Loading...
HomeMy WebLinkAboutOmdahl Excavation & Utilities Bid Submittal 2013 Water Renovation Project m 29, J, u ✓lir���rrr+wrrr�{f�l r u u 1 I � �1 ;r�� • � �, tai„ ” ll iw IPA PrGAWAI4 t wryr, P �I i P, a +w 4�✓f7w �o �.wn r, 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.) 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 fon-n 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. Seated? —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 BID 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 BOZEMAPB, 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 pm. Tuesday, April 9, 2013. Original copies must be submitted- no faxed or electronic bids will be accepted. Bids will be opened and readfollowing 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 Vh 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 DLI prior to bidding on this project, but must have registered prior to execution of the Construction Agreement. All laborers and mechanics employed Section 00 100 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, CMG City Clerk, City of Bozeman Published Bozeman, Montana, March 17, 2.013 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 seated 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 6`"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 other-wise 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/Sapp l i.er...MPWS S 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 BIDDERS Where logs of test borings are included in the contract plans, it is agreed that such logs do not constitute a part of the contract and are included only for the convenience of the bidder or Contractor and do not relieve him of his duties under this section or of any other responsibility under the contract. No information derived from any inspection of records of investigation or compilation thereof made by the Owner will in any way relieve the bidder or Contractor from properly performing his obligations under the contract. UNDERGROUND UTILITIES The location of underground utilities as shown on the drawings is approximate and the Owner assumes no responsibility for determining the exact location. The Contractor shall note the reference to utility lines and service lines for various utilities as noted on the drawings and that the approximate location may or may not be given. The Contractor shall make written inquiry of the related utility agency to determine the location of underground utilities in the project area. INTERPRETATION OF CONTRACT DOCUMENTS If any person contemplating submitting a Bid for the proposed contract is in doubt as to the true meaning of any part of the specifications, or other proposed Contract Documents, he may submit to the Owner a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents will be made only by an addendum duly issued and a copy of any such addendum will be mailed or delivered to each person receiving a set of such documents. TIME OF COMPLETION The time of completion of the work is a basic consideration of the Contract. It will be necessary that the Bidder satisfy the Owner of his ability to complete the work within the stipulated time. 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, NIT 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 Permit 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 cur-rent 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 attorney-in- fact. If signed by an attorney-in-fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid. Bids which are signed for a corporation shall have the correct corporate name thereof signed in handwriting or in typewriting and the signature of the president or other authorized officer of the corporation shall be manually written below the written or typewritten corporate name following the work: By: 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 confonn 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 accept or reject the Bids,or portions of Bids if denoted in the Bid as separate schedules,and to award more than one Bid or schedule for the same Bid if any of the aforementioned combination of Bids or schedules will be in the best.interest of the Owner. The Owner reserves the right to waive irregularities in any Bid submitted,or reject nonconforming,non-responsive or conditional Bids and to correct arithmetical errors in the Bid prior to comparison. SUBCONTRACTORS Within seven days after Bids are opened,the apparent low Bidder,and any other Bidder so requested, shall submit a list of all Subcontractors lie expects to use in the work. An experience statement with pertinent information as to