Contractor is
responsible, or
t
i
I . normal wear and tear under normal usage.
t
C. Contractor's obligation to perform and complete the Work:in accordance with the Contract
Documents shall be absolute. None of the following;will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor's obligation to perform
the Work in accordance with the Contract Documents-
1. observations by Engineer;
. recommendation by Engineer or,;payment by Owner of any progress or final payment;
I
. the issuance of a cet i cote of substantial Completion by Engineer or any payment related
thereto by Owner;
4, use oi°occupancy of the Work or any part thereof by Owner;
5, any reNiew and approval of a Shop Drawing or, Sample submittal'or the issuance of a notice
of acceptability,by Engineer;
I� 6, any inspection,test,,or°approval by others;,or
k
f
f
T any correction of defedtive,Work,by Owner.
t
6.20 hlde otifa(gt on,
t
A,� To the fullest, e,xtent peimiitted ,by,,�ws;and e ulaf ns,, Co
rrtr41ctor shad ntnrl :and,hold
harmless Clwnet~a d l rr atreer, artd;th otfr ers diu ctors members, partners, mployees, agciats,
j cc nstzltttrits and strl arrtr;ctra s df loc tnd;tiru f tl rrx ft ir�t and tr alrrsl �tll cla' s, rants„ losses„
and damage,,,,,,,(includiiag,but not limited ui,alfie,s anti dhar e,of en ineer`i; architect, attorneys,
and other professionals and all court or a'rbiiT4t,6n car other disputd,resoldtioi costs arising��ut e�f
'or relatirig to the,performancd:of the'Work,,provided that any such dlaim �eosl,lrass�br c�ama e,is
(' attributable-to bodily injury; sickness, disease, or death,r',40`injury, to ordestr ctio of ta gjble
prbpetty bother than the orl itelf , inludin tkt loin of use restrltin therefrom knit dial tea the
extent caused by any negliggaltact or omissttin of Conttacttrr,any tibcontradtor any trpplidr,or
any, individual or entity directly of indiredtly-ern toyed`by any dt' them to oerl`, any (af'the
Work or'anyone for whose acts any of them tnay be liable,
WCO f:-760 SWai dar r Genera l,'C onditions of the,Construction C"oniract
+harpyrig,ht4)241117 National Sttciky nrPrat ssioroaMh#finer^t`nr,P3 C,. Arkrigiats rmscrvec1.
Piet 3 3 of 62
E. Contractor shall not be responsible for the adequacy of the performance or design criteria
required by the Conti-act Documents.
ARTICLE 7—OTHER WORK AT THE SITE
7,01 Relateel, Work at Site
A. Owner may perform other work related to the Project at the Site with Owner's employees, or
through other direct contracts therefor, or have other work perfon-ned by utility owners. If such
other work is not noted in the Contract Documents, then:
Ih 1. written notice thereof will be given to Conti-actor prior to starting any such other work; and
2. if Owner and Contractor are unable to agree on entitlement to or on the amount'or extent, if
any, of any adjustment in the Contract Price or Contract Tirnes that should be allowed as-a
ff result of such other work, a Claim maybe made therefor as provided in Paragraph 10,0 .
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and Owner, if Owner is performing other work with Owner's employees,proper and safe
access to the Site, provide a reasonable opportunity for the introduction and storage of materials
and equipment and the execution of such other work, and properly coordinate the Work with
theirs. Contractor shall do all cutting, fitting, and patching! of the Work that may be required to
properly connect or otherwise, make its several parts come together and properly integrate with
such other work. Contractor shall not endanger any work- of others by cutting, excavating, or
otherwise, altering such work; provided, however, that Contractor may cut or alter others' work,
with the written consent of Engineer and the others whose work,will be affected. The duties and
responsibilities ofContractor under this Paragraph are for the benefit of such utility owners and
other contractors to the extent that there are comparable provisions for the benefit of Contractor
in said direct contracts between Owner and such utility owners,and other contractors.
C. the proper execution or results of any part'of Contractor's,Work'depends upon work performed
by others under this Article 7, Contractor shall inspect such other work, and promptly reportto
Engineer in writing any delays,,defects, or deficiencies in, such pother work that render it
unavailable or unsuitable for;the proper,execution and results of Contractor's Work.,Contractor's
failure to so report will constitute an acceptance of such other work-as fit and proper for
integration with Contractor's Work,except,fbdatent defects and de ciena ies in such
other work
7.02 Coordination,
A. If 6wher,'intends,to contract witfi;,others for,th&pe'rformitkn6e,of other work,on the Pro �ect
at the
Site,the following,will be set,forth,l ih,"'Suppl6nentary C'priditions-
1. the individual or entity who ;will hkvo,4uthority,and responsibility,,for coordination of the
activities among the various contractors,will he identified;
2. the specific matters to be covered by authority and responsibility will be itemized;and
3. the,extent of such authority and responsibilities will be provided.,
EJCDC C-700,Standard.GeneratConditions of the construction('�ontract
Ci)p,�prigbt(D?A)07Nationat'societyorPr4w M."j�uaJEng'invvrs for EJCDC, Alfrigliurmrved.
Page M,of 62
I
7
1
�} 8.07 C"lactrrge Orders
A. Owner is obligated to execute Change Orders as indicated in Paragraph 10,03.
8.08 Inspections, Tests, and Approvals
A. Owner's responsibility with respect to certain inspections, tuts, and approvals is set forth in
Paragraph 13.03.B.
I8.09 Lindlations on Owner's Resj)onsibilities
I' A. The Owner shall not supervise, direct, or have control or authority over, nor be responsible for;
Contractor's means, Methods, techniques, sequences, or procedures of construction; or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. Owner will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
8.10 UndisClosed Hazardous Envirf nni-entat Condition.
A. Owner's responsibility in respect to an undisclosed Hazardous Environmental Condition is set
forth in Paragraph 4.06.
8.11 Evidence v f`Financial Arrangements
A. Upon re q uest of Contractor, Owner shall furnish Contractor reasonable evidence that financial
arrangements have been rnade to satisfy Owner's obligations under the Contract Documents.
13,12 Compliance vvtth Sqfity Program
A. While at the Site, Owner's employees and representatives shall comply with the specific
applicable requirements of Contractor's safety programs of which Owner has been informed
pursuant to Paragraph 6.13.D.
ARTICLE 9—ENGINEER'S STATUS DURING CONSTRUCTION
9.01 Owners R(Iar1gvenhith e
r
A. Engineer will be Owner's representative during the construaction period. The duties and
responsibilities and the limitations of,autbority of Engineer ,as Owner's, representative during
construction are set forth in the Contract>rocuments.
9.02 Visits to Site
A. Engineer will make visits to the Site,at intervals appropriatte to, various stiages of constructiola
as Engineer deems necessary in order, to, observe as an e perienced and' qua lif d design
pr 6fessional the progress that has been made and the gp4lity of the various aspects of
Contractor's,executed Work, Based on information obta ned during such visits and observations,
Engineer, for the benefit of Owner, will determine, in general, if the Work I. proceeding in
accordance with the Contract Docurnents. Engineer will not be required to make exhaustive or
r
E CDC'C•700 standard General Conditions,of the Construction contract
Copyright c ?A)07 National Society of Professional Engineers for 1EwtC3awG". All rights reserved.
1'age 37 or 62,
9.06 Shop Drawings, Change Orders:and Pa.yrneni s
A. In connection with Engineer's authority, and limitations thereof, as to Shop Drawings and
Samples, see Paragraph 6.17.
B. In connection with '
Ent ineers authority,utnorrty, ,and limitations thereof, as to design calculations and
design drawing; submitted in response to a delegation of professional design services, if any, see
Paragraph 6.21.
C. in connection with Engineer's authority as to Change Orders, see Articles 10 11, and 12.
D. In connection with Engineer's authority as to Applications for Payment, see,article 14.
f
9.07 Dete"nirncation for Unit Price Work,
A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by
Contractor, Engineer will review with Contractor the Engineer's preliminary determinations on
such matters before rendering a written decision thereon (by recommendation of an Application
for Payment or otherwise). Engineer's written decision thereon will be final and binding (except
as modified by Engineer to reflect changed'factual conditions or more accurate data) upon Owner
and Contractor, subject to the provisions of Paragraph 10.05.
9.08 Decisions on Requirements gf'Co ntrcact.Doc°unw nts and Acceptability c?,t Work
A. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge
of the acceptability of,the Work thereunder. All matters in question and other matters between
Owner and Contractor arising prier to the date final payment is clue relating to the acceptability of
the Work, and the interpretation of the requirements of the Contract Documents pertaining to the
performance of the Work, will be referred initially to Engineer in writing within 30 days i of the
event giving rise to the question.
4! B. Engineer will, with reasonable promptness, render a written decision on the issue referred. if
Owner or Contractor; believes that any such decision entitles them to an adjustment in the
t Contract Price or Contract Times or both,,a Claim may be made under.Para gz°aph 10.05. The date
of Engineer's decision shall be the elate o.fthe event-giving rise to the issues referenced for the
puirposes of=Paragraph 110.05.&
4
C. Engineer's written decision on the issue,referred will be final and, bin an ;,one (9wrier and
Contractor, subject to the provisions of param h 10.0.
D. When iinctioning as interpreter Arid Jud e under this Paragraph 9'.08, Engineer wilt,not show
pailtio l;ity tq Owner or Contractor and,vi ill of be lialnl :itt connection with any interpretation or
decision rendered iii good faith in,such capaeii r.
9.09 Lirrnilatio n. on.,Enginvers,Ar thdritt+
A. Nei tiler Engineer's authority, or responsibiilityurider this Article 9 or,under, any other provision of
the Contract Documents nor any decision made by Engineer m goodfaith either to exercise or not
k JC',DC C-70 standard General Conditions of the constuudi0fi contract
Copyright 0 2007 national Society of t'rofe ,ioniil Engineers for EJCDC. All rights,resserwed.
1`409,d 62
i
10.02 Unauthorized Cluinges in the IVork
A. Contractor shall not be entitled to an increase in the Contract Price or an extension of the
Contract Times with respect to any work performed that is not required by the Contract
Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the
cage of an emergency as provided in Paragraph 6.16 or in the case of uncovering Work as
provided in Paragraph 13.04.D,
10.03 Erecution of Change Orders
A. Owner and Contractor shall execute appropriate Change Orders recommended by Engineer
covering:
1. changes in the Work which are: (i) ordered by Owner- pursuant to Paragraph 10,01.A, (ii)
rewired because: of acceptance of defective Work under Paragraph 13,08.A: or Ow✓ner',$
correction of defective Work under Paragraph T 3.09,or(iii)agreed to by the parties
F
2. changes in the Contract Price or Contract Times which are agreed to by the parties, including
any undisputed sung or amount of time for Work actually peltormed in accordance with a
Work Change Directive; and
3. changes in the Contract .Price or Contract Times which embody the substance of ally written
decision rendered; by Engineer pursuant to Paragraph 10.05; provided that, in lieu of
executing any such Change Order, an appal may be taken from any such decision in
accordance with the provisions of the Contract Documents and applicable Laws and
Regulations,but during any such appeal; Contractor shall carry on the Work and adhere to the
Progress Schedule as provided in Paragraph,6.I,8.A.
I
10,04 Notification to Sure yr
A. If the provisions,of any bond rewire notice, tp,be given to a surety caf any,ehange affecting the
general, scope of thew Work, or the provisions of the Contract Documents (incluing, but not
limited to, Contract Price or Contract,Times, thtw giw ink of"ally such irotice �vvill be' Contractor's
responsib'llityw The amount of'each applicable bond will be adjusted to reflect the effect of any
such change.
10,05 C"lcahns
A. E) irrc r^: i c e P rtarr a ci trirc : All--Claims,; except tease waived pursuaant to Paragraph 14.t1 ,
shall kae referred> td%the Engineer for detilon. A 'deciiaan by Engi>terha�l b `reuired as a
conditiort precedent to any exercise by Owntdr oi"Contractor of any;rigbts gar r nledies either M,ay
otherwise,, have under the Contract,D16cumcnt� or bar 1��wws and fie �llatioils in;rt�s}aect��f sue h
lairns.
t
E. , otiii e.'written notice stating the general,nature oaf cu h laini sh ll be deliYerecl by"the claimant
to Engineea°andthe ether party,to the Contrac ,prfarnptly Gaut in no event later an days after
the start of the event giving rise thereto. The responsibility to substantiate a Claim shall rest with,
the party making the Claim. Notice of the amount or extent o�fthe: Claim, with supporting data
.JCDC CMalt*aand'ard General t'+nr iihuns of the Congtruuttion t-' antraCt
G.npyritht @ 2007 Nittiarnal Society 4 p^raut'es+M nal rtigine0s rcpt'E JCDC. All rights rm—rved.
114re 41,of tat
p
I. Payi-oil costs for employees in the direct employ of Contractor in the performance of the
Work under- schedules of job classifications agreed upon by Owner and Contractor. Such
employees shall include, without Limitation,; superintendents, foremen, and other personnel
employed full time on the Work. Payroll costs foi,employee:, not employed full time on the
Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall.
include, but not be limited to, salaries and wages plus the cast of fringe benefits, which shall
include social security contributions, unemployment, excise, and payroll taxes, workers'
compensation, health and retirement benefits, bonuses, sick leave; vacation and holiday pay
applicable thereto. The expenses of perforating Work outside of regular working hours, on
Saturday, Sunday,<oi-legal holidays, shall be included in the above to the extent authorized by
Owner.
2. Cost of all materials and equipment furnished and incorporated in the Work, including costs
of transportation and storage thereof, and 'Suppliers' field services required in connection
therewith. All cash discounts shall accrue to Contractor finless Owner deposits funds with
Contractor with which to make payments, in which case the cash discounts shall accrue to
Owner. All trade discounts,rebates and refunds and returns from sale of surplus materials and
equipment shall accrue to Owner, and Contractor shall make provisions so that they may be
obtained.
f 3. Payments, nciade by Contractor to Subcontractors for 'Fork performed by Subcontractors. if
required by Owner, Contractor shall obtain competitive bias from subcontractors acceptable:
to Owner and Contractor and shall deliver such bids to Owner,who will then determine, with
the advice of Engineer, which bids, if any, will be acceptable. If any subcontract provides that
the Subcontractor' is to be paid on the basis of Cost of the Work, plus a fee, the
Subcontractor's Cost of the ''Fork and fee shall be determined in the same manner as
Contractor's Cost of the Work and fee as provided in this Paragraph 11.011.
4. Costs of special consultants (including but not limited, to engineers; architects, testing
laboratories, surveyors, attorneys, and accountants employed for i ervice; s p ecifically related
to the Work.
S. Su pp lemental costs including the folloWin
g ,
z
a. The proportion of necessary transportation, travel, and subsistence. ,expenses of
Cotttractor's eiiiployees,incurred in disclfar e (duties c6nnected'with the Work.
1
la. Cost, including tr4nsportat ort and, mitii tenitnc> , 0f all rnatertals, tipplies, equipment,
machinery; applfancc y, office,`and` turd acrf«u f6ciliti �`at tCie Sits, attd bane( tools not
owned by the worlcews, which are cotrsurned in to performance,of th ork,, and cost,'
leas m' t, Value, of'such fteiris used tit neat e nfed �Vltich to Haiti the Property, of
Contractor.
l,
c. Rent,*Of 411 construction equipment rind nriachincr nd;the parts thei eof'whcther rented
from'Contractor or others in accorda*e worth rental agreements approved by Owner with
the, advice,, of Engineer, anti the casts of�transportatiori, loading; ttufbadin, , assembly,
dismantling, acid removal thoreof. rill such cosh tihail ire-in at corrlance with the term of
PJC'DC G700 Standard General C"ondi6img or the Construetitin contrad
tmpyright Gx 2007-Nationai'Smiety,o Piof6%iona[,P�hi„inters r"or EJC DC". Arr.rights,reserved,
Pagan 43,pt 62
i
{ limited to, the correction of defective Work,, disposal of materials or- equipment wrongly
supplied, and making good any damage to property.
1
5. Other overhead oi-general expense costs of any kind and the costs of any item not specifically
and expressly included in Paragraphs I LOLA.
i
C. Contracoor 'v Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee
fshall be determined as set forth in the Agreement. When the value of any Work covered by a
Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of
Cast of the Work, Contractor's fee shall be determined as set firth in Paragraph 12.01.C.
D. Documentation: Whenever the Cost of the Work'for any purpose is to be determined pursuant to
Paragraphs II OLA and 11.01,13, Contractor will establish and maintain records thereof is
accordance with generally accepted accounting practices and submit in a form acceptable to
Engineer an itemized cost breakdown together with supporting data.
11.02 Allowances
A. It is understood that Contractor has included in the Contract Price all allowances so named in the
Contract Documents and shall cause the Work so covered to be performed for such sums and by
such persons or entities as may be acceptable to Owner and Engineer.
B. Cash Allort onvc.r:
1. Contractor agrees that:
a. the cash'allowances include the cost to Contractor(less any appalicable trade discounts)of
materials and equipment required by the allowances to be delivered at the Site, and all
applicable taxes; and
�I
b. Contractor's ousts for unloading and handling; on the 'Site, labor, inmallation, overhead,
profit,and other expenses contemplated for the cash allowances have beer, included in the
Contract Price' and not in the allowances,, and no demand for additional payment on
account of any of the foregoing will be valid.
C. Cowtingettc, Aflowt tince,
1. Contractor atgivees; that a co.nti'n ncy atlowwWanCe, if airy, for the soleuse,of Owner to :over
unanticipated cost;.
D, Prior to final payment, an appropriate Change Order will bejlsstiedas recommended by,Engineer
I to`reflect actual amounts drag Contractor,on account of °curls,, covdred pry`allowances, and the
Contract Price;than be coitespond%n ly adjusters.
11.03 UhitPkiceWork
A. Where the Contact l�rtcunr, nts pt-ovide that all tar past of the Work is tra be Unit Price W(>rk,
initially the Contract Price will be deemed,to include br nil Unit Price Wrack an amount equal to
EJC DC C-70 Stan dared°(,tncTat�Condlitions of the Construction Contract
Copyright CO 2007 National Society,of Professional Fnglneers=for KJC"i3C. All rights rtserved.
Page 45 of 62
f
C. Contractor's Fee. The C"Oaatractor's fee for overhead and profit shall be determined as follow
1. a mutually acceptable fixed fee,of
1 2, if a fixed fee is not agreed capon, then a fee bared on the following~percentages of"the various
portions of the +Cast of the Work:
a. for costs incurred under Paragraphs 1 LOLA.1 and 11,01.A.2, the Contractor's fee shall
be 15 percent„
b, for costs incur-ed under Paragraph 11.0 I.A.3,the,Contractor's fee shall be five percent;,
c. where one or more tiers of subcontracts are can the basis of Cost of the Work plus a fee
I' and no fixed fee is agreed upon, the intent of Paragraphs 12.0I.C.2.aa and 12.01.C.2.b is
that the Subcontractor who actually perforrris the Work, at whatever tier, will be paid a
fee of 15 percent of the costs incurred by such Subcontractor tinder Paragraphs 11.0I.A.1
and 1 1.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a
fee of five percent of the amount paid to the next lower tier Subcontractor;,
d. net fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.4
11.01.A.5, and'11.0LB;
t
e. the amount of credit to be allowed by Contractor to Owner for any change which results
in a net decrease in cost will be the amount of the actual net decrease in cost talus at
deduction in Contractor's fee by an amount equal to five percent of such net decrease;,
and
f. when both additions an d credits are involved an any, one change, the adjustment an
C'ontractor's fee shall be computed on the basis of the net change in accordance with
Paragraphs 12.01.0.2 a through l2 0I.C.2. , inclaisive.
12. 2 Change cr,�"Conlrtrc t Tirnes
A. The Contract-Tinto;; ma ont be chap god, b 'of Change Crder. An Claim f a
y y - , y or, ac}pstment in
the Ccantract Tirraes shall be based on written,notice submitted by the party anakirt the Claian to
them ire r and the other party to lh Contract in acctaidant � itln the t ro a�;iun,,of Parag a°a ph
10-0.5.
Any adjnstntent of`the Contract Titres covered by a Change Order of, an' + laaim fair, an
adjustment, in;the Cgptraact Tatra; will be d tennirtod lrt tacet�?rdanc� with the a° wisicans of this;
J pp
1 Article t2.
12.03 1. c�la .v
A. Wh r Ciantratcfor is prevented from coiatpleding; any part rff the l orl within the Contratct Times
date to delay beyond the control of Contractor,the Contract'times will be extended in an amount,
equal to the time lost due to such delay if,a Claina is matde-therefor as pt>c vtded in Paragraph,
11.0..A. belays beyond the control of Contractor shall, include, but not be, limited tit, acts or
PjCD 79a i� lnd rd ;Kfn�raa j►cV�tefan rthc°fi n trti�cCaa�ra 'ar tact
Copyright 0207'Nofional$(wiety o Pr9k$sj n'afFngintvrs for Z1L"t C. All rights reserved.
I,,a a 47 of 62
l
13.03 Tests and Inspections
A. Contractor shall give Engineer timely notice of readiness of the Work for all required inspections,
tests,or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests:
B. Owner shall employ and pay for the services of an independent testing laboratory to perform all
inspections,tests,or approvals required by the Contract Documents except:
{ 1. for inspections, tests, or approvals covered by Paragraphs 13,03.0 and 13.03.13 below-
I2. that casts incurred in connection with tests or inspections conducted pursuant to Paragraph
13.04.13 shall be paid as provided in Paragraph 13.04.C, and
I 3, as otherwise specifically provided in the Contract Documents.
1
C. If Laws or Regulation; of any public body having.jurisdiction require any Work (or part thereof)
specifically to be inspected, tested, or approved by an employee or other representative Of Such
public body, Contractor shall assume full responsibility for arranging and obtaining such
inspections, tests, or approvals, pay all costs in connection therewith, and furnish Engineer the
required certificates of inspection or approval.
D. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, or approvals required for Owner's and Engineer's acceptance of
materials or equipment to be incorporated in the 'Work; or acceptance of materials, nix designs,
or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in
the'Work, Such inspections,tests,or approvals shall be performed by organizations acceptable to
Owner and Engineer.
E. If any 'Fork (or the work of others) that is to be inspected, tested, or approved is covered by
j Contractor without written concurrence,of Engineer, Contractor shall, if'requested by Engineer,
uncover'such Work'for observation.
R Uncovering Work as provided in Paragraph
13.03.E, shall be at Contractor's expense ;unless;
Contractor has given Engineer timely notice of`Contractor's intention to cover the same and
Engineer has not acted with reasonable promptness in response to such notice.
r 13.04 'rc;t�irt iir, ll rtr .
A. If any Work is covered contrary to the written, request, of En i'neer it trust, if re uested by
Engineer,be uncovered for Engineer's observation and replaced at Contractor's peri�c
13. If Erag,%fieer eons'Wers it no,' sary or advisable that e6verei '�orl; °be tabtervetl b Engineer or
inspected" or' tested y others; Cbniractor, at ri ineer's request, shall- uncover, exposen or
otlterWise- make available f,6r''6bservaation 'iitspection, or tesfing'as Engineer may regtaire, that
pair"t]on of the Fork in question, ftaratishin all necessary labor, iri aterial,uttd ogaOpmerit.
9
a
a=,9CD(;C-70aa Stauadnrd°frenerap trtonditagns of,(be C"onstrueaion Corttract ,
Copyright CM 7 NationalSo�cigv of Proflcssional Vngineers for f?.fOC.. All rights rescmd.
Page,49 of 62
i
L relrair suclr defective,land car areas; or
. correct such defective Work;or
3, if the defective Work has been rejected by Owner, remove it from the Project and replace it
p with Work that is not defective, and
4. satisfactorily correct of--repair or remove and replace any damage to other-Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the, terms of Owner's written instructions or in an
emergency where delay would cause serious risk of loss or damage, Owner may have the
defective Wor-k directed or repaired or may have the rejected Work, removed and replaced. All
claims,costs„ losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and ether professionals and all court or arbitration or other dispute
resolution costs) arising out of or relating to such correction or repair or such removal and
replacement(including but not limited to all costs of repair or replacement of work of others) will
be paid by Contractor,
u C. In special circumstances where a 'particular item of equipment is placed in continuous service
before Substantial Completion of all the Work, the correction period for that item may start to rain
from an earlier date if so provided in the Specifications.'
D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11117,the correction period hereunder with respect to
(
such Work will be extended foi-an additional period of one year,after such correction or removal
and replacement has been satisfactorily completed.
F B. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or
warranty, TbP previsions of this, Paragraph 13.07 shall not be Construed as,, a substitute for, or a
vaaiver~taf,the provisions of any p1jeable statute,of litnitatiora car repose.
t
A
13,08 Acceptance?of Dejiecfive Work,
A. If, instead of requiring, core- tibfi,or rem,oval, an ct reply rent of defective.,Work,, Owner,(and;
f prior to Engineer's recommendation of"l°ir al payment, Engineer,)prefers to accept it, Owner,
may
1
de so. Contractor shall pay all claret , c ost,�s, looses, and damages iieliidirtg but not lint3ted to`all
fees and charges of engineer,~, archrte, t s, attcaraeys; and gather prele5itira�rls and all court, oa°
atirl itrat on ter, other �dt iutte resolution co tsy' rrttributal l td ` letter„„' e,valtiatfon of and
detettrtinaticae tt tae ept ,uc`la d fectiti�e, 'Wet,* (suers eosts to be it proved by Engineer—as to
M redsonableness) arld fo i the dint i aslte value +nf” the 4' car to the tent riot odler say �atlld by
trntracttir our tuiarrt to this setuten 0- lf” ally such aeceptance occurs prior to 7n, ins,er'
rec:ornmen4tion of final payment, at Change Order will be issued incerporat.in the,necessary,
r
revision's"in the Contract Pocuments with respect to the,"fork" and) Owrrpa shall de,:entitled to an
appropriate decrease,in the Contract Price., reflecting the°diminished,vAre,of Work so accepted.
If the parties"are,unable to agree a to"the amount,thereof,—Owner may make as Claim therefpr as
provided in Paragraph,ail aplr l,Cl.CI : if fife acceptance e caccaza s atfter saaeh recarn aendaticn, an axppr°trlr late
amount will be paid by Contractor to t�wla r:
3
EJCDC!C-70 Siaiidard Genera[Cnnditinns of the C onstruction Contract
Copyright C 2007 National soc ety ;r Prrttes ional Miginm.rsJoi F.JClJC. Alt"riglitsresered. '
Page 51 of 62
N
1
Application for Payment filled out and Signed by Contractor covering the Work completed as
of the date- of the Application and accompanied by such supporting documentation as is
required by the Contract Documents. If payment is requested on the basis of materials and
equipment not incorporated in the Work but delivered and suitably stored at the Site or at
another location agreed to in writing, the Application for Payment shall also be accompanied
by a bill of sale, invoice, or other documentation Warranting that Owner has received the
materials and equipment free and clear of all Liens and evidence that the materials and
I1 equipment are covered by appropriate property insurance or other arrangements to protect
Owners interest therein, all of which must be satisfactory to Owner.
2. Beginning with the second Application for Payment, each Application shall include an
affidavit of Contractor stating that all previous progress payments received on account of the
Work have been applied on account to discharge Contractor's legitimate obligations
associated with prior Applications for Payment.
y
i
3. The amount of retainae with respect to progress payments will be as stipulated in the
Agreement.
B. Review of Aj7plir,a ions .
I, 1. Engineer will, within 10 days after receipt of each Application for Payment, either indicate in
writing a recommendation of payment and present the Application to Owner or return the
Application to Contractor indicating in writing Engineer's reasons for refusing to recommend
�J payment. In the latter case, Contractor may name the necessary corrections and resubmit the
Application.
2. Engineer's reconarriendation of any payment,requested in an Application for Payment will
coiastitute a representation by Fngineer to Owner,, based on Engineer's'observations of the
j executed Work as an experienced and qualifies design Otofessianal, `and on Engineer'w
I review of the Apptieation for P4 mebt aril the accompanying data.ai d schedules, that to,the
best of Engineer7s knowledge, information and belief:
a. the Work has progressed to the point indicated;
K the quality of,the Work is,generally in accordance with the Contract f7cicurnents tsub*,t
to an e aluttti(an of the ' lurk as a funetioning wh le pi~ittr tta tar upon Substantial
tial'
Completion, tree results of and subseyue"nt tuts called for in;tti ctntiact I�c��um nts, a
final determintation of quantities;attd elassitication br Unit Price Work under Paragraph
9.,0 ;,and ainy otl,ier tt,thfi,cal,ioo,s stated in;tba-`rmormmendatiorl l Burn± ;
c. the'coxiditions-precedent to contractor's tieing �lttitt d to st�cit pa�rrri nt appear to,bave
been fulfilled'in so far as it is ti i eei' re p irisibiltty tt obw rrre the"'w orL
1 By fec6freffiending any such ,p yn%ent ;Engineer, will nut thereby,,,,,,,,,be deemed to ,have
represented that;
i
a. inspections made to check: the ttality or the quantity of the Work, as it has been
performed have been exhaustive„ extendexl to every, aspect of the Work in progress,-or,
EIJ(Di _-6700'stmdard(icnar4('ph'ditigos°or(be;,Constiuction�t:ontra ct
Cppyright CC)2007 National g`twietyy ofYr�►fe Nkinat Engineers for EJCDC.All rights r( rvtd.,
F1age53,6r 62
i
I
I
hD: Reduction in Pcayment.
I. Owner may refuse to make payment of the full amount recommended by Engineer because;
a. claiuris have been made against Owner on account of Contractor's performance or
furnishing of the Work,
(f b. Liens have been filed in connection with the 'fork, except where Contractor has
delivered a specific bond satisfactory to Owner to secure the satisfaction and discharge of
Such Liens; ;
(, c, there are other items entitling Owner to a set-off;against the amount recommended;or
d. Owner has actual knowledge of the occurrence of any of the events enumerated in
Paragraphs 14.02.B.5.a through 14.02.E 5 c or Paragraph 15.02.A
2. If Owner refuses to make payment of the full amount recommended by Engineer, Owner will
give Contractor immediate written notice (with a copy to Engineer) stating the reasons for
such action and promptly pay Contractor any amount remaining after deduction of the
amount so withheld. Owner shall promptly Pay Contractor the amount so withheld, or any
�4 adjustment thereto'agreed'to by Owner and Contractor,when Contractor remedies the reasons
for such action.
3. Upon a subsequent determination that Owner's refusal of payment was not justified, the
amount wrongfully withheld shall be treated as an amount due as determined ny, Paragraph
(' 14.02.C.1 and subject,to interest as provided in the Agreement.
14.03 Contr'aom,s, W aa^X^c n4,n f Title
A. Contractor warrants avid,guarantees that,title to all''Fork, materials, and equipment covered by
any Appliceation fOr Payment, whether ineor�pdr4ted in the p`roject'or not, wilt'p4ss to Owner no
later than the time,of payment free and clear of all,'Liens.
14.04 Sr+bwanti al Completion
A. When Contractor considers the entire W rk, ready for Jts intended use Contractor shall notify
Owner and En sneer in wrltrn that the entire Work rk 1s substarttrally�'Pmp��te� � pt fo dtel��
.. ............ ....
pdcifically listed y Cairlti°ai;trir as ncomPlete aftd reque st that Enginr issue a crtifDeate of
i ubstantiall C"ornpteti0h'.
i
B. Promptly, after~ Contractors; riptitieation,:=Owner, Ccarrtractot, and En irteer' shall make an
inspection of the "!w ork,to determine in the status'of"corm 1ptlon. If E gib
e'er' o s not:cozrsi er the
Work, substantially, c,Omi 1pfete, zri ineer' will notify, Contractor,in'`wrdtin; ; ivin, the reasons
therefor;
C; ff Engineer considers the Work,subslanti'41 y'colm,p et e, En meet will deliver to Owner a tentati-�e
certificate of dbstantiat 'ortipletion whi&shalI£i thee,date of Substantial,Completion. "f`here
shall be, attached,to the certifloate ,al tentat=ive list of items to be cormpleted,or° corrected before
ocne(':*)Sta mclird(,enerai Gnwdit4m Mir the C'.ongruction C mtrac•t.
(;crpyrigtat(DZ67 National SoOety of Professional Pngit eersa liar I+v,1CD(,`'. rail rights reserved.
Page 55 Of'62
4. No use eat°occupancy ear separate operation of part of the Work may occur prior to compliance
with the requirements of paragraph :5.10 red arding property insurailice.
j 14.06 Fi eri lrrspec°tion.
A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is
complete, Engineer will promptly make,a final inspeCtion with Owner and Contractor and will
notify Contractor in writing of all particulars in which this;ins inspection reveals Is that the Work is
incomplete or defective. Contractor, shall immediately take''such treasures as are necessary to
complete such Work ear remedy such deficiencies,
14,07 Final Payment
A. AI.rplicatiorxpj,P(tj>ajaerxt.
1. After Contractor has, in the opinion of Engineer, satisfactorily completed all corrections
identified during the final inspection and has delivered, in accordance with the Contract
Documents, all maintenance' and operating instructions, schedules, guarantees, bonds,
certificates or other evidence of insurance, cerlyficates of inspection, marked-aria record
documents; (as provided in Paragraph 6.12), and other documents, Contractor- may make
application for final payment following the procedure for progress payments.
. The final Application for Payment shall be accompanied (except as previously delivered)1D p y, red)by;
a, all documentation called for in the Contract Documents, including but not limited to the
evidence.,of insurance required by Paragraph 5.04.13.6;
b. consent of the surety, if any, to final payment;
C. a list,of all Claims against"Ownerr that Contractor believes are unsettled; and
d. complete and legally effective releases 'tar,waivers (sat.isfac Ory,tea Owner) of all Lien
rights arising out of or Liens riled in connection with the Work.
1 In lieu of the releases or waivers of Liens specified in paragraph 14.07.A.2 and as approVed
by 0waaer, Ccantr etot; may`f6rnish receipts ors releases in firll nd an f�;idaavit:of Contractor
that: (i) the releaser;sand receipts include all, fabDY services, material, atadtapraent foz
which alien ed 1r1"be frldif° anti rr all
f�' p mall `Material and e urpan e t r la, and other
inde Iatedne 5 connected with the Weirl for ti ire l ►wner rrarght i, and ay:ae re;pe nsil le ear
which Might tp any way result in laett or other f�ttr�lens can fwner's property; lave heenpaid
or oil erwi c sattiafzed,. ff:Ony aafac ntraetta or i g lier, ai4'to, fua r�1 shch a r lease or
receipt in fall, Co,ntractOr rr"ray atrnish a Via nd tar eDtlaet Llatei°al sati
sfadory to Owner, to
indemnif Cwiefagainst ah Lien,.
B. ratrac�r ��tiaa ca ' i:rrriririfcycia "
L If, can the basis of ,Engineer's ob err action of the Work: during consty,Zion aand final
Inspection, and Engineer's review of the final Application for Payment and accompanying
J C%700 S andard Generaf Condition,,5,or
u �nr the,,,co',-A'
Copyright Z Zrroni A #iornd nnGrct
Fngnmrs r'trr
EJtC Dt,'.Atr"r�ghts,rennoed.
�'xa a 57,of,62
ARTICLE I5-SUSPENSION OF WORK AND TERMINATION
15.01 Owner May Suspend VVM*
A. At any time and without cause, Owner may suspend the Work, or any portion thereof for a period
of not more than 90 consecutive days by notice in writing to Contractor and Engineer which will
fix the date on which Work will be resumed. Contractor shall resume the Work, on the date so
fixed. Contractor shall be granted an adjustment in the Contract Price or an extension of the
Contract Times, or both, directly attributable to any such suspension if Contractor makes a Claim
therefor as provided in Paragraph 10.05.
15.02 Owner MaY Ternfinatejbr Cause
A. The occurrence of any one or more of the following events will justify termination for cause:
fi
1. Contractor's persistent failure to perforni the Work, in accordance with the Contract
Documents (including, but note limited to, failure to supply sufficient skilled workers or
suitable materials or equipment or failure to adhere to the Progress Schedule established
under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04);
2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction;
3. Contractor's repeated disregard of the authority of Engineer; or
4. Contractor's violation in any substantial way of any provisions of the Contract Documents,
& If One or more of the events identified in Paragyap)i 15.02,A occur, Owner may, after giving
Contractor (and surety) seven days written notice of its intent to terminate the services of
Contractor:
I. exclude Contractor frorit the, Sit el, and take-ppssossiqn of the Work,,and'of all Contractor's
tools, appliances,,coristrpction,equipriTent, and,machinery at the Site, and,,use,the sarhe to the
full extent they could be used by Contractor (without liability'to Contractor for trespas's or
conversion);
2. incorporate in the.,Work, all m4pprials,and equip6writ, stored gat the'Siie or for which Owner
has paid Contractor but which
3. complete the,Work as 0 per n eo� xp 4, 1111t.
n4y,d th e q io
C. If O'wrter,pros deds as provideoI,jn,Paragraph,,,J.5.OZ 2ZJ1l3-,C
, J ,ontractor shalt not be,,e title to e'I've
d
any, further payment until the Work is )lete&, If,the,' d
(Alf thipai bal4hceof the,C, fa price
Contract P i
exceeds all claims, �h
costs,losse and,damitge's" rtcl�udlj
engineers, 'architects, attorneys, and other p6ssionals and' all court, or, arbitratjo
n,or pthe r
dispute, resolution costs,) sustained by Q*her artsing, c in n
040 of'01- relating to 0 plet! g4he W—prk,
such excess,will be, paid to Contractor,. If such, claims*, costs, losses,, and=damages:exceed, such
unpaid,balance, Contractor shall pay thtdiff'er60c e to 0 wn, ,,,Such c]a i
ms,,costs, losses, and
damages incurred by Owner, will,be -eviewod,,by Engineer as,to their reasonableness'and, when
EJCDC C-700 Standardl;cn(rat CondiltiOns"Or(he Coilst,urban Contract
copyright 0 2M7 National Society of Professional Fngitiea s for EJCD(`. All right s reserved.
Nee 59 of 62
.....................
I
to pay Contractor any wane finally determined to be due, then Contractor may, upon seven days
written .notice to Owner and Engineer, and provided Owner or Engineer do not remedy such
suspension or° failure within that time, terminate the Contract and recover from Owner payment
on the;same terms as provided in Paragraph 15.03.
B. In lieu of terminating the Contract and without prejudice to any ether right or`remedy,if Engineer
has failed to act can an Application for Payment within 30 days after it is submitted, or Owner, has
failed for 30 days to pay,Contractor any sumo finally determined to be due, Contractor may,severe
days after written notice to Owner and Engineer, stop the Work until payment is made of all such
amounts due Contractor, including;interest thereon. The provisions of this Paragraph 15.04 are
not intended to preclude Contractor from making a Claim under Paragraph 10.05 for all
adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly
attributable to Contractor's stopping the Mark as permitted by this Paragraph;
ARTICLE 16--DISPUTE RESOLUTION
16.01 Metl7,odv and Pr°(,)c°c�drtr-c�,
A. Either Owner or Contractor may request :mediation of any Clain" submitted to Engineer for a
decision under Paragraph 10.05 before such decision becomes final and binding, The mediation
will be governed by the Construction Industry Mediation Rules of the American Arbitration
Association in effect as of the Effective Date of the Agreement. The request for mediation shall
be submitted in writing to the American Arbitration Association and the other party to the
Contract.Timely submission of the request;:shall stay the effect of Paragraph 10.05.]E.
B. Owner and Contractor shall participate in the mediations process in good:faith. The process shall
be concluded within 60 days of filing of the request. The date of termination of the mediation
shall be determined by application of the mediation rules referenced above.
C. If the Claim,is not resolved by mediation; ngineer�s,action under Paragraph 10,05;C or a denial
1 pursuant to Paragraphs 10.05',C.3 or 16.05b ;hall become final and binding 'l days after
termination of The mediation unless,within that ti ne,per�od,,Ctwner oi-Contr4etor:
Y
I, elects in writing to invoke any dispute resolution pr°tacess provided for in the Supplementary
Conditions„��Lor
. agrees with the ttthei`party to submit the,Clalm t antrther dasptute tesarluti n r6cess; or,
_1 ,giver written notice to the father party of, the intent, to,'suh it,the,Claim to a cot9rt: of
,competent jOrisdiction,
S
ARTICLE 17—MISCELLANEOUS
17.111 Giving Notice,
A. Whenever an y,provision
of t
he Contract Documents requires the giving of written laoticeit will
be deemed to have been,validly,given if;
F.tC1DC C•700 Standard Gmerat(;ondit6ons orthe Cmnstrnctiron cmntract
Co yri}h. a 2007 Natimiat Ssciet o_f Proremitonai ro ineers 6 a r r
FU(rrC'`. All rigblW re;+ervcd...-
Page 01 (&62
SECTION 00810
SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS
These Supplementary Conditions to the General Conditions amend or supplement the Standard
General Conditions of the Construction Contract (No. C-700, 2007 Edition) and other provisions
of the Contract Documents as indicated below. All provisions that are not so amended or
supplemented remain in full force and effect,
SC -2.01 DELIVERY OF BONDS
Add the following to Paragraph: 2.01.A
Engineer shall furnish to Contractor six copies of the Agreement and other Contract
Documents bound therewith. Contractor shall execute the Agreement, attach executed
copies of the required Bonds, Power of Attorney, and Certificate of Insurance and submit
all copies to Engineer who will forward them to the Owner. Owner shall execute all
copies and return two copies to the Contractor. Owner shall also furnish a counterpart or
conformed copy to the Engineer and shall retain three copies.
SC—2.03 NOTICE TO PROCEED
Delete the first sentence of Paragraph 2.03,A of the General Conditions and insert the following
in its place:
Following the execution of the Agreement by the Owner and the Contractor, written
Notice to Proceed with the Work shall be given by the Owner to the Contractor. The
Contract Time will commence to run on the day indicated in the Notice to Proceed.
SC -2.05 BEFORE STARTING CONSTRUCTION
Add a new paragraph immediately after paragraph 2,05.A.3 of the General Conditions which is
to read as follows:
2.05.A.4 Contractor shall submit a preliminary list of construction equipment with hourly
rates, owned or rented by the Contractor and all Subcontractors that will be used in the
performance of the Work. The equipment list will include information necessary to
confirm the hourly rates per Paragraph 11.0 I.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 00810-66 Edi Lion
Supplementary Conditions to the General Conditions
Page I 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 4.04A.2.
3, At least 2 but not more than 10 business days before beginning any excavation,
the Contractor shall according to MCA 69-4-501, notify all owners of
underground facilities and coordinate the Work with the owners of such
underground facilities. The information shown or indicated in the Contract
Documents with respect to existing underground facilities is based on information
and data obtained from the owners of the facilities without field exploration, and
as such, Owner and Engineer are not responsible for the accuracy or completeness
of such information or data.