similar projects and other evidence of qualification shall be furnished for each named subcontractor, if requested by the Owner. If the Owner or Engineer after due investigation has reasonable objection to any proposed Subcontractor,they may, before giving the Notice of Award, request the apparent low Bidder to submit an acceptable substitute. If the substitution results in an increase in the Bid, a corresponding adjustment will be made in the contract price. If the apparent low Bidder declines to make any such substitution,the contract may not be awarded to such Bidder,but Bidder's refusal to substitution will not constitute grounds for forfeiture of Bid Security. Any subcontractor so listed and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to the Owner and Engineer. Contractor shall not be required to employ any subcontractor against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by Owner prior to the Notice of Award will be required in the performance of the work. AWARD OF CONTRACT 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 (1 Q)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 Payment 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(3 O)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 information 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 TAX) In accordance with Title 15, Chapter 50, MCA, the Owner shall withhold, in addition to other amounts withheld as provided by law or specified herein, 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 J)ermit 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 fumish 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 PENAL SUM FORM BID BOND Any singular reference to Bidder, Surety,Owner or other party shall be considered plural where applicable. BIDDER(Name and Address): Omdahl Excavation & Utilities, inc. 659 Morning Mist Road Manhattan, MT 59741-8556 SURETY (Name and Address of Principal Place of Business): The Ohio Casualty Insurance Company 9450 Seward Road Fairfield, CH 45014 OWNER(Name and Address): City of Bozeman P.O. Box 1230 Bozeman, MT 59771-1230 BID Bid Due Date.April 9, 2013 Description (Project Name and Include Location): 2013 Water Renovations Project, City of Bozeman, Bozeman, Montana BOND Bond Number: 04032013 Date(Not earlier than Bid due date): April 9, 2013 Penal SUM Ten Percent of the Total Amount of the Bid $ 100 of Amount Bid (Words) (Figures) Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Bid Bond to be duly executed by an authorized officer, agent, or representative. BIDDER SURETY The Ohio casualty Insurance Omdahl Excavation & utilities, Inc. (Seal) Company —(Seal) Bidder's Narne and Corporate Seal, Surety's Name and Corporate Seal BBy:y: y Signature Signature(Attach Power of Attorney) yyam� t?LJ Bryan D, Hall Pdnt Name Print Name �,e�'31 Attorney-in-Fact Title Title Att�* Attest: LWI azure Signature Shauna iehl Account Manager Title Title Note Above addresses are to be used for giving any required notice. Provide execution by any additional parties, such as joint venturers, tf necessary, Bid Bond—00430—Page I of 2 EJCDC C430 Bid Bond(Penal Sum Form)(2007 Edition).Prepared by the Engineers Joint Contract Documents Committee. , PENAL SUM FORM l Bidder and Surety,jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond shall be Owner's sole and exclusive remedy upon default of Bidder. 2. Default of Bidder shall occur upon the failure of Bidder uo deliver within the time required bv the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required bythe Bidding Documents. 3. This obligation shall he null and void i� 3.1 Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents(or any extension thereof agreed min writing by Owner)the executed Agreement required 8y the Bidding Documents and any performance and payment bonds required by the Bidding Documents,or 3.3 All Bids are rejected hy Owner,or 3.3 Onoc, fails 10 issue uNmUce of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and,if applicable, consented to by Surety when required 6v Paragraph 5her o0. 4. Payment under this Bond will be due and payable upon default uf Bidder and vvb&]o 30 uuimudar days after receipt hy Bidder and Surety of written notice of default from Owner,which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement ot the amount due. 5. Surety waives notice of any and all defenses 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 Nkd time for issuing Notice of Award including extensions shall not in the aggregate exceed 130 days from Bid due date without Surety's written consent. 