SC -4.06 - HAZARDOUS ENVIORNMENTAL CONDITION AT SITE
Change the first sentence of paragraph A to read as follows:
A. Reports and Drawings: The Special Provisions identify those reports..........
SC-5.02 LICENSED SURETIES AND INSURERS
Add the following to the end of Paragraph 5,02.A
Without limiting any of the other obligations or liabilities of the Contractor, Contractor
shall secure and maintain such insurance from an insurance company (or companies)
authorized to write insurance in the State of Montana, with minimum "A.M. Best Rating"
of A-, VI, as will protect the Contractor, the vicarious acts of subcontractors, the Owner
and the Engineer and their agents and employees from claims for bodily injury, of
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—6h Edition
Supplementary Conditions to the General Conditions
Page 3 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 5.04.13. I 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 5.04,1A, of the
General Conditions shall provide coverage for not less than the following
amounts:
Each Occurrence $.1"000,000,0
Aggregate $ 3,000,000,00
Section 00810-6"Edition
Supplementary Conditions to the General Conditions
Page 5 of 12
6. include testing and start-up; and
7, be maintained in effect until final payment is made unless otherwise
agreed to in writing by Owner, Contractor, and Engineer with thirty
days written notice to each other additional insured to whorn a
certificate of insurance has been issued.
B. Contractor shall be responsible for any deductible or self-insured retention,
C. The policies of insurance required to be purchased and maintained by Contractor
in accordance with this Paragraph SC5.06 shall comply with the requirements of
Paragraph 5.06.0 of the General Conditions.
D The policies of insurance required to be purchased and maintained by Contractor
in accordance with this Article 5.06.A shall comply with the requirements of GC -
5.06.C. The qualifications of the insurance company shall comply with the
requirements of SC- 5.02-A.
SC-6.02 Working Hours
Add the following to Paragraph 6.02.B:
Regular working hours are defined as 8:00 AM, to 5:00 P.M. Emergency work may be
done without prior permission.
SC-6.04 PROGRESS SCHEDULE
Delete Paragraph 6.04.A.1 of the General Conditions in its entirety and replace with the
following:
1. Contractor shall submit to Engineer with each application for payment an updated
progress schedule reflecting the amount of work completed and adjustments to future
work. Such adjustments 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—eEdition
Supplementary Conditions to the General Conditions
Page 7 of 12
I 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 an,d obligations hereunder.
SC-9.03 PROJECT REPRESENTATIVE
Refer to the Special Provisions for identification of the responsibilities and authority and
limitations of the Engineer's Resident Project Representative (if any).
SC- 11.01 COST OF THE WORK
Delete paragraph 11.01 .A.5.c of the General Conditions in its entirety and insert the following in
its place:
I 1.0l.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
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:
I For working equipment, the hourly rate shall be the monthly rental rate
divided by 176 hours per month plus the hourly operating cost.
2. For equipment on standby, the hourly rate shall be 50% of the monthly
rental rate divided by 176 hours per month, and the hourly operating cost
shall not be applied.
3. For specialized equipment rented for a short duration used for change
order work or additional work not part of the scope of work bid, the
Section 00810—e Edition
Supplementary Conditions to the General Conditions
Page 9 of 12
SC—14.02.0 PAYMENT BECOMES DUE
Delete Paragraph 14.02.0.1 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 TITLE
Add the following at the end of Paragraph 14.03,A of the General Conditions:
Neither recommendation of any progress payment by Engineer nor payment by the
Owner to Contractor, nor any use or occupancy of the Work or any part thereof will
release the Contractor from complying with the Contract Documents. Specifically the
Contractor shall maintain in accordance with Article 5, property insurance on all Work,
materials, and equipment whether incorporated in the project or not and whether included
in an application for payment or not, for the hull insurable value thereof. Passing title to
Owner for materials and equipment included in an application for payment does not
relieve the Contractor of the Contractor's obligation to provide insurance (including
property insurance) as required in Article 5 of the General Conditions and these
Supplementary Conditions, All insurance shall remain in effect as provided in Article 5.
SC- 14.05 PARTIAL UTILIZATION
Add the following to Paragraph 14,05.A:
Owner has the right to take possession of or use any completed or substantially
completed portions of the work at any time, but such taking possession or use will not be
deemed an acceptance of any work not completed in accordance with the Contract
Documents. Owner's use of any facilities so identified in the Contract Documents will
not be grounds for extension of the contract time or change in the contract price. Owner's
use of any facilities not specifically identified in the Contract Documents will be in
Section 00810-e Edition
Supplementary Conditions to the General Conditions
Page I 1 of 12
MONTANA
PREVAILING WAGE RATES FOR HEAVY CONSTRUCTION 2011
Effective: January 27, 2011
Brian Schweitzer, Governor
State of Montana
Keith Kelly, Commissioner
Department of Labor & Industry
To obtain copies ufprevailing wage rate schedules, or for information relating to public works projects and payment of
prevailing wage rates visit ERDatvvxvw.mtwagehourbwpa.00nnor contact them at:
Employment Relations Division
Montana Department of Labor and Industry
P. 0. Box 201503
Helena, N1T5Q82O-15O3
Phone 406-444-5600
TDQ408-444-5S4B
The Labor Standards Bureau welcomes questions, comments and suggestions from the public. In addition,we'll
do our best tn provide information inmn 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 18-2-4O2afthe
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
' m||nwanooandperdiamapp|icabietothedistrintiowhinhtbemmrkiabeinOparformed. aapmvidedindheattaohedwmge
determinations.
Ali Montana Prevailing Wage Rates are available on the internet at www.mtwagehourbopa.com or by contacting the
Labor Standards Bureau at(40E)444-50OOorTDD(4O0) 444-O54Q.
In addition,this publication provides general information concerning compliance with Montana's Prevailing VVe8e Law and
the payment of prevailing wages. For detailed compliance information relating to public works contracts and payment cf
�
prevailing wage rates, please consult the regulations on the internet at www.mtwagehourbopa.com or contact the Labor
Standards Bureau ot(4&G) 444-56QOorTDD (4QG)444-b543.
�
KEITH KELLY
Commissioner
Department mf Labor and Industry
State mfMontana
TABLE OFCONTENTS
MONTANA PREVAILING WAGE REQUIREMENTS:
A. Date cfPublication ... .......
'-_'
B. Definition of Heavy Construction ....... ------_--------- ---------' /
C. De�n�unoJPubQcVVo�aConku�o ---_--_-------_-_'''..```------------- '
D. Prevailing ~ Schedule ....... . � � - - _-
E- Ra�stoUse Projects _____ _ _ _._
F Rate �nMuk�earCunh�o� ---------''--.-''-__.`------------------------------------------''
'
GL Fringe Benefits ...... .... __ . ' ------------ m
- ----------------'---- U
H� Apprentices .... ........ ............ ...............................
---_-__-_. ------------
i Prevailing ------'-------- '
_ . �-°_ ------------------ �
J. P�#�xaom� -_----. � -------------
Employment ----------------- |i
Wage Rates ... .......... .... -. ------------
__ __,_,_____�_^ ___,__,~__-,-._- 1'7
A. Date of Publication January 27,2011
B. Definition of Heavy Construction
The Administrative Rules nt Montana(ARN)24.l7.50U(4)-(4)(a), Public Works Contracts For Construction Services
Subject Tu Prevailing Rates, stutes� "Heavy� �truc d
construction projects include, but are not limited to, thwxmprojects that are not
properly classified as either 'hxildingconstruction, or 'highway construction,'
�
Heavy construction projects ion/oue, but are not limited to, antenna towers, bridges (major bridges uesign«d6
o'
commercial navigation), breakwaters, ombmmns (other than building highway),
canals, c&uuna%t channel oa/-o/�
� o6em�m, /oA,mrthan bx co/�rdbm� cmkeovemo cbmxx d��m�(�m<ho�incidental� `"-'
construction), u2kn� mox�� dnzhe � -`projects(outdoor),fish hatcheries,flood
controlprojects, industrial incinerators (other than building), irrigation projects,jetties, kilns, land drainage(not
incidental to other construction), land leveling(not incidental to other construction), land reclamation,' -'- - -
-
waterways, oil refineries (other than hoildinzs)^pipe lines,ponds, - - x stations ''-in un - not buil/inXs)' railroad cmnstrmction, reservoirs, revetments, xewul�collection and disposal lines,
sewers storm,
` «�J shore8nomainmmuoo� �dtowt xanzge�n�/, xwimnuingpno� /outdoo�' xx8wuv�(oA�u�$ham `---'~'�' drn/m/
/omme�, onx6m6�mrdp�rz and whurver vjum��xk��/m~6�um6in��uw� water ~- ,-- ---~'^u`' tipples,
, highway), ' �uns-w/yxommtroo/io� wu/erxuon�
��������b w��dne*���������/�bu���dw�'' supply
�.
Federal Davis-Bacon wage rates um published iol .S.Department of Labor General Wage Decision No. MI100001& odifioadomNo.8 have been adopted by the Montana Department of Labor and Industry for use in Bc--/ Construction
projects Construction uodare\rm|udodiotblmpmhllu4ion.Tbeoura1ex apply statevdeureoohmsnioMTlO000l Modification}m' 0.
| C. Definition u/Public Works Contracts
.
Montana Code 8noou�ed,seu�nmlV-2-40l(|l)bJ,dc�nuo"public works uou�uc1` ms 'ocom�uct~o
rcons/rur�mn
services let 6v the state, county, municipality, school district, or political orfor�onxnxs&uctiun
services /e/
by the state, county, municipality, ur political subdivision bzwhich the total cost ofthe contract is in excess ufJB5,008 ^
D. Prevailing Wage Schedule
.'
This publication covers only Heavy Construction occupations and rates\n the rpeoifiolocalities mentioned herein. These
rates will remain in effect until superseded by o more current publication. Current prevailing wage rate schedules
Building(�ouotnaudmn, fUrhnav Construction and]�mocoos¢romhou Services occupations can be found on the im* for
at
/ v�v*v.mmtwagebonrb�pu.roomnrbv000tauiogthe Labor Standards Bureau s4(4B6)444-5600orTDD(406)44---4P.
E. Rates to Use for Projects
Rates tobe used unu public works project urethnncdbutuzmimcffecturthntioedho^ ~�' tundhidupocifixu1ionearc
advertised.
'
----- -- Page -- __
HEAVY 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 lo fully perform
must include aprovision to adjust, as provided in subsection(2), the standard prevailing rate of wages to be paid to the
workers performing the contract,
(2) The standard prevailing rate of wages paid to workers under a contract subject to this section must be adjusted 12
months after the date of the award of the public works contract. The amount of the adjustment must be a 3%increase, The
adjustment must be made and applied every 12 months for the term of the contract.
(3)Any increase in the standard rate of prevailing wages for workers under this section is the sole responsibility of the
contractor and any subcontractors and not the contracting agency.
G. Fringe Benefits
Section 18-2-412 of the Montana Code Annotated states:
"(1) To full the obligation—a contractor or subcontractor may:
(a)pay the amount offtinge benefits and the basic hourly rate of pay that is part oJ'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 afringe benefit fund,plan, or program that
meets the requirements of the Employee Retirement Income Security Act of 1974 or that is a bona fide program approved
by the U S. department of labor; or
(c)make payments using any combination of methods set forth in subsections (1)(a)and(1)(b)so that the aggregate of
payments and contributions is not less than the standard prevailing rate of wages, including.fringe benefits and travel
allowances, applicable to the district for the particular type of work being performed,
(2) The fringe benefit,fund,plan, or program described in subsection (1)(b)must provide benefits to workers or employees
for health care,pensions on retirement or death, life insurance, disability and sickness insurance, or bona fide programs
that meet the requirements of the Employee Retirement Income;Security of 9 74 or that re approved by U
department of labor," c tY Act I a a e the S.
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 other-wise.
R.Apprentices
Wage rates for apprentices registered in approved federal or state apprenticeship programs are contained in those
prograrns. Additionally,section 18-2-416(2),Montana Code Annotated states, "...The full amount of any applicable
ftinge benefits must bepaidto the apprentice while the apprentice is working on thepublic 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,
1. Posting Notice of Prevailing Wages
Section 18-2-406, Montana Code Annotated,provides that contractors, subcontractors,and employers who are
"performing work or providing construction services under public works-contracts, as provided in this part, shall post in
a prominent and accessible site on the project or staging area, not later than the first day of work and continuingjbi-the
entire duration of the project, a legible statement of all wages and fringe 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.
. , '' - Page HEAVY C-0.N.ST-RUCT10 N-SERVI'C'ES-20-11' U -EFFECTIVE JAN U--A-"R'-Y---27" -2011-
MONTANA STATEWIDE PREVAILING
DAVIS-BACON
Effective: January 27, 2011
HEAVY CONSTRUCTION WAGE RATES
General Wage Determinations Issued Under
The Davis-Bacon and Related Acts
State: Montana
Construction Types: Heavy
Counties: Montana Statewide,
Page 1 .........
HEAVY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY.2_7.__,40_11'
ZONE DEFINITIONS
`
CARPENTERS, CEMENT MABONS^. 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 fisted towns to the center of the job:
BILLINGS, BOZEK0AN. BUTTE,GREAT FALLS, HAVRE' HELENA, KALV8PELL. LEVV8TOVVN. MILES CITY,
M|SSOULA
Zone � Oto3Q miles - Base Pay
Zone 2: 3Oto80 miles- Base Pay+$2�A6
Zone 3: Over 8O miles- Base Pay+$4.7O
*CEMENT MASONS ZONES: The above cities plus O|LLUN. GLASGOW, GLEN0VE. SIDNEY
CARP0028-0028610112088
Rates Fringes
Carpenters: (Zone 1)
Carpenter& P8ebuck $2125 $8.80
�
Millwright $27.25 $8.90
CARP0828'00406/01/2008
Rates FhmQem
Diver Tender $27.27 $7.80
Diver *56.54 $788
�
DEPTH PAY(Surface Diving)
� O50to1O0feet $2.DO per foot
1Q1tu150feet $3.O8 per foot
151to220feet $4.00 per foot
|
221 ft& deeper $5.00
\
---------------------------------- ----------------------------
| ELECB04440106/0112010
�
Rates Fringes
|
Line Construction
!
(1) Lineman $3773 4Y5% + $10.61
(2) Equipment Operator $25�18 4.75Y6 + $10.96
i (3) Experienced Groundman $20�27 475Y& + $10.33
|
-- ----- --- Page ------- --
HEAVY CONSTRUCTION SERVICES 20II EFFECTIVE JANUARY 27 2Q1 |—
ELECO233-001 0810112009
BLAINE, BROADWATER, CASCADE, CHOUTEAU, FERGUS,GLACIER, HILL, JUDITH BASIN, LEWIS 8, CLARK,
LIBERTY, MEAGHER, PETROLEUM, PHILLIPS, PONDERA. TETON,TC)OLE.VALLEY,AND VVHEATLANDCOUNTIES
Rates Fringes
ELECTRICIAN $27.86 47596 + $9�36
______________________________________
ELEC¢233~00208101/2009
BEAVERHEAD, DEER LODGE, GRANITE, JEFFERSON, MADISON, PUVVELL.AND
SILVER BOW COUNTIES
Bates Fringes
ELECTRICIAN G26.10 47596 + $10.BO
'--'----------------------'--------'--
ELEC8582'00106/0112018
GALLAT|W. PARK,AND SWEET GRASS COUNTIES
Rates FhnQmm
ELECTRICIAN $28.61 $1O�27
.
-------------------------------
` ELECO532-00306/01/2010
�
BIG HORN, CARBON, CARTER, CUGTER. DANIELS, D/WSJ}N. FALL8M^ GARFkELD. GOLDEN VALLEY, K4CCONE.
k4USSEL3HELL. PDVVDER RIVER, PRAIRIE, R|CHLAND, ROOSEVELT, ROSEBUD, SHBR|DAN^ BT|LLVVATER.
|
TREASURE, WIBAUX AND YELLOWSTONE COUNTIES
Rates Fringes
�
ELECTRICIAN $29�38 1.75Y& +$D,3Q
ELEC0768'0010601D009
FLATHEAD, LAKE, LINCOLN, MINERAL, MISSOULA, RAVALLI,AND SANDERS COUNTIES
!
�
Rates Fringes
ELECTRICIAN $27.02 $10.37
�
�
!
|
_-__ __'.---''--- --- — � 9ume� ��-- ------- ���----
B��CO@���0N 3BR0C� 2011 �� EFFECTIVE JANUARY 27.2011
ENG10400-00106101/2009
ZONE DEFINITIONS FOR POWER EQUIPMENT 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, KALlSPELL. K&|SSOULA
Zone 1� Oto3O miles- Base Pay
Zono2� 3Oto0U miles-Base Pay+$3�5Q
Zone 3: Over 60 miles-Base Pay+$5.5O
Rates fhmgme
�
Power Equipment Operator
�
(Zone 1)
Group $23.47 $9.50
Group $23.94 $9,58
Group $24.34 $9.50
Group $26.00 $9.50
Group $25.50 $9.50
Group $26.60 $9.50
� Group $27.10 $9.50
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: Air Comprexsor�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; Forkift Form Grader; Front-End
|
Loader under I cu yd-1 Heavy Duty Drills; Herman Nelson Heater; Mulching Machine; Oikar, all except Cranes &Shove|m�
� Pumpman
/
GROUP 2: Air Doctor; hovel to and including 3ou yd; Bit Grinder; Bituminous Paving Travel Plant
`
Boring Machine, large; Broom,SeYf-Pnopel|ed; Concrete Travel Batchor; Concrete Float& Spnamder� Concrete Bucket
Dispatcher; Concrete Finish Machine; Concrete Conveyor; Distributor; Dozer, Rubber-Tired, Push &Bde Boom; Elevating
Gnader/GnadaU� Field Equipment Serviceman; Front-End Loader 1 ooydto including 5ouyd; Grade Setter; Heavy Duty
Drills, all types: Hoist/TuQger^ all; Hydoa|ift&similar; Industrial Locomotive; Motor Patrol, except Finish; Mountain @kidder
�
Oiler- Cranes & Shovels; Pavement Breaker EKABCO� Power8aw. Ge�PmpoNe4; PugmiU� Pumpcneba��ruu1YN�dline�
� .
|
Punch Truck, Roller, odherthan Asphalt; Roller, Sheepsfoot. Self-PmpoUed; Roller,25 tons and over; Ross Carrier;
Rntonmil| under G ft; Trenching Manbine�Washing/Screening Plant.
GROUP 3: Asphalt Paving K8aohine'AephabScreed; Baokhoe/Exomw�o�Shovei over 3ou yd; Cableway Hlgh|ine�
� Concpa� Ba�hP|antConc�beCuh' gMachine; Co`cre�/ Pump; Cranes, Crete� Cranes, Be'huOverhead; Cranes,24
tons and under', Curb Machine/Slip Form Paver; Finish Dozer, Front-end Loader over 5 cu yd; Mechanic/Welder; Pioneer
� Doze� Roller, Asphalt(Breakdown &Finiuh); Rotomill, over 6 ft; Scraper, singIle, twin, or pulling Belly Dump;Yo-Yo Cat,
�
GROUP 4: Asphalt/Hot Plant Operator; Cranes,25 tons to44tons; Crusher Opmrat r� FinishMotorPatro|; Finish
Scraper.
GROUP 5: Cranes, 45 tons tm including 74tons;
/
GRODP8: Cranes, 75 tons tn including 14Stonm� Crane, VVhirley (mfl).
GROUP 7: Cranes, 160 tons to including 250 tons (add $1,00 for every 100 tons over 250 tons); Crane, Stiff-Leg or
Derrick; Helicopter Hoist Crane, Tower(aU).
/
-- —���� �—�—�--------- 9age4 --- ----------� ��------��----
HEAVY CONSTRUCTION SERVICES ZB1l EFFECTIVE JANUARY 27.2011
|RON80144002O7/01t2009
FLATHEAD, GLACIER, LAKE, L�NCOLN, MINERAL, MISSOULA,AND SANDERS COUNTIES
Rates Fringes
IRONWORKER $25�34 $16.58
/ |RON0732-009 06101/2010
REMAINING COUNTIES
� Rates Fringes
IRONWORKER $25.57 $17.21
LABO1688'081050112008
� Rates Fringes
LABORER(Zone 1)
� Group $17.14 $6.72
Group $20,10 $672
Group $20�24 $6.72
Group $21�00 $6,72
�
| LABORERS CLASSIFICATIONS
GROUP 1: F|agper000
|
GROUP 2: All General Labor Work; Burning Bar; Bucket Man; Carpenter Tender; Caisson Worker; Cement Mason
Tendec Cement Handler(dry); Chuck Tender;Choker Setter-, Concrete Worker; Curb Machine-Lay Duwn� Crusher and
|
Batch Worker; Fence Ere�o� Form 8e�er; Form 8thppecHea�rTomd*rLandaoape�Pipe VVhapper; P«tTender;
i powdemmanTender; Rail and Truck Loaders and Qn|oaders; Riprappec Sealants for concrete and other nnotedsUa� Sign
Erection, Guard Rail and Jersey Rail; Stake Jumper; Spike Driver; Signalman; Tail Hoseman; Tool Checker and'
Houneman� Tra�ioCmr�rn| VVorker
. .
�
GROUP 3: Concrete Vibrator-, Dumpman (Grademan); Equipment Handler-, Geotextile and Liners; High-Pressure
Nozzleman; Jaokhommer(PavonnemtBreaher); LeeerEquipmnent� Non-RidimgRoQers� P�po|oyecPostho|eDiggnr
(Power); Power Driven VVhee|benow-, Rigger; Samdbloster� Sod Cutter-Pmwec
GROUP 4. Asphalt Raker; Cutting Torch; Grade Setter; High-Scaler; Power Saws (Faller& Concrete); Powderman
($1.00 per hour above Group 4nate)� Rock& Core DhU� Track or Truck mounted Wagon Dhl|� Welder including Air Are.