6^ Nn suit or action shall be commenced under this Bond prior to3Q calendar days after the notice ofdefault required in Paragraph above in osumivod by Bidder and Surety and in no ocsc later than one year after Bid due Jute. 7. Any suit or action under this Bond xbul\ be uumnacmoed only in o court of competent jurisdiction located in the state in which the Project islocated. 8. Notices required hereunder xbu\l he in writing and wcn1 to Bidder and Surety at their respective addresses shown oothe face of this 8nnd. Such notices may be sent by personal delivery,commercial courier, orkyUnited States Registered wzCert/fiud Mail, return receipt requested,postage pre-pmid, and shall be deemed tobe effective upon receipt by the party concerned. 9. Surety shall cause 10 be attached to this Bond u umrcnt and effective Power of Attorney evidencing the authority of the officer, agent, orrepresentative who executed this Bond uu behalf of Surety to execute, meu],and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements.Any applicable requirement of any applicable statute that has been omitted from this Bond obd\ be deemed to be included herein as if set forth at length. If any provision ofthis Bond conflicts with any applicable statute,then the provision of said statute obeD govern and the remainder of this Bond that im not incomflict therewith shall continue in full force and effect. Xl. The term~8id"ay used herein includes a Bid,offer, orprnpouoXamoppliodb\e. FJCDC C430 Bid Bond(Penal Sum Form)(2007 Edition).Prepared hy the Engineers Joint Contract Documents Committee, THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Povmr of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated, Certificate No,5B7395 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company WestAmerican Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint. Richard B. Deming;Julie A. Bennett;Tyler P.Deianey;William R. Price; Debbie Dunernan; Donna K.Tucek;Mark Collins;Bryan D.Hall ............ allofthecAyof Bozeman state of MIT each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance ofthese presents and shaft be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this I st day of December 12012 American Fire and Casualty Company V The Ohio Casualty Insurance Company 0 Liberty Mutual Insurance Company (D CL 4) West American Insurance Company 13y. > j2 a STATE OF WASHINGTON ss Gregory VV.Davenport,Assistant S�-C-retary COUNTY OF KING 0 Q On this 1st dayof December 2012 before me personally appeared Gregory W. Davenport,who acknowledged himself to be the Assistant Secretary of American M o Fire and Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Company,and West American Insunance Company,and that he,as such,being authorized so to do, >,C0 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. d)W Lc- E > N WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notara�,5eal at Seattle,Washington,on the day and year first above written. 00 cg By: 0 KD Riley No*FUbI11C 4) a 60 0 E *6 4) IL This Power ofAttorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: 0 ARTICLE IV-OFFICERS-Section 12,Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject CD"- 4) to such limitation as the Chairman or the President may prescribe,shall appoint such attomeys-in-faot,as may be necessary to act in behalf of the Corporation to make,execute,sea[, 4) O.E. acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subjectto the limitations setforth in their respective E a powers of attorney,shall have furl power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative orattomey-in-fact under >-0 the provisions of this arlide may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granbnq such power or authority. 00 = ARTICLE All-Execution of Contracts-SECTION 5,Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, > Q and subject to such limitations as the chairman orthe president may prescribe,shall appoint such attorneys-iri-fact,asmay be neoessaryloact in behalfofthe Companyto make,execute, E C? L- L.C4 seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their ;r-c) r CO Z 0 respectivepowersof attorney,shall have full powerto bind the Company by their signature and execution of anysuch instruments and to attach thereto thesealofthe Company. Wrien so 00 executed such instruments shall be as binding as if signed by the president and atested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company, authorizes Gregory W.Davenport,Assistant Secretary to appointsuch ationneys-in-fact as may be necessary to act on behalf of the Company to make,execute,sea[,acknowledge and deiiver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature ofanyassistant secretaryofthe Company wherever appearing upon a certified copy of any power of attorney issued by the Company in con riection with su rely bonds,sI be val id and binding upon the Company with the same force and effect as though manually affixed. 