�
�
/
-------- �- ------------------------ 9age5 —�------ --�---- ----�----------
HEAVY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY 27.2011
P4(N02604]0107/ 112002
BLAINE, BROADWATER, CASCADE, CHOUTEAU, DANIELS, FERGUS, GARFIELD, GLACIER, GRANITE (South of a
line 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&VVeatthrough the Southern city limits of HELMSVILLE), RICHLAND, ROOSEVELT, SHERIDAN, TETON,
TOOLE. VALLEY, AND VVHE/g-LANDCOUNTIES
Rates Fringes
PAINTER $13.85 196 + $5.45
-------'-----------'-------------------
PAIN0200~0020710112802
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
HELK8BV|LLE). RAVALL|.AND SANDERS COUNTIES
Rates Fringes
PAINTER $18,85 1Y6 + $3.45
PA}N1922-00106/01/2009
BEAVERHEAD, BIG HORN, CARBON, CARTER, CUSTER, DAWSON, DEER LODGE, FALLON, GALLATIN, GOLDEN
VALLEY, JEFFERSON, MADISON, MUSSELSHELL, PARK, POWDER RIVER, PRAIRIE, ROSEBUD, SILVER BOW,
ST|LLW4\TER. SWEET GRASS,TREASURE,VNBAUX.AND YELLOWSTONE COUNTIES
PAINTER
�
(Industrial, includes tanks, pipes bridges)
� . . . ,
Rates Fringes
)
( $21�00 *0.00
! PLAS0119-08105/ 112008
STATEWIDE (except DEER LODGE, JEFFERSON, POWELL, and SILVER BOW COUNTIES)
� Rates Fringes
/
CEMENT MASONS: (Zone 1)
| Area $10.83 $6.96
/
Area $28.24 $6.86
AREA 1: STATEWIDE (except DEER LODGE, JEFFERSON, POWELL, and SILVER BOW COUNTIES)
AREA 2: DEER LODGE, JEFFERSON, POVVELL.AND SILVER BOW COUNTIES
|
----- ��—��-- -------�—�� �����------ Paee� —�-----' -- -���----- ----��------
HEAVY CONSTRUCTION SERVICES 301] ~ EFFECTIVE JANUARY 27,2011
'
|
PLUM0030-003 09/011209
BIGHORN, BLAINE, CARBON, CARTER, CASCADE, CHOUTEAU, CUSTER, DANIELS, DAWSON, FALLON, FERGUS,
'
GARFIELD, GOLDEN VALLEY, HILL, JUDITH BASIN, LIBERTY, McCONE, MEAGHER, MUSSELSHELL, PETROLEUM,
PHILLIPS, pONDERA. POWDER RIVER, PRAIRIE. R|CHLANO' ROOSEVELT, ROSEBUD, SHERiDAN. 5T|LLVVATER.
TETON, TOOLE, TREASURE,VALLEY, WHEATLAND,WIBAUX AND YELLOWSTONE COUNTIES
Rates Fringes
PLUMBER
Commercial $28�25 $13.40
Industrial—PowerGonerating Plants $30.80 $13.40
_____________________________________
| PLUn80041-001070112010
BEAVERHEAD, BROADWATER, DEER LODGE, GALLATIN, GRANITE, JEFFERSON, LEWIS AND CLARK, MADISON,
PARK, P(}VVELL, SILVER BOW, AND SWEET GRASS COUNTIES
Rates Fringes
PLUMBER $28.25 $13.05
-----'-----'-------------------------
PL0K80458'00108/01/2010
FLATHEAD, GLACIER, LAKE, LINCOLN, MINERAL, MISSOULA, RAVALLI, AND SANDERS
�
Rates Fringes
�
PLUMBER $27.51 $12.08
. __'—__—_'____-____-_______-'—_—'--'—_-
/ TEAA88002-00105/0112008
�
Rates Fringes
�
TRUCK DR|VERO� (Zone 1)
Group $ 14.14 $6.92
Group $ 1884 $692
| � �
TRUCK DRIVERS CLASSIFICATIONS:
|
GROUP 1. Pilot Car
GROUP 2: All Combination Trucks and Concrete &8ixer � CistributorOrivmr;AUDryBa*chTruoko� Oumpmao, Gruvo|
Spreader Box {]perohzr�All Dump Trucks and similar equipment including DVV2Q. DVV21.or Euclid Trodor| Dwmpstem�
|
Flat Truoka� Servicemen; Lowboys, Four-Wheel Trailers; Float Somoi-Trai1ec Lumber Carriers, Lift Trucks & Fork Lifts:
/
Pick-up Driver hauling maboriu|� Powder Truck (Bulk Unloader type); Power Boom; Service Truck Drivers, Fuel Truck
Driw*m,Tipamen; All Water Tank Drivers; Petroleum Products Drivers; Trucks with Power Equipment such am Winch,A,
Frame Truck, Crane, Hydralift, Gout-Crete Truck, and Combination Mulching, Seeding& Fertilizing Truok�Truck
Mechanic.
______________________________________
�
WELDERS- Receive rate prescribed for craft performing operation to which welding is incidental.
END OF GENERAL DECISION
|
------____--------- ........ -------���������— ��— --- Page ------�—
HEA\�!COy�STK0[IlO�� S8[[V|CE530II EFFECTIVE \/\NUARY27.��11
NOTICE OF AWARD
Dated:
TO:
ADDRESS:
PROJECT:
CONTRACT FOR:2013 Water Renovations Project
You are notified that your Bid opened on for the above Contract has been considered. You are the
apparent Successful Bidder and have been awarded a Contract for the:2013 Water Renovations Project. The Contract
Price of your Contract is: Dollars(S
Five(5)copies of each of the proposed Contract Documents(except Drawings)accompany this Notice of Award. Three
(3)sets of the Drawings will be delivered separately or otherwise made available to you immediately.
You must comply with the following conditions precedent within fifteen(15)days of the date of this Notice of Award,
that is,by
I You must deliver to the OWNER Five (5) fully executed counterparts of the Agreement including all the
Contract Documents and Drawings.
2. You must deliver with the executed Agreementthe Contract Security(Bonds)as specified in the Instruction to
Bidders(Article 20),and the General Conditions(paragraph 5.01).
3. List other conditions precedent:
You must deliver with the executed Agreement the Certificates of Insurance as specified in the General
Conditions(Article 5)and Supplementary Conditions(paragraphs SC-5.04 and SC-5.06).
Failure to comply with these conditions within the time specified will entitle ONANERto consider your Bid abandoned,to
annul this Notice of Award, and to declare your Bid Security forfeited.
Within ten(10)days after you comply with these conditions,OWNER will return to you two fully signed counterpart of
the Agreement with the Contract Documents attached.
CITY OF BOZEMAN, MONTANA ATTEST:
BY: BY:
(CITY MANAGER) (CITY CLERK)
DATE:
Notice to Proceed.
Date:
Project:
Owner: Owner's Contract No.:
Contract: Engineer's Project No.:
Contractor:
Contractor's Address: [send Certified Mail,Return Receipt Requested]
You are notified that the Contract Times under the above Contract will commence to run
on . On or before that date, you are to start performing your obligations under the Contract
Documents. In accordance with Article 4 of the Agreement, the date of Substantial Completion
is , and the date of readiness for final payment is [(or) the number of days to achieve
Substantial Completion is , and the number of days to achieve readiness for final payment is
I.
Before you may start any Work at the Site, Paragraph 2.01.13 of the General Conditions
provides that you and Owner must each deliver to the other (with copies to Engineer and other
identified additional insureds and loss payees) certificates of insurance which each is required to
purchase and maintain in accordance with the Contract Documents.
Also,before,you may start any Work at the Site,you must:
[add other requirements].
Owner
Given by:
Authorized Signature
Title
Date
Copy to Engineer
f:JJCDC C-550 Notice to Proceed
Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute.
Page I of I
MONTHLY PAY ESTIMATE SUMMARY
Date
2013 Water Renovations
City of Bozeman, Montana
Estimate No,—- to 12013
DESCRIPTION AMOUNTS
THIS MONTH PREVIOUS TO DATE
Earnings for Work& Materials
Installed: $0,00 $0.00 $0,00
Plus 100% of Invoice for
Materials Stored: $0.00 $0,00 $0.00
Less Materials Used: $0.00 $0.00 $0.00
Subtotal: $0.00 $0.00 $0.00
5% Retainage: $0.00 KOO $0.00
Net Earnings: $0.00 MOO $0.00
Less I% Gross Receipts Tax: $0.00 KOO $0.00
Gross Payment! $0.00 $0.00 $0.00
Less Previous Payments* $0.00
Net Payment this Estimate: $0.00 $0.00
Percent Time Elapsed: #VALUE!
Work Done Based on Installed Cost: #DIV10!
Contract Completion Data:
Notice to Proceed Date:
Original Contract Completion Time (dy)-. 90
Stop/Resume Work Orders (dy): 0
Approved Time Extensions (dy): 0
New Contract Completion Time (dy): 90
Contract Completion Date: 313011900
Contract Cost Data:
Amount of Original Contract: $0.00
Approved Changes-, $0,00
Revised Amount: $0.00
Approved by (Contractor):
Approved by City of Bozeman (Owner):
PAY ESTIMATE
2013 WATER RENOVATIONS
CONTRACTOR. ENGINEER City of Bozeman
P 0.Box 1230
Bozeman,MT 59771
PAY ESTIMATE NO
to "2011
QUANTITY COMPLETED AMOUNT EARNED
PLAN THIS PREVIOUS TO BID THIS PREVIOUS TO
ITEM DESCRIPTION UNIT QUANTITY ESTIMATE ESTIMATE DATE PRICE ESTIMATE ESTIMATE DATE
Base Bid:South Black Avenue
101 Taxes,Bonds,Insurance LS 1 0 0 0 S000 $0.00 $000 S000
102 Mobilization LS 1 0 0 0 $000 $0.00 $0,00
$0.00
103 Connection to Existing Main EA 19 0 0 0 $000 $000 $0.00 Woo
104 4"MJ Gat Valve w1V B EA 4 0 0 0 $0 00 $0.00 $0.00 $0.00
105 6"MJ Gat Valve wN B EA 3 0 0 0 $000 $000 $000 $0.00
105 8"MJ Gat Valve wN B. EA 30 0 0 0 $000 $0.00 $000 $0.00
107 10""MJ Gal Valve wN R EA 2 0 0 0 $000 $000 $000 $000
108 12"MJ Gat Valve wN B EA 2. 0 0 0 $0-00 $000 $0.00 $0,00
109 8"x 4 MJ Increaser EA 1 0 0 0 '$0.00 $0.00 $0.00 $0.00
110 8"x 6"MJ Increaser EA 2 0 C 0 $000 $0.00 $0.00 $0.00
111 9"x 4"MJ Tee EA 4 0 C 0 $0.00.. $0.00 $0.00 $0.00
112 8"x 6"MJ Tee EA 6 0 0 0 $000 $0.00 $000 $0.00
113 8"x B"MJ Tee EA 3 0 0 0 $0.00 $000 $0.00 $000
114 8"MJ Cross EA 3 0 0 0 $0.00 $0.00 $0.00 $000
115 10"x 8"MJ Cross EA 1 0 0 0 $000 $0.00 $0.00 $0.00
115 12"x 8"MJ Cross EA 1 0 0 0 $0.00 $0.00 $000 $0,00
117 B"11 114 deg Bend EA 21 0 0 0 $0.00 $0.00 $0,00 $000
119 6"22 112 deg Bend EA S 0 0 0 $0.00 $0.00 '$0.00 $000
119 B"'45 deg Bend EA 4 0 0 0 $0.00 $000 $0.00 $0,00
120 B"CL 51 DIP LF 5,215 0 0 0 $0.00 $000 $000 $0.00
121 10"CL 51 DIP LF 50 0 0 0 $000 $0.00 $0.00.. $000
122 12"CL 51 DIP LF 60 0 0 0 $000 $000 $0.00 $0 00
123 Service Reconnectfion whr trench limits EA 59 0 0 0 $0.00 $0.00 $0.00 $000
2"diameter and smaller
124 Service Reconnection outside of trench LF 280 0 0 0 $0.00 $0.00 $000 $0.00
limits 2"diameter and smaller
125 Service Reconnection Win trench LF 5 0 0 0
$0.00 $48.00 $0.00 $000
limits 4"diameter and larger
126 Service Reconnection outside of trench LF 70 0 0 0 $0.00 $0.00 $0.00 $0.00
limits 4"diameter and larger
127 Instil axpansion tank and backflow preventer EA 2 0 0 0 $000 $0.00 3000 $000
128 Fire Hydrant 5'bury EA 1 0 0 0 $0 00 $0.00 $0.00 $000
129 Fire Hydrant 112'bury EA 1 0 0 0 $0.00 $000 $0,00 $0.00
130 Fire Hydrant 6 112'bury EA 2 0 0 0 $000 $000 $000 $0.00
131 Fire Hydrant 7 112'bury EA 1 0 0 0 $0.00 $000 $000 $0.00
132 Fire Hydrant 8'bury EA 1 0 0 0 $0.00 $000 $000 50.00
133 Remove Existing Hydrant EA 3 0 0 0 Woo
$000 SO,00 $0.00
134 Insulation LF 2,637 0 0 0 $D.00 $000 $000 $0.00
135 Traffic Control LS 1 0 0 0 $000 $000 $000 $000
136 Temporary Water System LS 1 0 0 0 $000 $000 $0.00 $000
137 Asphalt Surface Restoration Lr 5.429 0 0 0 $000 $000 $0.00 $0.00
138 Jack and Bore LS 1 0 0 0 $000 $000 $0.00 $0.00
139 Type 2 Bedding CY 20 0 0 0 $0,00 $000 $0.00 $0.00
140 Curb BcxNalve Box Removal EA 10 D 0 0 $000 $0.00 $0.00 $000
141 Locate and Repair Sewer Service EA 10 0 0 0 $000 $000 $000 $000
142 Signal Loop instatlalion EA 2 0 0 0 $0.00 $p p0 $0.00 $0-00
1.43 Quality Assurance Testing LS 1 0 0 0 $000 $000 $1 $000
144 Miscellaneous Work EA 20,000 0 0 0 $100 $0.00 $000 $0.00
SUBTOTAL BID ITEM WORK INSTALLED $0.00 $000 $000
Materials in Storage
$000 $D.00 $000
Materials out of Storage $000 $0.00 $000
SUBTOTAL $0.00 $000 $000
Total.Amount Clue $0.00 $0 Do $0 00
Less Retainage 5% $010 $000 $000
Subtotal $0.00 $0.00 $000
Less 1%Gross Reciepls Tax $0.00 $0.00 $000
Subtotal $0.00 $0.00 $000
Less Previous Payments
$000 $0 00
Total Due This Payment $000
$000
CITY OF BOZEMAN ACCOUNTS PAYABLE
P.O. Box 1230. Bozeman, MT 5977'1'-1230
(406) 582-2334
'W'WARRANT#
PAY TO: DATE PAID:
'WVARRANT TOTAL$
VENDOR#
DATE INVOICE# FUND ACCOUNT OBJECT PROJECT DESCRIPTION AMNT
TOTAL $
CERTIFICATION THATGOODS OR SERVICES HAVE BEEN RECEIVED:
1. 2.
DEPARTMENT HEAL!OF DESIGNEE APPROVAL: FINANCE DEPARTMENT REVIEW;
I, the undersigned, do solemnly swear, that I am of
OFFICIAL TITLE COMPANY OR CORPORATION
I am authorized to sign for said claimant, and the amounts shown therein are a true and lawful claim against the City of
Bozeman and wholly unpaid.
Sign here: Phone SS#or Tax ID# Business License#
THE CITY OF BOZEMAN MUST HAVE YOUR SS#OR TAX ID#AND BUSINESS LICENSE NUMBER BEFORE THIS
CLAIM WILL BE PROCESSED.
Certificate of Substantial Completion
Project
Owner: Owner's Contract No.:
Contract: Engineer's Project No.:
This [tentative] [definitive] Certificate of Substantial Completion applies to:
7 All Work under the Contract.Documents: n The following specified portions of the Work:
Date of Substantial. Completion
The Work to which this Certificate applies has been inspected by authorized representatives of Owner,
Contractor, and Engineer, and found to be substantially complete. The Date of Substantial Completion
of the Project or portion thereof designated above is hereby declared and is also the date of
commencement of applicable warranties required by the Contract Documents, except as stated below.
A [tentative] [definitive] list of items to be completed or corrected is attached hereto. This list may not
-be all-inclusive, and the failure to include any items on such list doe's not alter the responsibility of the
Contractor to complete all Work in accordance with the Contract Documents.
The responsibilities between Owner and Contractor for security, operation, safety, maintenance,
heat,utilities, insurance and warranties shall be as provided in the Contract Documents except as
amended as follows:
❑Amended Responsibilities L1 Not Amended
Owner's Amended Responsibilities:
Contractor's Amended Responsibilities:
EJCDC C-625 Certificate of Substantial Completion
Prepared by the Engineers Joint Contract.Documents Committee and endorsed by the Construction specifications Institute.
Page 1 of 2
The following documents are attached to and made part of this Certificate:
This Certificate does not constitute an acceptance of Work not in accordance with the Contract
Documents nor is it a release of Contractor's obligation to complete the Work in accordance with the
Contract Documents.
Executed by Engineer Date
Accepted by Contractor Date
Accepted by Owner Date
F:JCIDC C-625 Certificate of substantial Completion
Prepared by the Engineers Joint Contract(Documents Committee and endorsed by the Construction Specifications Institute.
Page 2 of 2
Field Order
No.
Date of Issuance- Effective Date:
Project: Owner: Owner's Contract No.:
Contract: Date of Contract:
Contractor, Engineer's Project No,:
Attention:
You are hereby directed to promptly execute this Field Order issued in accordance with General
Conditions Paragraph 9.04.A, for minor changes in the Work without changes in Contract Price
or Contract Times. If you consider that a change in Contract Price or Contract Times is
required,please notify the Engineer immediately and before proceeding with this Work.
Reference:
(Specification Section(s)) (Drawing(s)/Detail(s))
Description:
Attachments!
Engineer:
Receipt Acknowledged by Contractor: Date:
Copy to Owner
EJCDC C-942 Field Order
Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction specifications Institute.
Page I of 1
Work Change Directive
No.
Date of Issuance: Effective Date:
Project: Owner: Owner's Contract No.:
Contract: Date of Contract:
Contractor: Engineer's Project No.:
Contractor is directed to proceed promptly with the following change(s):
Item No. Description
Attachments (list documents supporting change):
Purpose for Work Change Directive:
Authorization for Work described herein to proceed on the basis of Cost of the Work due to:
El Nonagreement on pricing of proposed change.
❑ Necessity to expedite Work described herein prior to agreeing to changes on Contract
Price and Contract Time.
Estimated change in Contract Price and Contract Times:
Contract Price $ (increase/decrease) Contract Time (increase/decrease)
days
Recommended for Approval by Engineer: Date
Authorized for Owner by: Date
Deceived for Contractor-by: Date
Received by Funding Agency (if applicable): Date:
EJCDC C-940 Work Change Directive
Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute,
Page I of I
CHANGE ORDER
No.
DATE OF ISSUANCE EFFECTIVE DATE
.........
OWNER CONTRACTOR
Contract:
Project: OWNER's Contract No.
ENGINEER ENGINEER's Contract No.
You are directed to make the following changes in the Contract Docu—inen't-s:
Description:
Reason for Change Order:
Attachments: (List documents supporting change)
CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES:
.. .............- ------
Original Contract Price Original Contract Times:
Substantial Completion:
Ready for final payment:
(6 s or dates)
Net Increase (Decrease)from previous Change Net change from previous Change Orders No.—to
Orders No. to No.
Substantial Completion:
$ Ready for final payment:
,(days)
Contract Price prior to this Change Order: Contract Times prior to this Change Order:
Substantial Completion:
$ Ready for final payment:
(days or dates)
Net increase(decrease)of this Change Order: Net increase (decrease)this Change Order:
Substantial Completion:
$ Ready for final payment:
(days)
Contract Price with all approved Change Orders: Contract Times with all approved Change Orders:
Substantial Completion:
$ Ready for final payment:
(days or dates)
Contractor certifies and agrees that there are no additional costs or claims for extra work, additional time, delays or
omitted items, of any nature whatsoeverAssociated with the subject change order items, except as identified and set
forth herein and unless expressly stated otherwise in the Change Order. And further,that the price agreed-upon herein
represents the full cost and value for the subject work performed and the materials supplied under the terms of the
contract and that the work quantities and value were properly determined and are correct
CONTRACTOR(Authorized Signature) Date
RECOMMENDED BY: APPROVED BY:
(ENGINEER- Signature) Date OWNER(Authorized Signature) Date
EJCDC 1910-8-B (1996 Edition
Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America and tile
Construction Specifications Institute.
Page 1 of 2
C:1BackupM13 Water RenovationslSpecs\COB Change Order Form.doc
CHANGE ORDER
INSTRUCTIONS
A. GENERAL INFORMATION
This document was deve|qped to provide o moiIoroz format for handling contract changes that affect Contract Pdoc
ur Contract Times, Changes that have been initiated 6va Work Change Directive must bc incorporated into a
subsequent Change Order if they affect Price orTimes.
Changes that affect Contract Price or Contract Times should he promptly covered byu Change Order. The practice
of accumulating Change Orders to reduce the administrative burden may lead to unnecessary disputes,
If Milestones have been listed io the/1gruuzoat, any effect ofu Change Order thereon should 0caddressed.
.
For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a
Field Order should be used.
B. COMPLETING THE CHANGE ORDER FORM
Engineer nonnally initiates the form, including a description of the changes involved and attachments based upon
documents and proposals submitted by Contractor, or requests from Owner, or both,
Once Engineer has completed and signed the form, all copies should be setto Owner or Contractor for approval,
depending on whether the Change Order is a true order to the Contractor or the formalization of a negotiated
'
agreement for a previously perDuouedchange. After approval by one contracting party, all copies should tKentko
the other party for approval. Engineer should make distribution of executed copies after approval by both parties.
�
If a change only applies to price or to times, cross out the part of the tabulation that does not apply.
/
�
/
�
'
/
|
/
Page 2of2
C/Gackup\2o1a Water Renovafions\Gpccsxzo8 Change Order Funn.dmc
ORDER TO CONTRACTOR TO SUSPEND WORK
Federal/State Project Number Suspend Work Order No.
GATE:
City of Bozeman Project Number
TO: PROJECT AND LOCATION
OWNER:
By reason of
which renders it impracticable for you to secure specified results on the work required by your
contract,you are hereby directed to suspend work(minor operations excepted), atthe close of work
on
You will resume major operations onlywhen authorized to do so in writing by a Resume Work.Order.
Under the terms of your contract for the above subject project, Contract Time will (will not)continue
to be charged during the period work is suspended, (See General Conditions, Articles 12 and 15
and applicable Supplementary Conditions). calendar days are allowed to complete this
project and calendar days have been allowed for approved extra and/or additional work.
At the close of work on the date specified above, of the calendardays have been
used and there remain calendar days in which to complete the contract..
Please sign all five copies in the space provided and return them to this office. One approved copy
will be returned for your files.
CONTRACTOR OWNER
Receipt Acknowledged, Date: BY:
BY: TITLE:
TITLE: Address for Correspondence:
Order to Contractor to Suspend Work —Page 1 of I
CABackup12013 Water Renovation slSpecs17 suspend—wrk.doc
1V6/12
ORDER TO CONTRACTOR TO RESUME WORK
Federal/State Project Number Resume Work Order No.
DATE:
City of Bozeman Project Number
TO: PROJECT AND LOCATION
OWNER:
The Suspend Work Order, dated directed you to suspend work on your contract, for the
reasons and conditions described therein. Conditions are now favorable to the continuation of the work, you are
hereby directed to resume major operations on this project effective
Under the terms of your contract for this project, Contract Time was (was not) charged during the period work was
suspended.
At the close of work on the date specified in the last Suspend Work Order, _of the calendar days
Contract Time had been used. calendar days were charged during the period work was suspended,
therefore, on the date this resume work order is effective, —calendar days of Contract Time remain,
The(revised) contract completion date is 20
Please sign all five copies in the space provided and return them to this office. One approved copy will be returned for
your file.
CONTRACTOR OWNER
Receipt Acknowledged, Date: BY:
BY: TITLE:
TITLE: Address for Correspondence:
Order to Contractor to Resume Work —Page 1 of 1
SPECIAL PROVISIONS
L GENERAL
The work to be performed under this contract involves furnishing all labor, materials, equipment,
supplies and services -necessary for installation of water main and associated appurtenances to
replace existing mains in the City of Bozeman.
All work shall be performed in accordance with applicable sections of the Montana Public Works
Standard Specifications Sixth Edition(MPWSS), 6"Edition,and as further modified by the City of
Bozeman Modifications to MPWSS, 6th Edition,including Addendums,which is hereby included as
part of these specifications. All references to MPWSS sections, unless otherwise noted, are a
reference to said Montana Public Works Standard Specifications,
All correspondence and official authorization concerning the work shall be with the City Engineer or
his designated representatives as identified at the preconstruction meeting. Any changes in the Work
or schedule not authorized by the above shall be deemed as unauthorized and shall be done at
Contractors risk at no cost to the Owner. All damages, reparations, and costs thus incurred during
the progress of such unauthorized work shall be borne exclusively by the Contractor.
2. SCOPE OF WORK
The project work is generally described as follows: Replacement of existing mains,valves, fittings
L
and appurtenances in Mendenhall Street from North 7' Avenue to North Broadway Avenue,
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 who's Bid complies with all the requirements
prescribed herein. The successful Bidder will be notified by letter, mailed to the address shown on
the Bid,that his Bid has been accepted and that he has been awarded a contract. The Bid schedules
may be awarded as a single total combined contract,may be awarded singly as separate contracts,or
in any combination of schedules which result in the lowest project cost to the owner.
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 ran
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.
SPECIAL PROVISIONS
S. LIQUIDATED DAMAGES
Subject to the provisions of the Contract Documents, the Owner shall be entitled to liquidated
damages for failure of the Bidder to complete the work within the specified contract time.
The Bidder agrees to pay liquidated damages for compensation to the Owner for expenses incurred
by the Owner during the contract time overrun.
As compensation for expenses incurred, the Contractor shall be assessed a liquidated damage of
$500.00per calendar day for each day that the work remains uncompleted beyond the contract period
and $1,000 per hour for each hour that the terms of Special Provisions 33 and 41 are not met.
Liquidated damages shall be paid by deduction from monthly progress payments and the final
payment.
6. COST LIMITATIONS
The Owner reserves the right to eliminate or reduce certain proposal items from the project following
the Bid Opening to make the project financially feasible with the limitations of the funds allocated
for this project. The determination of which items shall be eliminated shall be the responsibility of
the Owner.
7. NAMES, PRODUCTS AND SUBSTITUTIONS
Where products or materials are specified by manufacturer,trade name,or brand,such designations
are intended to indicate the required quality, type, utility, and finish. Requests for proposed
substitution shall include complete specifications and descriptive data to prove the equality of
proposed substitutions. Substitutions shall not be made without the written approval of the Owner.
No substitutions will be considered until after contract award.
8. APPROVAL OF EQUIPMENT AND MATERIALS
The Contractor shall furnish to the Owner or its Engineer for approval the name of the manufacturer
of machinery, mechanical and other equipment and materials which he contemplates using in
execution of the work, together with the performance capacities and such other infori-nation 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
2 SPECIAL PROVISIONS
stop all work on the project.
10. WARRANTY
If, within two years after acceptance of the work by the Owner, any of the work is found to be
defective or not in accordance with the Contract Documents, and upon written notice from the
Owner, the Contractor shall correct any work beginning within seven (7) calendar days of said
written notice. Should the Contractor fail to respond to the written notice within the designated time,
the Owner may correct the work at the expense of the Contractor.
11. SCHEDULING
Prior to or at the PRECONSTRUCTION CONFERENCE, the Contractor shall provide the City
Engineer the following schedules:
A. A practicable CONSTRUCTION PROGRESS SCHEDULE showing the order,timing,
and progress in which the Contractor proposes to prosecute the work. This schedule shall be in Bar
Graph, CPM or PERT format. The schedule shall be updated and re-submitted as necessary to
reflect project changes.
B. A PAYMENT SCHEDULE showing the anticipated amount of each monthly payment
that will become due the Contractor in accordance with the Construction Progress Schedule.
C. A TRAFFIC CONTROL PLAN detailing the methods and means of controlling traffic for
the specific conditions involved with each construction schedule.
The Contractor shall limit working hours to 7:00 a.m. to 7:00 p.m., Monday through Friday. No
work shall be done outside of these hours-unless specifically approved by the City Engineer.
12. PRECONSTRUCTION CONFERENCE
After the contract(s) have been awarded, but before the start of construction, a conference will be
held at the City Engineer's Office,20 E.Olive Street,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 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.
3 SPECIAL PROVISIONS
Any review by the Owner will not relieve the Contractor from responsibility for errors or omissions,
inadequate design performance requirements, schedule requirements, and proper operation of any
item required under the Contract. Notwithstanding any such review, Contractor shall remain solely
responsible for full and complete performance in accordance with the terms,conditions,provisions,
drawings and specifications set forth in the Contract Documents.
14, UNDERGROUND UTILITIES
The Contractor shall be responsible for checking with the Owners of underground utilities such as
the City, County, power and telephone companies, etc. as to the location of their underground
installations in the project area. The Contractor shall be solely responsible for any damage done to
these installations due to failure to locate them or to properly protect them when their location is
known.
It shall be solely the responsibility of the Contractor to fully coordinate his work with the agencies
and to keep them informed of his construction activities so that these vital installations are fully
protected at all times.
A Montana One-call system,phone number 1-800-424-5555 has been set up to facilitate requests for
underground facility locate information. The Contractor is responsible for contacting the One-call
system prior to any excavation.
15. EASEMENTS, RIGHTS-OF-WAY, ADJOINING PROPERTY
The Contractor shall contain all of his construction operations within the easements and rights of
way unless written approval is secured from the owner of the adjoining property or written approval
is given by the Owner to utilize the adjacent land area.
16. TRAFFIC CONTROL
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,
Barricade function, design and construction shall conform to the latest edition of the Manual on
Uniform Traffic Control Devices (MUTCD) and the Standard Specifications for Road and Bridge
Construction of the State Highway Commission of Montana latest Edition.
Should construction of the project require the closure of any streets, roads or highways or require
night-time or long-term traffic control, the Contractor will be required to prepare a detailed
TRAFFIC CONTROL PLAN to address the methods and means of controlling traffic under the
specific conditions. Traffic control plans shall be in conformance with the requirements of the
Manual on Uniforri-i Traffic Control Devices, In regards to closures,the plan shall include specific
4 SPECIAL PROVISIONS
details on traffic detours and estimated durations of the closures. Details of signing, barricades,
flagging and other traffic control devices shall be presented. The traffic control plan shall be
approved by the Owner prior to construction. The Contractor may be required to modify or adjust a
traffic control set-up to fit specific field conditions encountered during construction.
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. Notifications. The Contractor shall coordinate all of the Contractor's construction
activities to minimize conflicts at the work site,off-site events,or other construction projects nearby.
The Contractor shall notify all affected residents and businesses, the Bozeman Police, Fire, Street,
and Sanitation Departments, Laidlaw Bus Service, Streamline Bus Service, AMR Ambulance
Service, and Allied Waste Services of all planned street closures a minimum of 24 hours before any
actual street closure. In addition, all businesses affected by a street closure shall be given seven(7)
days advance notice of the upcoming street closure. The Contractor shall maintain a log of all
advance notifications that have been made for each street segment construction site.Prior to closure
of any collector or arterial street, the Contractor shall prepare a news release announcing the
upcoming street closure which shall specify at a minimum the impact of the construction upon the
public and the duration of the work. At least three days prior to the street closure, the Contractor
shall submit the news release to all local news media, and shall cause the news release to be
published as a display ad in the Bozeman Daily Chronicle.
E. Sign lized Intersections. The Contractor shall coordinate with the City of Bozeman Street
Department and the Montana Department of Transportation when working in or near a signalized
intersection. Signals shall not be disrupted without prior approval by City of Bozeman Street
5 SPECIAL PROVISIONS
Department and the Montana Department of Transportation,
F. Work Methods,
1. The Contractor shall position all traffic control devices according to plan prior
to positioning personnel or equipment on the traveled way.
2. The Contractor shall inspect and check the work zone traffic control frequently
including weekends,holidays, and other non-working days, and shall correct any
deficiencies discovered. The Contractor shall,keep a log of all inspections.
3. Construction traffic control devices shall be removed or covered when they are
not being used for construction activities.
4. If the Contractor fails to correct a deficiency in the traffic control system that
the Engineer deems a necessary traffic control modification to expedite the
movement of traffic or an emergency hazard to life and/or property, the Owner
may correct the deficiency and be reimbursed for all costs from the next progress
payment to the Contractor.
S. Flagging shall be only performed by certified and properly equipped
flagpersons. Flagging shall be done as described in the booklet"Instructions to
Flagper,sons" published by the Montana Department of Transportation.
6. Sidewalks and crosswalks shall remain free of debris and open to pedestrians
to the greatest extent possible. When necessary pedestrian detours shall be
established or the sidewalk shall be properly closed to travel in accordance with
the MUTCD and City of Bozeman requirements.
7. The Contractor shall schedule the work to minimize inconvenience to the
Owner and to adjacent property owners and to minimize interruptions to utility
service and through traffic, The Contractor shall maintain vehicular access to local
businesses at all times. The Contractor shall maintain vehicular access to
residences able to be used after each shift,
8, The Contractor shall designate one (1) employee whose primary purpose shall
be to coordinate traffic control and shall provide a 24 hour per day telephone
number or numbers to contact this person,
17. DISPOSAL, EROSION, WATER POLLUTION, AND SILTATION CONTROL
The Contractor is responsible for proper disposal of all waste soils and materials unless otherwise
6 SPECIAL PROVISIONS
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 and storrawater runoff. 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 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.
7 SPECIAL PROVISIONS
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 referenced work shall be at the Contractor's expense.
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 coverage required under this contract shall extend,at a minimum,to the end of the contract
time.
24. WATER SERVICE RECONNECTIONS
It shall be the responsibility of the CONTRACTOR to hook up all active water services. Water
services as shown on the plans have been identified to be active or inactive(not hooked up)
based on the best available records, however it shall be the CONTRACTOR'S responsibility to
verify which services are active and need reconnection. He shall be responsible for contacting
and coordinating with the landowners to determine which services are active. All active water
services shall be reconnected. CONTRACTOR shall be responsible for locating all service
connections outside mainline trench limits.
Copper pipe shall be used to reconnect service lines 2" and smaller and ductile iron pipe shall be
used to reconnect services 4" and larger. Replaced services shall be of same size as existing
service, unless otherwise directed by the ENGINEER.
All active services encountered that are not copper, cast iron, or ductile iron pipe shall be
replaced up to the meter. Installation of a backflow preventer and expansion tank is required
with any reconnection to the meter where they do not already exist. All work shall be completed
by a licensed plumber and be in accordance with all city standards and the Uniform Plumbing
8 SPECIAL PROVISIONS
Code. See the Water Inspection Requirements document at
littp://www.bozeman,net/Departments-(])/P` ubl.ic-Service/Water-Sewer/Conti-actors-Comer,aspx
for additional information.
25. WATER SERVICE SHUTDOWNS
The CONTRACTOR shall notify water service customers of any water main or water service
shutdowns in writing between 24 and 48 hours prior to the disruption, and shall have all
necessary materials, tools, equipment and labor on the site prior to removing the existing lines
from service.
26. ABANDONING EXISTING PIPE AND APPURTENANCES
Existing water, sanitary sewer, and storm drain pipes noted on the plans to be abandoned in place
shall be abandoned only after the new water line, storm drain or sanitary sewer, or usable
portions thereof, have been constructed, tested, and approved. All ends of the abandoned pipes
shall be plugged with Class M-3000 concrete. Upon completion of the installation of the new
water mains and disconnection of the existing water mains, the contractor shall remove all
abandoned appurtenances that are at or above grade that were not removed during installation of
the new water main. Fire hydrants shall be removed down to the shoe and salvaged to the City of
Bozeman. Curb box and valve box castings shall be removed to a minimum of 18"below grade.
The resulting voids shall be filled with flowable fill if within a paved surface and patched with
either asphalt plant mix or portland cement concrete to match the existing pavement surface type
and thickness. Voids in landscaped areas shall be backfilled with compacted soil and seeded.
Unless a specific bid item is provided, the cost of abandoning existing pipes and other
appurtenances shall be considered incidental to construction and the cost for this work shall be
absorbed in related items of work.
27. LANDSCAPING RESTORATION
CONTRACTOR shall be responsible for the restoration of any and all landscape features
disturbed during construction. All landscaping disturbed by construction activities must be
restored to a condition equal to or better than the conditions existing prior to construction as
judged by the ENGINEER. The CONTRACTOR shall be required to stockpile and restore all
topsoil and irrigation systems disturbed by construction. The cost of landscaping restoration shall
be considered incidental to construction and the cost for this work shall be absorbed in related
items of work.
Section 02910— Seeding
Add the following:
2.1 Seed
Use the following seed mixture to seed all disturbed landscaped areas at a rate of 30
9 SPECIAL PROVISIONS
lbs/acre:
Tall Water-save Fescue 60%
Kentucky Bluegrass 25%
Perennial Ryegrass 15%
28. WATER PIPE MATERIALS AND SPECIALS
A. Water main piping materials shall be ductile iron pipe as referenced in Section
02660, MPWSS, and City of Bozeman Modifications to MPWSS.
B. All service line reconnections or extensions shall be installed under existing
mains.
C. Service reconnections shall be reconnected by the method shown on City of
Bozeman Standard Drawings 02660-6 and 02660-12. Note that all corporation
stops shall be ball corp valve type, and all curb stops shall be ball valve curb
stops.
D. The reconnection of services shall be made with the minimum amount of fittings
necessary. At the determination of the ENGINEER, exposed existing fittings
shall be removed and the service reconnection point lengthened, as necessary.
This shall be incidental to the work.
E. The reconnection of services shall follow the guidelines of the industry and
material manufacturer. This will include:
1. Removal of burrs after cutting the pipe.
2. The use of a manufactured sizing tool to true the pipe,
3. Using special care to keep the fittings clean,
4. Forming the specified expansion loop.
29. INSULATION BOARD
Water line insulation board shall have a closed cell structure with an R.-Value of 5 per inch of
thickness. Maximum water absorption shall be 0.1%by volume and minimum compressive
strength shall be 60 psi. Insulation board shall be Styrofoam Brand High Load 60 or approved
equal. Insulation board shall be installed with 2-inches of sand bedding and 2-inches of sand over
the top of the insulation board. Insulation board shall be installed as specified on the plans over
all water mains, service lines, or hydrant leads when depth of cover is less than 6.5 feet.
30, FIRE HYDRANTS
There may be locations where fire hydrants are to be installed at depths which differ from the
10 SPECIAL PROVISIONS
typical bury depth. CONTRACTOR shall be responsible for obtaining the correct materials to
ensure that all fire hydrants are installed with the proper bury depth. Installation of fire hydrants
must be such that the break away bolts are accessible from underneath and that the bottom of the
break away flange is not installed more than 3-inches above the finished grade.
31. MAINLINE CONNECTIONS
All mainline connection taps will be performed by the City of Bozeman personnel. City
personnel will verify test results prior to tapping. CONTRACTOR shall be responsible for
supplying and installing tapping tee, connection sleeves, spool pieces, and all other
appurtenances required for connections. Once tap is completed, CONTRACTOR shall complete
all connections.
CONTRACTOR shall provide means, methods, and labor to set and remove tapping equipment.
City of Bozeman requires 24-hour notice and an appointment,(scheduled time) for tapping
services. No taps will be made after 3:00 p.m. CONTRACTOR.shall be ready at scheduled
tapping appointment time. If CONTRACTOR is not ready at scheduled time, City personnel will
leave and CONTRACTOR shall reschedule with the required 24-hour notice. No consideration
will be given to CONTRACTOR's inability to be ready at the scheduled tapping time. City of
Bozeman will provide tapping service at no cost to CONTRACTOR.
32. CHLORINATION AND TESTING
Water
Water required for water main flushing, filling, and hydrostatic pressure and leakage
testing shall be provided at no cost to the CONTRACTOR.
Flushing
CONTRACTOR shall provide a means for flushing and bleeding air from water lines. For
flushing, a minimum of one 2" tap (corp and saddle) for pipe less than 12 inches diameter
and two 2" taps (corp and saddles -with V separation) for pipe 12 inches diameter and
greater, shall be installed on the piping if other means (fire hydrants, tapped plugs, etc.)
are not available. CONTRACTOR shall be responsible for the proper disposal of all
chlorinated water. For bleeding air, it shall require a minimum of 3/4" tap (corp and
saddle) on the piping if other means (fire hydrants, tapped plugs, etc.) are not available.
Corps shall be removed after testing is completed and replaced with brass plugs.
Any corp, saddles, or other pipe or fittings required for flushing or bleeding air from
water lines shall be incidental to the water main construction,
Chlorine
If the "tablet" method of chlorination is used, only the granule hypochlorite shall be used,
11 SPECIAL PROVISIONS
33. TEMPORARY WATER SYSTEMS - GENERAL
The CONTRACTOR shall provide temporary water service to all interrupted service connections
associated with the water main replacement projects. The areas where consumers are affected by
the work and require a temporary water supply should be verified with both the ENGINEER and
OWNER at least 72 hours (excluding weekends and holidays) prior to the anticipated suspension
of water service. Temporary water service shall include temporary service for fire protection. In
lieu of providing temporary service for fire protection, the Contractor may provide a fire watch in
each building for all times that the fire service is inactive and the building is unoccupied. This
method shall only be allowed with the approval of the property owner. The person doing the fire
watch shall have no other duties during the time they are on fire watch duty. Temporary water
service to fire systems shall be sized as necessary to meet the demands of the building sprinkler
system.
Following the ENGINEER's and OWNER's review and approval of any proposed shutdown
request, the CONTRACTOR shall be required to give a minimum 24-hour advance notice
(excluding weekends and holidays) to all residential consumers whose service will be
temporarily affected, by means of individual notices delivered to each consumer. The
CONTRACTOR must have available all the necessary materials to complete the restoration of
water to each of these residential services within eight(8) hours after the suspension begins or
before 5:00 p.m., whichever comes first, Failure to complete the work within the 8 hour period
will result in the assessment of Liquidated Damages. See Article 2.3, Special Event Liquidated
Damages.
For commercial services, special arrangements shall be made by the CONTRACTOR to provide
temporary water service. The CONTRACTOR will not be allowed to take a commercial service
out of service except in emergency conditions, The CONTRACTOR shall supply all hoses,
fittings, etc,, for providing temporary water service. Copper piping or other "non-
taste" inducing pipe shall be necessary if the commercial consumer serves food or water products
as part of his business.
The CONTRACTOR will be required to supply temporary water to the residential consumer if
the above 8-hour limitations are expected to be exceeded.
The CONTRACTOR shall submit a shop drawing including all materials proposed to be used for
temporary water. Additionally, a temporary water plan shall be submitted for each zone prior to
starting to layout the temporary water system. This submittal shall include connection points,
hydrants and/or valves to be operated by City of Bozeman personnel, layout for connection to
each service, and the location of all asphalt trench cuts as a minimum. Depending on the
circumstances of the zone, additional information may be required by the ENGINEER. These
submittals shall be submitted in accordance with the submittal section of these specifications,
34. TEMPORARY WATER SYSTEMS - EXECUTION
12 SPECIAL PROVISIONS
1.01 The CONTRACTOR shall be solely responsible for all activities of locating and exposing
curb stop valves to the individual properties, The OWNER will operate all curb stop
valves. All notes of existing condition shall be identified on forms as supplied by the
ENGINEER. Any existing condition that is suspected to indicate a defect of the curb stop
valve, box, or service shall be reported immediately to the ENGINEER. Other than the
operating curb stop valves, the OWNER will not participate in any activity up to this
point.
If the notices are not issued or the service is not ready to be connected to restore service,
the City shall be free to exercise its authority in not closing down the existing valves and
water main system.
1,02 The water piping of temporary hoses, piping, etc. shall be a 160-psi rating,NSF approved
hose, flexible polyethylene pipe, or PVC pipe. All pipe used for the temporary water
system must have a visible NSF approval stamp by the manufacturer. A short section of
high pressure flexible rubber hose may be used for the connection to each residence. The
temporary system must be leak proof
1.03 The distribution pipe shall have a manual shut-off valve at each service tee. Additionally,
each service must have backflow prevention fitting. There shall be a double
check/backflow prevention fitting at the primary connection to the water supply source,
which shall be supplied by the contractor along with a testing certificate showing that it
has been recently tested. Double check backflow preventer shall be Watts Series 009 or
Series 909 or approved equal.
Each backflow preventer shall be properly supported to protect the assembly and the
attached piping from breakage.
Each double check backflow preventer assembly shall be tested to verify its integrity by a
certified backflow prevention technician prior to use for the first time. Each backflow
preventer shall be tagged with an identification number and subject to additional testing
at the discretion of the ENGINEER. All costs for testing shall be the responsibility of the
CONTRACTOR.
1.04 Each house connection shall be equipped with a wye or splitter with a valve to allow for
lawn watering. Plastic fittings are not permitted. The connection to each customer shall
require a short section of high-pressure flexible rubber hose at the connection point.
House-to-house connections are not permitted. All connections shall be from the
approved temporary water system.
1.05 All pipe sizes shall be adequate to meet ordinary water supply demands of the consumers.
1.06 All temporary water systems shall be disinfected and approved by the City of Bozeman
13 SPECIAL PROVISIONS
before being placed into service. The disinfection procedures shall be equal to the
procedures required for the new water main. This will require minimum 48-hours
laboratory time Bac-T sample to determine acceptability.
Temporary hoses, piping, fittings, etc., to be flushed and disinfected in accordance with
the State of Montana Department of Health and Environmental Services, Water Quality
Bureau standards, and the standards of this specification prior to being put into service,
1.07 Once the temporary water system has been assembled, pressure tested and disinfected, the
City of Bozeman Water Department staff will review the test results and inspect the final
connection to the building, The City of Bozeman Water Department staff will not
participate in the assembly of the temporary water system. The CONTRACTOR shall
conduct all other work on the services as stated in Item 1.01.
1.08 Pipe protection measures must be supplied at road crossings, alleyways, or residential
driveways.
For crossings of arterial or collector streets, the CONTRACTOR will be required to
install the temporary water in a shallow trench. Aerial crossings of the temporary water
lines at street crossings will not be allowed. Temporary water supply pipes shall not be
installed in storm drain pipes. For crossings of local streets, alleyways, or driveways,
traffic-rated hose ramps shall be used to protect the line from damage. Mounding millings
or cold mix over a temporary water pipe will be allowed under the following conditions:
I. The maximum height shall be 2-1/2 inches,
2. A bond breaker shall be laid on top of the existing asphalt before the millings or
cold mix are laid down. The millings or cold mix shall be tapered a minimum of 3
feet on either side of the temporary water pipe,
3. Provisions are made to avoid impact loads on the temporary water pipe.
4. Signs are erected indicating a bump ahead at 500 feet and 100 feet from the bump
and at the bump in both directions.
The asphalt crossings shall be cut straight and vertical shall have uniform width.and shall
be cut perpendicular to the centerline of the street. Restoration shall match the appropriate
surface restoration detail and shall have an adequate width to allow compaction with a
small mechanical compactor. There will be no payment for any street cuts or asphalt
restoration under this item,this being incidental to the work.
Temporary water lines that cross pedestrian pathways shall have ramps that meet ADA
requirements to allow for safe pedestrian crossings of the lines.
1.09 After services are connected or reconnected following installation, testing, and acceptance
of the new main,the water service piping shall be backflushed from the residence to the
trench. The inability to backflush shall not relieve the CONTRACTOR from any
requirements of the Contract Documents,
14 SPECIAL PROVISIONS
1.10 The CONTRACTOR should expect to find the existing plumbing on some services to be in
old condition. The CONTRACTOR shall use an ordinary degree of care while working on this
condition of service. Also,there may not be any convenient point of temporary connection on some
services. In this case, temporary fittings must be provided to achieve the temporary water supply.
This will be incidental to the work.
1.1.1. The contractor shall provide a local representative who is available 24 hours a day and 7 days a
week to maintain the temporary water system and to respond to correct any problems with the
system, The phone number of this representative shall be provided to the owner at the
preconstruction meeting,
35. ENGINEERING MATERIALS TESTING AND CONTROL TESTING
A. With the exception of items requiring special inspection,the Contractor shall be responsible
for all material testing including, but not necessarily limited to:
1. Dates of acceptable tests for water mains, which shall include hydrostatic and leakage
testing and bacteriological testing.These tests shall be conducted by the Contractor in the
presence of the City, The written test results shall be provided to the City prior to
acceptance of the water main.
2, Elevations shall also be recorded and provided for the top of water main at 50' intervals.
The Contractor shall cooperate with the City to document these elevations, including
providing the equipment necessary to shoot the elevations. The City will have a
representative on-site to record the data as the pipe is being installed. The Contractor
shall provide safe access to the City for these inspections and cooperate with the City to
ensure that adequate documentation is obtained.
3. Verification that all thrust blocking is installed in accordance with the approved plans
and specifications. The Contractor shall provide safe access to the City for these
inspections and cooperate with the City to ensure adequate documentation is obtained,
4. Theoretical maximum density,optimum moisture content,and sieve analysis for the sub-
base course, crushed base course, pit run, and native backfill and subgrade material
within the right-of-way.
5, Documentation of in-place field density test for trenches,roadways,and embankments at
intervals of 50 feet. Tests for roadways shall be provided for subgrade, sub-base course
and/or pit run, and crushed base course materials.
6. Portland Cement concrete and asphaltic concrete pavement mix deigns.
15 SPECIAL PROVISIONS
13, All Contractor testing, except pipeline pressure testing, shall be performed by an
independent,certified testing laboratory approved by the Owner and Engineer.All test results
shall be provided to the Engineer and the Contractor shall provide written authorization to
the testing laboratory to release test results to the Engineer.A copy of this authorization shall
be submitted to the Engineer prior to the construction startup. The Engineer shall have the
authority to select when and where tests are taken (i.e. select concrete truck(s), areas of
backfill for density, etc,)
C. The Engineer reserves the right to conduct testing to ensure compliance with the
specifications.
D. Neither tests made by the Owner or the Engineer will relieve the Contractor from his
obligation to perform the work in accordance with the Technical Specifications,
E. Materials, compaction, densities, or other construction items which do not meet the
requirements of these specifications shall be replaced and retested at the Contractors'
expense.
All laboratory and material test submittals shall be provided to the Owner and Engineer before
placement of any pavement or concrete sections,
36. FLOWABLE (NONSHRINK) BACKFILL
All flowable (nonshrink) backfill shall meet the following MDOT specifications-,
E. Flowable Fill. Flowable fill is a mixture of portland cement, fly ash, fine aggregate, air
entraining admixture and water. Flowable fill contains a low cernentitious content for reduced
strength development. Submit a mix design for approval. No compressive strength testing is
required for the mix design.
Table 551-1 has the suggested mix guides for excavatable and non-excavatable flowable fill.
TABLE 551-1
FLOWABLE FILL MIX DESIGN GUIDE
MATERIALS EXCAVATABLE — NON-EXCAVATBLE
Cement, Type T or 11 75.6-102.6 lb/yd' 75.6-151,11b/yd'
0 /m �
3 g/M3)
(45-60 kg'm (45-90 kR
Fly Ash None 151.2-596.7 lb/yd
(90-355 kg/m')
Water Mix designs must produce a Mix designs must produce—a
consistency that results in a consistency that results in a
flowable, self-leveling product flowable, self-leveling product
at time of replacement. at time of replacement.
Air 5%to 35% 5%to 15%
Unit Weight (Wet) 2,430-2,970 lb/yd 3 2,700-3,375 lb/yd'
(1,440-1,760 kg/m') (1,600-2,000 kg/M3)
16 SPECIAL PROVISIONS
Furnish fine aggregate meeting Subsection 701.01.1 requirements. The fine aggregate has no
fineness modulus requirement.
High air generators or foaming agents may be used in lieu of conventional air entraining
admixtures and may be added at the J obsite and mixed in accordance with the manufacturer's
recommendation.
The requirements for percent air, compressive strength and unit weight are for laboratory designs
only and are not intended for jobsite acceptance requirements. Proportion fine aggregate to yield I
cubic yard (I cubic meter).
Flowable fill shall be considered an incidental work item with no separate measurement and
payment. All costs associated with this item shall be included in other bid items,
37, USE OF REMOVED ASHPALT PAVEMENT
Asphalt concrete pavement removed during trenching operations may be used as backfill material in
areas with Type A backfill if mechanically processed to 4"minus size with a cold planer,rotomill,or
similar equipment and mixed at no more than a 50/50 ratio with other backfill material. Asphalt
concrete pavement removed during trenching operations may be used as pavement base course
material if mechanically processed with a cold planer, rotomill, or similar equipment to meet the
gradation requirements of the base course and mixed at no more than a 50/50 ratio with other base
Course material.
38. FIRE SERVICE VALVE BOX LIDS
Valve box lids for all valves on fire service lines shall have the word"FIRE"on the lid, and shall be
East Jordan Iron Works Product No. 06800029 or approved equal. See attached drawing in the
standard drawing section of this specification book.
39. PROTECTION OF TREES, SPRINKLER SYSTEMS, AND PROPERTY PINS
The Contractor shall take special care when working around trees to avoid any unnecessary damage
to the roots, branches or the trunks of trees. If any roots have to be removed to complete the work,
the roots shall be neatly cut with a sharp tool. Indiscriminate ripping of tree roots will not be
permitted. Protective barriers shall be placed around trees as necessary to prevent inadvertent
damage by equipment, The Contractor shall take care to locate any existing sprinkler heads or lines
prior to excavation. Any sprinkler systems which are damaged shall be repaired by the Contractor,
The Contractor shall be responsible for preserving existing property pins in the field. The cost of
resetting property pins removed by the Contractor shall be the responsibility of the Contractor.
40. USCHEDULED EMPLOYMENT OF CITY WATER/SEWER SERVICE WORKERS
One City Of Bozeman Water/Sewer Operations Dept service worker will be available 7:15 AM till
17 SPECIAL PROVISIONS
5:15 PM Monday-Friday with the exception of City recognized holidays. Work scheduled Outside
these times with less than 24 hours notice will be billed at 1.5 times the service worker's base pay
rate of$21.00 per hour.Call outs(emergency response with no notice)will be billed 2 hours double
time the base rate. Each succeeding hour thereafter 1.5 times the base rate.
41. DELAYS
The Contractor shall schedule the Work to be completed within the Contract Time(s) stipulated in
the Agreement, including an allowance for time lost due to abnormally cold weather, abnormal
precipitation,or other natural phenomena. Time extensions will not be granted for rain,wind,flood,
or other natural phenomena of normal intensity for the locality where Work is perfori-ned. Such
events will not constitute justification for an extension of time unless agreed upon by both the
Engineer and Contractor, and the total time lost to such events exceeds 5% of the Contract Time,
For purposes of determining extent of delay attributable to unusual weather phenomena, a
determination shall be made by comparing the weather for a minimum continuous period of at least
one-fourth of the Contract Time involved with the average of the preceding 5 —year climatic range
during the same time interval based on U.S. Weather Bureau statistics for the locality where the
Work is performed.
41. CURB REMOVAL AND REPLACEMENT
Wherever a hydrant lead pipe, service line, or other water line crosses curb and gutter,the curb and
gutter shall be removed and replaced as part of the installation. Tunneling underneath the curb will
not be permitted.
42. POLYETHYLENE ENCASEMENT
Unless otherwise directed by the ENGINEER,polyethylene encasement will not be required on this
project except between fittings and concrete thrust blocks where shown on the plans.
43. TRAFFIC SIGNAL DETECTOR LOOPS
The traffic signal loops at the intersection of Mendenhall and Rouse will likely be damaged
during installation of the new water line. Any loops damaged shall be replaced by the Contractor.
Loops shall be constructed from polypropylene conduit with 3/8"" I.D. (9.5 mm) and 5/8"' O.D (16
min). Conduit shall be filled with hot rubberized asphalt which allows the loop to remain flexible
once cooled, prevent incursion of moisture and set the turns of wire firmly in place. Loops shall
have 5" (1 3cm) expansion/ contraction joints at intervals along the loop to allow for movement
of the pavement and to prevent breakage of the wire and/or conduit due to this movement. Each
expansion/contraction joint shall have a 9 inch (23cm) schedule 80 polypropylene cover slide to
be placed over the joint. The encapsulated copper loop wire shall be 16 gauge TFFN or THHN
stranded single conductor wire with PVC insulation and nylon exterior jacket, (other gauges
employed where called for). Loops shall have 4 turns. (additional or less turns where called for)
Loop shall have one continuous wire through the loop head and lead-in to prevent loop
18 SPECIAL PROVISIONS
malfunctions due to splicing. Lead-in wire shall be encased in a non-conductive 2250 psi (15.000
Kpa) flex hose constructed with a seamless extruded polyester fiber braid reinforcement and a
non-conducive, seamless extruded urethane non-perforated jacket. Fill lead-in hose completely
with hot rubberized asphalt. Twist wires in all lead-ins a minimum of three turns per foot (30cm)
for the entire length of the lead-in. Attach lead-ins to loop heads with. a schedule 80 CPVC tee.
Loops shall be Model A, manufactured by Never-Fail Loop Systems, or approved equal, Loops
shall be installed prior to any pavement patching.
Make loop wire connections in pull boxes or signal standards using soldered, waterproof splices.
Excess make-up wire or lead-in or loop wire coils is not permitted. Ensure a minimum of 3 feet
(I in) of insulated conductor is coiled neatly in the bottom of the pull box for each loop. Tag
loop wire in the pull box, or signal standard if spliced there, with a permanent wire marker
indicating the approach, loop number, and "input" or "output".
The Montana Department of Transportation will verify the following loop characteristics prior to
accepting the loop.
• Resistance to ground. A resistance of less than 100 Megohnis indicates a faulty loop.
• Inductance. An Inductance of less than 100 microhenries indicates a faulty loop,
• Resistance. A resistance of more than 5 ohms indicates a faulty loop.
Repair faulty loops at Contractor expense.
44. SCHEDULING AND SEQUENCING OF WORK
The limits of work for this contract shall be considered to be comprised of three work zones. Zone I
shall be from North 71h. Ave. to North 3 d Ave., Zone 2 from North 3rd Ave. to North Rouse Ave,
Zone 3 from North Rouse Ave. to North Broadway Ave. Work zone restrictions for Zones I and 3
shall be as specified in MP SS Section 02221, 3.9. For Zone 2, in addition to the restrictions
specified in MPWSS Section 02221, 3.9, the Contractor shall limit his construction activities to a
maximum of 2 blocks at any given time. Before commencing work in a third block in this zone, one
of the two previous blocks must be paved and open to traffic. The only exception to this is that the
Contractor may install the temporary water system in areas outside of the two block limit.
In addition to the general work zone restrictions specified above,there are several events during the
contract period which the contractor shall adjust his schedule to accommodate. Streets shall be open
to traffic as specified for the following Main Street closures/events:
- Friday April 26, 2013, 4:00 pm to 8:00 pm: Bobcat Fest. One lane of Mendenhall
shall be open from Rouse to 7`n.. Bozeman Ave and Rouse Ave shall be fully open
from Main to Mendenhall.
- Monday May 27, 2013, 8:00 am to 2:00 pm: Memorial Day Parade, One lane of
Mendenhall shall be open from Wallace to 7 th. Church and Wallace shall be fully
open from Main to Mendenhall,
- Every Thursday, 5:00 pm to 11:00 pm, June 27, 2013 to Aug. 15, 2013: Music on
Main. One lane of Mendenhall shall be open from Rouse to 7`h. Rouse shall be
fully open from Main to Mendenhall,
19 SPECIAL PROVISIONS
Sunday July 28, 2013: Profitness Basketball Tournament, One lane of
Mendenhall shall be open from Rouse Ave. to 7'h. Rouse Ave. shall be fully open
from Main to Mendenhall.
Wednesday July 31, 2013, 5:00 pm to 9:00 pm: Bite of Bozeman. One lane of
Mendenhall shall be open from Rouse to 7th. Rouse shall be fully open from Main
to Mendenhall,
Saturday August 3, 2013, all day: Sweet Pea Parade/Run. One lane of
Mendenhall shall be open from Wallace to 7th, Church and Wallace shall be fully
open from Main to Mendenhall,
Sunday August 1.8, 2013, 9:00 am to 3:00 pm: Car Show. One lane of Mendenhall
shall be open from Church to 71h. Church shall be fully open from Main to
Mendenhall.
Sunday September 8`h, 2013: Bozeman Marathon, One lane of Mendenhall shall
be open from Church Ave to 7th. Church Ave shall be fully open from Main to
Mendenhall.
Friday October 4, 2013, 5:00 pm,to 9:00 pm: MSU Pep Rally. One lane of
Mendenhall shall be open from Rouse to 7th. Rouse Ave and Tracy Ave shall be
fully open from Main to Mendenhall,
Saturday October 5, 2013, 8-00 am to 2:00 pm: MSU Homecoming Parade. One
lane of Mendenhall shall be open from Wallace to 7"', Wallace Ave shall be fully
open from Main to Mendenhall.
Failure of the Contractor to meet any of the requirements for special events listed above shall
result in the assessment of Liquidated Damages, See Article 2.3, Special Event Liquidated
Damages.
20 SPECIAL PROVISIONS
SECTION 00100
MEASUREMENT AND PAYMENT
The quantities listed in the Bid Form are estimates for the purpose of bidding only. Payment to the
Contractor will be made based on the actual satisfactorily completed work quantities measured in the
field. Under the terms of this contract,the unit price as contained in this Bid Form shall be applicable to
quantity overruns.
The following measurement and payment sections do not necessarily name every incidental item
required by the Contract Documents to complete the work. Cost of all such incidental items shall be
included in the various related bid items.
Item 101: (Taxes, Bonds,Insurance) To be paid on the first progress pay estimate one-hundred percent
(100%) upon mobilization to begin construction, only if the bid price for this item is less than five
percent (5%) of the total price. For that portion of the taxes, bonds, and insurance greater than five
percent(5%),if any,payment shall be made on the basis of the percentage of the work completed of each
progress estimate. There will be no separate measurement and payment for the Additive Alternates,
item 102: (Mobilization)Fifty percent(50%)to be paid on the first progress estimate when mobilizing to
begin construction,and fifty percent(50%)to be paid following substantial completion and acceptance
of the work. There will be no separate measurement and payment for the Additive Alternates,
Item 103: (Connection to existing main)Measurement and paymentper connection to an existing water
main. Payment shall include all materials, equipment and labor to complete the connection, including
any necessary thrust restraint, thrust blocks, or gravity blocks, pipe spools, and couplings.
Items,104 105 106, 107,& 108: (Valves)Measurement and payment shall be as per MPWSS Section
02660 4.6 A.
Items 109J..1.0, 111, 112, 113 114, 115, 116, 117, 118, & 119: (Tees, bends, crosses, reducers, and
increasers) Measurement and payment shall be as per MPWSS Section 02660 4.3 A.
Items 120, 121 & 122. (Ductile iron pipe) Measurement of water mains is made in lineal feet along
the centerline of pipe through all valves, fittings, and appurtenances. Payment for water mains will be
made at the contract unit price bid per lineal foot of the various sizes and classes of ductile iron pipe
called for, which includes furnishing and installing pipe, furnishing and placing Type I pipe bedding,
trench excavation,backfill,and compaction,including furnishing and placing any required flowable fill
backfill, cleaning, testing, and disinfecting the water main, providing any and all necessary joint and
thrust restraint, dewatering, proper disposal of all waste materials, and all other work necessary or
incidental for completion of the item.
Item 123: (Service reconnection within trench limits,2"diameter and smaller)Measurement shall be by
the numerical count of each service that is reconnected within the limits of the main line trench.Payment
1 MEASUREMENT AND PAYMENT
at the contract unit price shall constitute full compensation for furnishing and installing all service
clamps, corporation stops,water service pipes, fittings, testing and disinfection, and for tapping of the
new main and providing all tools, equipment and incidentals necessary to complete this item.
Item 124: (Service reconnection outside trench limits,2"diameter and smaller) Measurement shall be
by the lineal foot of each service that is reconnected, beginning at the connection to the main, up to the
connection to the existing service, either outside or inside of the building. Payment at the contract unit
price shall constitute full compensation for furnishing and installing all service clamps, corporation
stops, water service pipes, fittings, curb stops and curb boxes, and for tapping of the new main, for all
excavation, backfill, compaction, removal and replacement of any curbing or sidewalk removed to
complete the item, proper disposal of all waste materials and providing all tools, equipment and
incidentals necessary to complete this item.
Item 125: (Service reconnection outside trench limits,4"diameter and larger) Measurement shall be by
the lineal foot of each service that is reconnected, beginning at the connection to the main, up to the
connection to the existing service,either outside or inside of the building,including any fire hydrant lead
reconnections. Payment at the contract unit price shall constitute full compensation for furnishing and
installing all water service pipes, fittings,joint restraints, testing and disinfection, for all excavation,
backfill, compaction, removal and replacement of any curbing or sidewalk removed to complete the
item,proper disposal of all waste materials,and providing all tools,equipment and incidentals necessary
to complete this item. Any gate valves required to complete the reconnection shall be measured and paid
for separately.
Item 126: (Service reconnection outside trench limits,4"diameter and larger) Measurement shall be by
the lineal foot of each service that is reconnected, beginning at the connection to the main, up to the
connection to the existing service,either outside or inside of the building.including any fire hydrant lead
reconnections. Payment at the contract unit price shall constitute full compensation for furnishing and
installing all water service pipes, fittings,joint restraints, testing and disinfection, for all excavation,
backfill, compaction, removal and replacement of any curbing or sidewalk removed to complete the
item,proper disposal of all waste materials,and providing all tools,equipment and incidentals necessary
to complete this item. Any gate valves required to complete the reconnection shall be measured and paid
for separately.
Item 127. (Install expansion tank and backflow preventer) Measurement will be by numerical count
indicated where services are replaced into the house and there currently is not an expansion tank or
backflow preventer. Payment shall include all materials,equipment,appurtenances,and labor to provide
and install the expansion tank and backflow preventer.
Item,1,28, 129, 130, 131, & 132: (Fire hydrants) Measurement and payment shall be as per MPWSS
Section 02660 4.7 A.
Item 133: (Remove Existing Hydrant) Measurement will be by numerical count indicated where
hydrants are to be removed but not replaced with a new hydrant in the same location. Payment shall
include all materials, equipment, and labor to remove the hydrant to the shoe and salvage to the City,
2 MEASUREMENT AND PAYMENT
plug the lead pipe, excavation, backfill, surface restoration to match existing, and appurtenances.
Item 134. (Insulation) Measurement shall be made on a lineal foot basis along the centerline of the
pipeline being insulated. Payment at the contract unit price shall constitute full compensation for
furnishing and installing the insulation board to the required dimensions as well as any required
additional excavation, furnishing and placement of sand bedding, backfill and compaction, all for all
tools, equipment and incidentals necessary to complete this item..
Item 135: (Traffic control)This item shall be measured and paid for as per MPWSS Section 01.570 Part
4, lurnp, sum basis.
Item 136: (Temporary water system)This item shall be measured on a lump-sum basis.Payment shall be
made at the contract lump-sum price bid for this item, and shall constitute full compensation for
providing and installing the temporary water system,making all temporary connections,disinfection and
testing of the temporary water system,protecting the temporary water system from damage at all vehicle
crossing points, providing .ADD approved pedestrian crossings of the temporary water system if
necessary,for removal of the temporary water system and restoration of any pavement cuts, and for all
materials, tools, equipment and incidentals necessary to complete this item. Progress payments are in
proportion to total construction completed.
Item 137: (Asphalt surface restoration) Measurement for asphalt surface restoration shall be by the
actual number of linear feet of restorationsatisfactorily accomplished,measured along the centerline of
the water lines, and payment shall be made at the unit price bid for all labor, equipment, materials and
incidentals necessary to furnish, install and compact the gravel base,and to furnish,install and compact
the asphalt surface restoration as per the plans.
Item 138: (Jack and bore) Measurement shall be by the lineal foot of steel casing pipe installed.
Payment at the unit price shall constitute full compensation for furnishing and installing all steel pipe,
excavation,backfill,boring or jacking,welding,exterior grouting,casing chocks,end seals,equipment
and all incidentals necessary to complete this item. The carrier pipe will be paid for separately under
item 111.
Item 139= (Type 2 Bedding)This item shall be measured and paid for as per MPWSS Section 022214.4,
cubic yard basis.
Item 140: (Curb box/valve box removal) Measurement shall be by the numerical count of each curb box
or valve box removed that is associated with a service line that is currently abandoned or will not be re-
connected.Payment at the contract unit price shall constitute full compensation for removing each curb
box or valve box riser a minimum of 24"below finish grade,for backfil ling any resulting voids,and for
restoration of any landscaped areas or concrete areas disturbed during completion of this work.
Item 141, (Locate&Repair Sewer Service)Measurement shall be by the numerical count of each sewer
service which is found to be more than 2' either side of the locate marks. Payment at the contract unit
price shall constitute full compensation for locating the sewer service and repairing it if it is broken
3 MEASUREMENT AND PAYMENT
including furnishing and installing pipe and necessary fittings, furnishing and placing Type 1 pipe
bedding, trench excavation, backfill, and compaction, including furnishing and placing any required
flowable fill backfill,dewatering,proper disposal of all waste materials,and all ether work necessary or
incidental for completion of the item. No separate measurement and payment will be made for locating
and/or repairing any sewer services which are found to be within 2 feet either side of the locate marks.
Item 142: This item shall be measured by the number of loops installed. Payment at the contract unit
prise is full compensation for all resources necessary to complete the item of work under the contract and
to furnish an operational system.
Item 1.43: (Quality Assurance Testing)This item shall be measured on a lump-sum basis. Payment shall
be made at the contract lurnp-sum price bid for this item, and shall constitute full compensation for
hiring an independent certified testing laboratory to perform all required testing, necessary retesting,
documentation,report preparation and submittal;and for all materials,tools,equipment and incidentals
necessary to complete this item. This item shall also include all necessary coordination and scheduling
of testing activities which shall be the sole responsibility of the contractor. Progress payments are in
proportion to total construction completed.
Item 144: (Miscellaneous Work) The item.Miscellaneous Work has been provided in the proposal for
any work and/or materials which may be encountered during construction, but which is not addressed
elsewhere in the contract. Miscellaneous work will be measured by the respective unit for material
and/or work performed as directed in writing by the Engineer. Payment for Miscellaneous Work,
measured as provided above, will be at agreed upon prices or on farce account basis. The number of
units in dollars set down in the contract is an estimated amount only,which may be adjusted up or down
by the Engineer in accordance with the needs of the project.
4 MEASUREMENT AND PAYMENT
SECTION 02602
DIVISION 2—SITEWORK PIPE BORING AND JACKING
PART GENERAL
1.1 WORK INCLUDED
A. This item of work shall consist of furnishing all labor, materials, and equipment
necessary to do all work and related items as shown on drawings,herein specified,or
incidental to proper execution of the work to complete the boring and jacking at the
required locations,
1.2 SUBMITTALS
A. Submit for review complete working drawings showing details of the proposed
method of construction and the sequence of operations to be performed during
construction. Show the method of jacking and boring to be used and dewatering
techniques that are proposed to be used.
B. Complete information on Contractor's safety plan for personnel conducting the
tunneling or jacking operations,shaft installation and appurtenance installation. The
plan shall include provisions for lighting,ventilation, electrical safety and confined
space entry.
C. All Contractor submittals requiring structural design shall be signed by a professional
civil or structural engineer registered in the State of Montana .
D Submit carrier pipe casing spacers, end seals, and pipe installation method.
E. Submit information as may required for the exterior grouting of the casing pipe to the
surrounding ground.Equipment,methods to be employed and check valve to be used.
F Submit a mix design for the exterior grout to be placed immediately after completion
of the boring and jacking operations. The exterior grout shall be a cementation grout
that will achieve 150 psi within 30 days.
1,3 QUALITY ASSURANCE
A. Safety:The Contractor shall be responsible for the complete safety and protection of
all individuals and any public or private properties associated with the boring and
jacking operations required for this work. It shall be the Contractor's responsibility
to see that the work is done in conformance with all applicable federal,state, DNRC,
and local safety requirements.
B. The Contractor shall give the Engineer a minimum of 4 working days advance notice
of the start of an excavation or boring and jacking operation.
02602 - 1
SECTION 02602
DIVISION 2—SITEWORK PIPE BORING AND JACKING
C. All work shall be performed in the presence of the Engineer,unless the Engineer has
granted prior approval to perform such work in its absence.
D. The Contractor shall be solely responsible for the structural integrity and safety
associated with his means,methods,design and installation of theboring and jacking
work.
PART 2 PRODUCTS
2,1 CASING PIPE
A. Casing pipe shall be steel as specified herein. Casing pipe diameters shall be
properly sized to allow installation of the carrier pipe with minimum inside diameters
as listed below:
Steel Casing Pipe
Carrier Pipe Nominal Diameter
::]I
815 IP 16 inches
B. Steel Pipe. Steel casing pipe shall be smooth steel pipe,ASTM A53 Grade B,having
a minimum yield strength of 35,000 PSI with a minimum wall thickness of 0.375
inches. Ends shall be beveled for field butt welding, and joints shall be welded
around the entire circumference and ground smooth.
2.2 CARRIER PIPE
The carrier pipe for the water main pipe for the Bozeman Creek crossing shall be 8 inch
ductile iron, as specified on the plans.
23 CASING CHOCKS
Casing chocks shall be installed on all carrier pipes. Casing chocks shall be of sufficient
depth to prevent the bell end of the pipe from coming in contact with the casing pipe. Chock
depth shall exceed the outermost edge of the pipe bell by a minimum of 3/4-inch. Casing
chocks shall be composite stainless steel/polyethylene casing chocks as specified herein.
Metal components of casing chocks shall be Type 304 (18-8)stainless steel. The liner shall
be neoprene rubber or PVC, and the runners shall be UHMW polyethylene with a low
friction factor. Casing chocks shall be designed for center restraint. Casing chocks shall be
Power Seal Model 4810, APS (Advance Products and Systems), or approved equal.
02602 - 2
SECTION 02602
DIVISION 2 —SITEWORK PIPE BORING AND JACKING
2.4 EXTERIOR GROUT.
See 1.02T,
2.5 GROUT CONNECTIONS.
The Contractor shall provide Grout/Lubrication ports within the pipe wall with no
fewer than I hole per 25 feet of pipe located at the inside top edge of the pipe,
Grout/lubrication ports to be 1 1/2" to 2" with check valves installed. Grout connectionstobe
plugged prior to installation of the carrier pipe.
2.6 END SEALS
End seals shall be rubber/elastomeric body with stainless steel bands. End seals shall be
compatible with the casing and carrier pipe. End seals allowed for consideration shall be
manufactured by Cascade Waterworks,Mfg.,or Power Seal Pipeline Products Corporation,
or approved equal.
PART 3 EXECUTION
3.1 GENERAL INSTALLATION PROCEDURES
A. racking pit: The excavations for the boring or jacking operations shall be adequately
shored and dewatered to safeguard personnel, existing substructures, and surface
improvements and to ensure against ground movement in the vicinity of the jack
supports.
B. Control of alignment and grade: The Contractor shall control the application of the
jacking pressure and excavation of materials as the casing advances to prevent the
casing from becoming earthbound or deviating from the required line and grade. The
Contractor shall restrict the excavation of the materials to the least clearance
necessary to prevent binding in order to avoid loss of ground and consequent
settlement or possible damage to overlying structures. Allowable deviations in
horizontal and vertical alignments shall be no greater than 0.2 feet per 100 feet in any
direction over the length of the j aching or boring. The terminating end of the boring
shall be within 0.1 feet of the design as shown. Laser control shall be used for both
horizontal and vertical alignment.
C. Exterior grouting: Immediately after completion of the boring or jacking operations,
the Contractor shall inject grout through the grout connections in such a manner as to
02602 - 3
SECTION 02602
DIVISION 2—SITEWORK PIPE BORING AND JACKING
completely fill all voids outside the casing pipe resulting from the boring or jacking
operations. Grout pressure shall be controlled so as to avoid deformation of the steel
casing and avoid movement of the surrounding ground. Equipment used for grouting
the exterior of the casing shall be equipped with a pressure gage to indicate the grout
pressure. The gage shall be certified by an approved testing laboratory at the onset of
the grouting operations. After completion of the grouting operations,the Contractor
shall close the grout connections with steel threaded plugs
D. Installation
1. The installation of the casing shall be in accordance with the Contract
Documents and subject to the approval of the agency having jurisdiction over
the area containing the boring or jacking operations.
2. The Contractor shall remove or penetrate all obstructions encountered.
Dewatering shall be performed as necessary to prevent loss of ground,
sloughing, subsidence, or liquefaction.
3. Any pipe damaged during the jacking operation shall be repaired by the
Contractor in a manner acceptable to the Engineer at no expense to the
Owner.
4, Should a deviation in grade of the pipe occur due to the jacking (or boring)
operation, no additional payment will be made for the resultant change in
depth of upstream or downstream piping.
5. Special care shall be taken during the installation of the jacked or bored pipe
to ensure that no settlement or caving be caused around the pipe or to the
ground surface above. Any such caving caused by the placement of the pipe
shall be the Contractor's responsibility. The Contractor shall repair any
structure so affected as directed by the Engineer, at the expense of the
Contractor.
E. Casing Pipe: Casing pipe shall be so constructed as to prevent leakage from the
casing throughout its entire length. Casing pipe shall be installed to prevent the
formation of a waterway along its length. Casing shall have an even bearing on the
surrounding soil throughout and shall be sloped.
F. Stream Crossings: Install the casing as per the depths provided on the plans,
G. Install the casing by jacking it through the earth, while excavating by boring or
02602 - 4
SECTION 02602
DIVISION 2—SITEWORK PIPE BORING AND JACKING
mining methods,to the lines and grades .shown on the drawings, or as staked by the
Engineer. No open excavation will be permitted where jacking or boring is specified
and shown on the plans.
H. Install casing and carrier pipe by bore and jack methods between bore and jack
limits. Casing and carrier pipe outside of bore and jack limits may be installed by
open cut methods
I. Provide adequate equipment so as to insure a smooth, continuous and uniform
operation leaving no exterior voids along the casing pipe,
J. As pipe is jacked forward,excavate and remove soil through the pipe. Do not allow
excavation to precede jacking operation.
K. After each section of casing pipe has been jacked to the limits,the following section
shall be connected to the preceding by a full penetration butt weld around the entire
circumference of the joint. The quality around the weld for steel casing pipe shall
conform to AWWA Standard 0206, and shall develop fall strength of the pipe wall.
L. The Contractor may elect to provide a casing pipe larger than that shown on the plans
to facilitate his excavation.However,the thickness of the casing actually used must
meet the approval of the Engineer. No additional payment shall be made for any
increase in the size of the casing pipe.
3.2 PIPE SKIDS
Casing Chocks, Casing chocks shall be installed in accordance with the manufacturer's
recommendations. Chock spacing shall be as detailed on the plans. Filling of the annulus is
not required if casing chocks are installed.
3.3 END SEALS
Install end seals on each end of the casing pipe per manufacturer's recommendations.
END OF SECTION 02602
02602 - 5
APPENDIX A
DRAWINGS
rn
a a 0)
i ce LO �—
�u'°w x—
w wZ Q
LO to
"'ter ° in a
to
O 0. O ay
tea,
"rj '_ }fl1C5N C7k"4 �e cwi ni �m � 0
Z W N n L
J U)
uj
x 0 cn 3 u7 0,,,,t
Z)z 0 9 o 0 Z z
O
m ►-- m <
u C� Of
' ° va
O
r Md z
Li
o
v c u A.U u 0
vCa 4)- y? -.2 u u < z
C v ° �-'
c OM t E Q
rn ':,n °_ c ° F-- l--
LO r3 e - t� a E
° �^ V)
I xr. "= m y
Nx Z °a e m f a? a c
ECL e c - -t ° = ro
ra; ° g sF Qua a v� o �J
ov D a— ` a
3 o a Q
wj-.c u E ° c a + E
+n 0a O a> �y uy a
� �" c En cv °
UQ-0 E ao `° c E
w xc b-
ip a cc m c c E ,6:e
u m;2,c '0 � ° �° Ems° ✓� �
fC ° ° c �'.da y z
a E 3 C O m E v
m °
E .00 �ua ? u
� � °c /y
lu
° — .0 E
H
a.. a ++
r C en Q p a -C
Yw C VII -0-0 .Q 0.9
N Z, C. ° Y Al 0�._ C
.'."'Z tl ate» O� V7 � 7
c � ` z U— o cis
C V) C Q W Tl ( a w.z CE
otz °O. w E ° u
'Y7� `0.�" m O ry �v"' u.O
C Cil b
n w � oZ m P,�b
4
cz�a..,Wu`o n . c m E
0` mho-"en-j oa CL'�Su'3 ,0 o+C o 3 u>
CM
�_
r
O
Z,-:
00 0
.' L m
CD
0
LY
U k N y 7
£� m ti 3� r � •., Li Li il'S
Li ® n 0% y ° Lo- Z
_
x I/c 'L-' F-
'C}
� 0 "u xoo E o°E°. °tr a mgU C3
nr°
,R? p.p u a ,Y` a° a..
E ,
U ss CK Q w Z
3K 2 Cn _
o= -, .10 ca, E .p
LL° M
«.a Z _° + °E u°° LL. CS Ltd
e n t! �+ 3 0 + tir`o
•
r.° uaLrn fEa o onc �° Q
mod^
11. a �c0 o lip' q 2o�°z,:Ez0
LZw o00 W U MU-0°°�W Cj CCh Q-1Qoa ncsi Z�W C. -J Z
3off ^'-11: --t=°ai3 n7�n � 0
w d � w cv.y°�" m 7i�¢E 5 (J
Z W>Y c 0-0 az own®oym
O »- Ci 'rR 4 ui 6
y
F�-�r F-s
r�
0
z
ev sa ry n
w� �`
f i�h S Ty ' OT
TO
LU
hl
i
s e�
X-. s" x C] vuj1
C-4, z
6 C�
LO
C D
v
o .2" L,
_ D? D
m
w�
o s o y r
c�
� w c � � Fm
cn Da Z w
h1dY' o 1) °c r ° W
LD try °o ® l" " DD
0. L , T co
4�x 444 R. C d1 rL' FiAJ ,
EM .Ci o E DD 0
X13 ° C_0 o
D "D U °�
-C Q LAJ
0
° " D D �
E Qqjj
0 L� 4
w as c E CY
CO
W lil I -Q 4'. `' D C�
Ln
X �
�, O ui
�U- c � (Il
'00)-4j m
�o },Gtl D ° O Z
;arc w 6 D p v F F^
.'D_^ I j D Q C7•'mil"%
n a @ °-
o
isc z oD wm L�! L.1
En 0 , Z
, Ec �[ v ACC)
'AO O � J' D+� O U z
0_ LDQL) CX:E0
b� Q p Off.Ui O u p
L+7 () V> D 9 UI-0
LAJ C)h "tiia�.00-j
rte- +�
N 4+4
Ca V)
cr
.T•
NIR#' vii
o�
X�
W
CGS(L
V)
R9-11(L)
SIDEWALK CLOSED
AHEAD
CROSS HERE
30"X24"
SIDEWALK
CLOSED
24'3(18"
SEGNS ARE TO BE PLACED AT
THE NEAREST LEGAL CROSSING
TO THE WORK AREA, MAY ONLY
BE USED IF A PARALLEL..
• SIDEWALK EXISTS ON THE OTHER
SIDE OF THE ROADWAY.
SIDEWALK
CLOSED
24"X18"
R9-11(R)
SIDEWALK CLOSED
AHEAD
CROSS HERE
30"X24"
SIGN
WORK SITE
TRAFFIC DRUMS OR CONE
CITY OF BOZE A SCALE. PEDESTRIAN TRAFFIC
CONTROL FOR TEMPORARY FEB 01570-7
STANDARD DRAPING NINE SIDEWALK CLOSURE FEB 20a�
EET SURFACIWC
f•y ' +,t� +-4 per., t tip}',' au
"M MIX ASPWV
.wµ...2{•'YiM. _
ARD SLOO "
Mq lIBCkAGE {.' kllk.5' CIS NEC
(2•MK-12`M0
NOTES:
1.Adjust manholes upward with 4usting rings
under fume.
2..Adjust manhole,downward by removing cone and barrel sections as
necessary and replacing with sections of length requir-ed to match grade.
3.Slope manhole frame as required to mathch slope of
streeL
4.Formal manhole adjustment shall be made before pp'mg.
5.All joints between manhole sections,tap cone,adjusting rings,and manhole
ring shall be watertight ,faint material shall be"ltain Nek"or approved equed.
6.Manhole ring and cover steal be adjusted to match final crown and Fade of street,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,lF1C0 772 flame,
772-B cover,or Deccter 1025,or D&L A.-1172 with 1"cover.
CITY OF BOZEMAN S Cale: MANHOLE ADJTJSTMENT ISO. 02213-1
STANDARD DRAWING None DETAIL Rev.April 2005
NOTE: 'WHERE TRENCH PASSES THROUGH EXISTING PAVEMENT
THE PAVEMENT SHALL BE CUT ALONG A NEAT VERTICAL
LINE A MINIMUM OF 12" (30cm) FROM THE EDGE OF THE TRENCH
OPENING. WHERE NEAT LINE IS LESS THAN 3' (0.9m) FROM EDGE
OF EXISTING PAVEMENT OR CURB AND GUTTER SECTION,
REMOVE AND REPLACE ENTIRE PAVEMENT SECTION BETWEEN
TRENCH AND EDGE OF PAVEMENT.
EXISTING STREET SURFACE VERTICAL TRENCH WALLS WITH
SHORING TO CONFORM TO D.S.H.A.
REGULATIONS'
-- -12'�(30 cm) MIN.
SUBGRADE OR GROUND
SURFACE
INSTALL DETECTABLE SLOPING, BENCHING OR
WARNING TAPE 18"(45cm) SUPPORT SYSTEMS IN THIS
BACYSLOPE AS SPECIFIED MAX. DEPTH AREA TO CONFORM TO
TO CONFORM TO O.S.H,A, (OPTIONAL) O.S.H.A. REGULATIONS*
REGULATIONS+
TYPE "A`,°B", DR "C" ; 8"(15cm) \f
TRENCH BACKFILI.
SELECT TYPE I BEDDING
/ MATERIAL PLACED
IN 6*05cm) LAYERS &
TYPE I PIPE BEDDING COMPACTED AS SPECIFIED
PLACED IN 6"(15crn) MAX. s //�/✓ iN SECTION 02221.
LAYERS AND COMPACTED v:' •w 4'(1 cm)
THOROUGHLY. ✓
TRENCH MOTH=O.D,OF PIPE PLUS 2'(6 Dcm)
TYPE 2 PIPE BEDDING
MIN. TRENCH WIDTH— 3.5'(1.1 m) /
�.//'�/\•`•
WHERE REQUIRED FOR /X'\X'Z//'`i/°
SOFT OR UNSTABLE { �//j i j/41
FOUNDATION
NOTE: SEE CONTRACT SPECIAL PROVISIONS FOR ANY
MODIFICATIONS TO STANDARD TRENCH MATERIALS
AND/OR OTHER TRENCH DESIGN FEATURES
• SEE O.S.H»A, CONSTRUCTION STANDARDS
FOR EXCAVATIONS. REVISED: 10/25/02
CITY OF BILLINGS SCALE: STANDARD DRAWING
STANDARD SPECIFICATIONS NONE
TYPICAL UTILITY TRENCH DETAILS N©,02221-1
A
Ground Surface
3'(90 cm) r`/','✓ 'A',r A';' `✓','rd'r', <`,'
Std,Trench Backfill
Trencl1.Plug Material /`,'/�'✓/',,✓✓. , r ,,f✓/ A
✓ s. A , �� y rd ✓ ,''
/ , A , f A , ✓✓rA ,
.` /';' Ar✓rf ✓ .'.° Select Pipe Bedding
Bottom of Trench Type i Bedding
A
10"(3 n1)
Section A-A
Std.Trench Backfill
Ground Surface
Trench Wall s , ✓° , , A',' A f ,✓ ✓`r Trench Wall
Plug Limit
Plug Lrm1i
3'(91:1 cm)
Plug Limit J Trench Bottom
3 (90 cm)
REMSM 10/21/02
MONTANA PUBLIC WORKS SCALE: TRENCH PLUG STANDARD ORAMNG
STANDARD SPECIFICATIONS NONE EXCAVATION DETAIL NO. O2222-1
2" TO 2 1/2" DIAMETER
BRASS CAP WITH ROUNDED
TOP, SET FROM REFERENCE
POINTS. ENGINEER TO MARK
MONUMENT POINT IN CAP
AFTER INSTALLATION.
STREET PAVEMENT
1/8" TO 1/4" BELOW PAVEMENT
6" TO 9" BUT NO
DEEPER THAN 1/2"
ABOVE BOTTOM OF BOX.
a
. iy
GRAVEL BASE a
2 1/2
MIN.
�4 a y. LEAVE GRAVEL EXPOSED
FOR DRAINAGE,
3'—Q,"
MIN. '
a
,., STANDARD CONCRETE (6 1/2
SACK MIX OR BETTER)
POURED IN PLACE OR (PRECAST
AND SOLIDLY PLACED,
* a
NON REINFORCED 6" MIN.,,
i ROUND OR SQUARE WITH 1/2"
CHAMFERED CORNERS OR
a REINFORCED PRECAST 4"°
SQUARE WITH 1/2"
CHAMFERED CORNERS AND
4 NO. 2 REBARS.
SO'NUMENT BOX
INLAND FOUNDRY CO. PATTERN NO. 1034 OR APPROVED EQUAL.
CITY OF BOZEMAN SCALE: TYPE I STREET MI0NLII�IENT NO. 02529-3
STANDARD DRAWING NONE Dec. 1999
�rt
,r
A r.
// 4- b ! B
3 .� / REDUCER
MIN. ,✓
UNDISTURBED EARTH
,.f
TEE TEE (Plugged) BEND
STANDARD DIMENSIONS FOR THRUST BLOCKING
TEE$ do PLUGS 9D°BEND 45°BEND do W'YES RIDU S &
fTTT1IVG 2211 BiWD
SIZES A B A B A B A B
4* 1,-�. 1,-Z. 1,-�. r,-G 1•-B. 0_x0 7-
6" 2'-0' 1'-11' 2"-5" 2'_2" V-10* V-7* 1,-9*
2'-6* 3'-2' 3'-0" 2>-5* 2,-1*
10' 3'-4" 3'-3* 4'-0* 3,-10` X-0- 2-9, 2'-2"
12* 4'-"D* Y-10* 4'-8* 4-8* 3'_8* '_3* 'r7* 2'_3"
14" 5'-5* 3'-10" 6'x-6" 4.-}1' 4,-g* 3, * 3.-5" 2.`S,
METRIC DIMENSIONS FOR THRUST BLOCKING
FITTING
M S & PLUGS 90°BETID 45*WVD & WYES ��S 1
/ BVD S12ES A
B A B A e A B
locm 0.5m 0.4m 0.5m 0.5m 0.5m 0.3m D.&n 0.2m
15cm 016m 0.6m 0.7m 0.7m 0.6m 015m 0.5rn 0.3m
EEm'm 0.8m 0.8m 1.Om 0.9m 0.7m 0.6m D:5rn 0.5m
tom 1.Om 1.2m 1.2m 0.9m 0,8m 0.7m 0.6m
1.2m 1.2m 1.4m 1.4m 1.1m 1.Om 0.8m 0.7m
1.6m 1.2m 2.Dm 1.Sm 1.4m 1.0m 1.0m 0.7m
M1�1TES,
1. 'THESE TABLES ARE BASED ON 150 P9(1030 kpa) MAIN PRESSURE 2.WRAP ALL F77"TINGS WITH POLYETHnENE,
2000 PSF(9800 kg/ml) SojL BEARING PRESSURE
REVISED: 12/27/95
MONTANA PUBLIC WORKS SCALE: THRUST BLOCKING STANDARD DRAMNG
STANDARD SPECIFICATIONS NONE FOR WATER MAIN FITTINGS NO, 02660-1
REBAR ANCHOR
0 0
0 0
c e1
n
n
m 4a V4 6,
CONCRETE n 4
ANCHORS
'B" "A"
NOTE: COAT RODS WffH "KOPPERS" BITUMASTIC NO, 50 COATING OR EQUAL,
THRUST BLOCK DIMENSIONS
K17CM"Df
Rod 730'.O...PS1 75 0 P..SI
sizo . `A 2 Q O B PSI C-a A 2 50 PSI A—S-00 B r_o S
B C C A B -C-
a' 2'-11'2'-0'2'-q`2'- ' '- 2'- ' q' 2'- 2'-q"2'-0.23s G'-
-
2 9 0, 2;-a. 2°_0 2'-9.2•-6'2'_6» 3'-0'2 3'-0"3'-0'
2-q
3-0-
14 2'-3 2"-a 2'-a 3'-s 3-0 3'-a 4-6'3'-q`3'-0' 4'-q 178", 4'.4 3-0.3•_0 4'-1 4'-p 4•_01 4 1 B' 3-a 3'-a's'-s 3'-0 3-0 5-9'4'-3 $ 24" 4'-4" 4'- ' s _
NOTE: Pressures shown above are maximum working pressures in system.
THRUST BLOCKING AND ANCHORS ARE REQUIRED ON ALL 6" VALVES AND LARGER UNLESS SPECIFIED BY THE ENGINEER.
MEGA- LUG OR APPROVED EQUAL JOINT RESTRAINTS MAY BE USED IN LIEU OF CONCRETE THRUST BLOCKS,
THRUST BLOCKS NOT REQUIRED ON TAPPING VALVES
CITY OF BOZEMAN SCALE: THRUST BLOCKING FOR NO. 02660-3
STANDARD DRAWING NONE WATER MAIN VALVES DEC 2003
PROPERTY LINE
w w 2' MIN, ' w w w w w w w
w w � w FIRE HYDRANT w VARIABLE
w
w w w t w w w w w
w u" 4, w w t w w w w
SIDEWALK
WATER MAIN
CURB & GUTTER
CURB WALK DETAIL
PROPERTY LINE
CURB & GUTTER
FIRE HYDRANT
VARIABLE
3' MIN.
VALVE
WATER MAIN
5' L
(TYP.)
BOULEVARD WALK DETAIL
CITY OF BOZE A SCALE. HYDRANT LOCATION NO. 02660-5
STANDARD DRAWING NONE DETAIL Dec 2003
1'
FINISH GRADE CURB BOX VALVE BOX
TOP SECTION
8"MIN
MUELLER
H-15428
STRAIGHT COUPLING
WITH GALVANIZED
OR 'BRASS CAP
6.5`
MIN
COPPER
SERVICE LINE
2" COPPER SERVICE LINE
1/4 BEND
COMPRESSION
2 COUPLING
1/°8° DIAMETER
1 3
4
CURB STOP
CORPORATION STOP PROVIDEI/8 DIAMETER
DRAIN HOLE
WATER MAIN
CITY OF BOZEMAN SCALE: TYPICAL BLOWOFF NO. 02560-7
STANDARD DRAWING NONE Dec. 2003
UNDISTURBED y/ /��%�� 4�`�\�'`�`�d\ri' �f�f��f�%/`✓ �,
EARTH (TYP.)
CONCRETE THRUST
BLOCK (TYP) . , MJ GLAND
MJ GLAND i
D.I. MJ D.I. D,I.
PIPE TEE PIPE PIPE
\\—MJ VALVE
D.I.
MJ GLAND PIPE
Q7 3/4" MIN, CORROSION RESISTANT ALL THREAD
RESTRAINING ROD, CONFORMING TO ASTM A242-81,
MJ VALVE INSTALLED IN HALF THE AVAILABLE MECHANICAL JOINT
BOLT HOLES (TYP.) WHERE NECESSARY, CLAMPING
LUGS (ROMAC "DUCTILE LUG" OR EQUAL) DESIGNED
TO FIT DUCTILE IRON (D.I.) PIPE, AND CONFORMING
MJ GLAND TO ASTM 536-BO MAY BE USED IN CONJUNCTION
D. WITH THE RESTRAINING RODS,
PIPE
CITY OF BOZEM.AN SCALE: TYPICAL VALVE/'TEE NO. 02660--10
STANDARD DRAWING NONE RESTRAINT DEC 2003
NO PRESSURE GAUGES OR PRESSURE GAUGE FITTINGS WILL BE 'METER SIZED SAME AS INCOMING UNE — NO EXCEPTIONS.
ALLOWED ON THE TEST PORTS
OF ANY BACKFLOW PREVENTION ASSEMBLY.
BACKFLOW PREVENTION ASSEMBLY
MUF CONNECT DIRECTLY To METER/
FLANGE To BE THREADED ON STANDPIPE, STRAINER,
M,J. TO FLANGE AgAPTORS HOT ACCEPTABLE REQUIRED BACK.FLOW PREVENTION
(TYPICAL FOR ALL RISER GONFNGURATIONS) WATER SlO1PE�RiFft�EMf�NT�BY
4" OR LARGER CLASS 51 /i
DUCTILE IRON PIPE (TYP.) 1, MH," 2' WAX, ABOVE
FINISHED FLOOR FLUOR
c a
MECHANICAL 3/4" MIN, Rath Rod', INSTALLEa IN LVERY OTHER AVAILABLE M.J.
JOINT BOLT 1{OLES (TYPICAL)— 5/e° Raps ACCEPTABLE FOR+I"LINES
MAIN
THRUST ,.� 90" BEND WITH THRUST BLOCK
BLOCK w ..•.
LEGEND
TAPPING TEE & VALVE, FLANGED OS&Y VALVE
OR INSTALL VALVE AT
PROPERTY LINE (TYPICAL
FOR ALL RISER CONFIGURATIONS)
PROVIDE FLEXIBLE,
WATER—TIGHT CONNECTION
FOR ALL WALL OR FLOOR CITY OF BOZEMAN REQUIREMENTS FOR INSTALLATION OF
PIPE PENETRATION. BACKFLOW PREVENTION ASSEMBLY
1. The FIRST fitting inside of the building shall be a UL listed Bonged
Kennedy or Mueller OS&Y valve the some size as the service line,
Combination strainer/meter immediately following OS&Y valve or elbow
attached directly to OS&Y valve -- meter must set horizc,Itol.
4ECFRL',ANICAL ABOVE 2, Ail 'Sockflow Prevention Assemblies sholl be:
,. FLOOR
y A a. UL or FM listed.
b. Approved by the University of Souther n Colifornio Foundation for
Cross Connection Control' and hydraulic Research (USCFCCCHR) far
operation in the proposed position (vertical or horizontal) as shown on
approved plans.
c. ITIStaINed as shown on the oppraved pions.
3. Horizontal instollctions must be a minimum of 2' above the finished
floor.
', 4, The service riser must be a minimurn of 2' from any outside wall.
1MITH 5, The incoming service line shall be a minimum 6.5', and a max-
OCK imum of 7.5' 'below the finished grade.,
6, All service line appurtenances shall hove a minimum pressure
rating of 175 PSI,
J 7. All service lines 4" and larger sholl be Class 51 Ductile Iron Pipe.
[-*-1' MIN., 2' MAX, B. Line sizing: The Bocki'low Prevention Assembly and meter shall be equal
in size to both the incoming pipe diameter (upstream) and outgoing pipe
diameter (downstream). For example, a 4" service line shall hove a 4
meter and Bockflow Prevention Assembly,
2' MIN,, 3' MAX CLEARANCE
COATED STELL ABOVE FINISHED FLOOR
WALL PLATE,
s/16"MIN.
THICKNESS
r
.A
CITY OF BOZEMAN SCALE: WATER SERVICE LINE NAG. 02660-12
S'T'ANDARD DRAWING NONE FOR SIZES 4" AND LARGER DEC 2003
REV: APRIL. 2006
ONLY PrmwGS ALLOWED BETWEEN FIRST os&y vALvE AND NO PRESSURE GAUGES OR PRESSURE G.AUCE FTmNOS WILL BE
BACKFLOW ASSD48LY TO BE eTr BEND. EE ALLOWED ON THE TEST PORTS OF ANY$"FLOW ASSEMBLY
S' NOTE 5
FLANGE TO BE THREADED ON STANDPIPE,.
Kul.TO FLANGE ADAPTORS NOT ACCEPTABLE
4" OR LARGER CLASS 51
(TYPICAL FOR ALL RISER CONFIGURATITINS) LEGEND
EGEND
DUCTILE IRON PIPE (TYP.)
I' MIN. 2'MAX. ABOVE FLED OS&Y VALvE
FLOOR FINISHED FLOOR
-
MECHANICAL REDUCED—PRESSURE
JOINT 3/4" MX Redi. Rod, INSTALLED IN ASSEMBLY (MINIMUM x'N
REQUIREMEMr)AS INDICATO
MAIN EVERY OTHER AVAILABLE M.J. ON APPRDVEO T'9,AN(S)
BOLT HOLES (TYPICAL)
— 5/8" RODS ACCEPTABLE FOR 4" LINES
rt
THRUST 90' BEND WITH THRUST BLOCK
BLOCK
.r -
TAPPING TEE & VALVE,
OR INSTALL VALVE AT CITY Of BOZEMAN REQUIREMENTS FOR INSTALLATION OF
REDUCED PRESSURE BACKFLOW PREVENTION ASSEMBLY
PROPERTY LINE (TYPICAL
1. The FIRST fitting inside of the building shall be a UL listed
FOR ALL RISER flanged American Flaw Control, Kennedy or Mueller OS&Y valve the
CONFIGURATIONS. some size as the fire service line„
2. All Reduced Pressure Backflow Prevention Assemblies shall be:
a, UL or FM listed.
PROVIDE FLEXIBLE, b. Approved by the University of Southern California Foundation for
f sEE NOTE 5 Cross Connection Control and Hydraulic Research (USCFCCCHR) for
WATER—TIGHT CONNECTION operation in the proposed position (vertical or horizontal) as shown on
approved plans.
FOR ALL WALL OR FLOOR
c, Installed as shown on the approved plans.
PIPE PENETRATIONS, 3. A flow detection device shall be installed immediately following the
Reduced Pressure Bockflow Prevention Assembly (olorm check valve, flow
sensorrolorm, meter, etc. as shown on the approved plans. Poddle—type
flow' a arms not permitted)on dry systems.
I' MIN., 2" MA%.ABO'VE'.
FINISHED FLOOR FLOOR 4. Horizontal installations must be a minimum of 2' above the finished
floor.
y
5, The fire service riser must be a minimum of 2' clear from any
outside wall, and a minimum of 1' clear from any 'interior wall.
IaIECHANICAL
JOINT 5. The incoming fire service line shall be a minimum of X6,5', and a max-
imum of 7.5' below the finished grade.
7. AV fire service line appurtenances shall have a minimum pressure
rating of 175 PSI,
8. All fire service lines 4" and larger shall be Class 51 Ductile Iron Pipe.
9O` BEND WITH • ' 9. Line sizing: The Reduced Pressure Backflow Prevention Assembly shall' be
THRUST BLOCK equal in size to the outgoing pipe diameter (downstream).
10. A drain is required.
........
MIN., 2' MAX.
aaATED STEEL 2 MiN,., 3' MAX CLEARANCE
WALL PLATE„ ABOVE FlIN1SHED FLOOR
5/16'MIN.
THICKNESS
STANDARD FIRE SERVICE
CITY OF BOZE2 AN SCALE; LINE INSTALLATION NO. 0:2660-14
STANDARD DRAWING NONE Dec 2003
FOR. CLASS IV & V SYSTEMS
R V. O
i
6O° R i.O.Q.
WATER so' yp.3
SEWER '
L6
w
PROPERTY
LINE
1. WATER MAINS LOCATED 19' FROM THE NORTH OR WEST RIGHT—OF—WAY PROPERTY LINE FOR STREETS 35'
IN WIDTH OR GREATER, WATER MAINS LOCATED 5.5' WEST OR NORTH OF STREET CENTERLINE FOR STREETS
LESS THAN 35' IN WIDTH (BACK OF CURB—BACK OF CURB)
2, WATER SERVICE STUB LOCATED AT CENTER OF LOT; SEE C.O.B. STANDARD DRAWING NO. 02660-6 FOR DETAILS.
3. WATER MAIN VALVES LOCATED AT PROPERTY LINE,
4. SEWER MAINS LOCATED ON STREET CENTERLINE FOR STREETS 35' IN WIDTH OR GREATER, SEWER MAINS
LOCATED 5.5' EAST OR SOUTH OF STREET CENTERLINE FOR STREETS LESS THAN 35' IN WIDTH
5. SEWER SERVICE STUB LOCATED 15' UPSTREAM FROM DOWNSTREAM PROPERTY LINE,
6. WATER & SEWER MAIN CROSSING; SEE M.P.W. STANDARD DRAWING NO. 02660-2 FOR DETAILS.
7, HYDRANTS LOCATED 5' FROM VALVE OR ON PROPERTY LINES EXTENDED FOR MID—BLOCK LOCATIONS.
CITY Off' BOZEMAN SCALE: WATER SEINER CAIN AND NQ. 02660-16
STANDARD DRAWING NONE SERVICES LOCATION Dec. 2003
STANDARDS
FLAT BLADE
STREET NAME REGULATORY SIGN BLANK AS PER
SIGN BLANKS SEE SECTION MUTCD STANDARDS, SIZE AS
MOUNTED BACK TO SPECIFIED ON PLANS
BACK ON POST 09810 2.2 FOR
SIGN SIZES
2' MIN.
2=
MIN.
10' 2" PREFORATE,6
SOUARE TUBE POST
(TELSPAR OR
APPROVED EQUAL) 7' MIN.
ATTACH SIGNS TO POST WITH 3/s" DRIVE RIVETS (MIN. 2 PER
SIGN)
STREET MARKER SIGN REGULATORY SIGN
2" PREFORATED SQUARE TUBE
o POST (14 GAUGE)
FASTEN POST TO SLEEVE WH %6" CORNER BOLT
(A325) 1 Yz" ABOVE FINISH GRADE. INSERT BOLT
FINISH GRADE 2" D f HEAD FROM OPPOSITE SIDE OF EXPECTED IMPACT.
INSERT DRIVE WET INTO OPPOSITE SIDE.
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 18" INTO SLEEVE
PLUMB.
MI-4000 CONCRETE .ANCHOR
SIGN POST FOUNDATION DETAIL
CITY OF BOZEMAN SCALE: SIGN INSTALLATION NCO. 09810- 1
STANDARD DRAWING NONE STANDARDS AUG. 1994
Revised 6/2002
U-�
m a, o
r u7
r-- � � C:
z \ CLI
co c
3(x1 2 Nt ' C� w < }
X
- Q C L+ > Li
G 0
u
\ 0 rrf >
i <
LLJ
e �)
� L.Lis
o
o \ C
LL-
u,
0 77 i
w
0 �, \
- r) \
'dL1
F
II
r
CL
LO cLij
Lo
w