1,David M,Carey,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certifythat the original power of allomeyof which the foregoing is a full,true and correct copy of the Power of Attorney executed bysaid Companies, is in full force and effect and has not been revoked, IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 9thdayof April 20___L3_. By, �4 -Assistant secretary David M,Carey� LMS12873092012 1 0150 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 I..Jnit Price Quantity Price 101 Taxes, Bonds, Insurance L.S. i o 102 Mobilization L.S. t10 00 103 Connection to Existing Main Each iaco- 19 104 4" MJ Gate Valve wN.B. Each iy,00 4 105 6" MJ Gate Valve wN.B. Each 1 o 3 106 8" MJ Gate Valve wN.B. Each /i&oo 30 107 10" MJ Gate Valve wN.B. Each 4?>,no 2 108 12" MJ Gate Valve wN.B. Each 3 L-,o 2 109 8" x 4"MJ Increaser Each 3vo - 1 -3 110 8" x 6" MJ Increaser Each 33o 2 111 8"' x 4" MJ Tee Each 4 112 8" x 6" MJ Tee Each c-, 8 113 8" x 8" MJ Tee Each 756- 3 114 8" MJ Cross Each cl t-,u, - - 3 _2 �C,:; 115 10" x 8" MJ Cross Each J�aj 0o 116 12"x 8" MJ Cross Each i�j 6o 117 8" 11 '/4 de MJ Bend Each -V 21 118 8" 22 %2 de MJ Bend Each 6.)1.5- 6 119 8" 45 deg MJ Bend Each 1) 4 /c50 120 8" C1, 51 DJ.P. L.F. 5215 "76 121 10" CL 51 D.I.P. L.F. I OL5 60 122 12" CL 51 D.I.P. L.F. 300 60 Service reconnection w/in trench 123 limits 2" diameter and smaller Each 750 , 59 124 Service reconnection outside trench L.F. 280 limits 2" diameter and smaller 5 0 125 Service reconnection w/in trench Each 5 limits 4" diameter and larger Sod- 126 Service reconnection outside trench L.F. 70 limits 4" diameter and larger 7Z n 127 Install Expansion Tank and Backflow Preventer Each 2 128 Fire Hydrant 5' bug Each g cs 6-o I 129 Fire Hydrant 5.5' bury Each ,5-q,3 o 1 130 Fire Hydrant 6.5' bury Each :56,�ro 2 131 Fire Hydrant 7.5' bury Each I 132 Fire Hydrant 8' bury Each eyyo I 133 Remove Existing Hydrant Each L7 So -t3 3 BID FORM 134 Insulation L.F. ;Z 0 2637 135 Traffic Control L.S. 3�5-ebCl 1 15-0c>c� 1 006 136 Temporary Water System L.S. 1?6 1 137 Asphalt Restoration L.F. ;k 1 5429 138 Jack and Bore L.S. o� I 139 Type 2 Pipe Bedding C'Y. joc-- 20 140 Curb Box/Valve Box Removal Each 6-_ I I 141 Locate & Repair Sewer Service Each 10 6,e;�e0o 142 Signal Loop Installation L.S. 2 F 143 Quality Assurance Testing L.S. oO 0 1 144 Miscellaneous Work Each 1.00 20, EOO= $20,000:::::j TOTAL BASE BID 44-z2'41,24i'r�L 21�1 h)-bi i,41)j-),Y 7�y o� (TOTAL BASE BID- WRIfTff-N WORDS) The undersigned Bidder acknowledged receipt of the following Addenda,which have been considered in preparation of this Bid: No. Dated 0/3 No. Dated No, Dated No. Dated Submitted this day of AQ 2013. SIGNATURE OF BIDDER: Montana Contractor Registration Number 3 ej Contractor Fuel Permit Number 1,Z If an individual: doing business as 4 BID FORM If a Partnership:_ by partner If a Corporation: x c 01 VcJ;6.V (a) by (Seal S71 Title s cl e,, Attest) ( Business Address of Bidder: q 0 4.1 jV[j 4A kc, 4r,- MF tT 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 BID FORM NON-DISCRIMINATION AFFIRMATION FORM [name of entity submitting]hereby affirms it will not discriminate on the basis of race, color,religion, creed, sex, age,marital status,national origin,or because of actual or perceived sexual orientation, gender identity or disability in the performance of work performed for the city of Bozeman, if a contract is awarded to it,and also recognizes the eventual contract, if awarded,will contain a provision prohibiting discrimination as described above and that this prohibition shall apply to the hiring and treatment of the (Dr,. ,,V [name of entity submitting] employees and to all subcontracts it enters into in performance of the agreement with the city of Bozeman. Signature of Bidder: Person authorized to sign on behalf of the bidder AGREEMENT FORM THIS AGREEMENT is dated as of the - day of in the year 201.3, 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: 2013 Water Renovations Project, City 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 tirne, 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. 23 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. 11 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 S. INTER-EST. 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. 63 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. 72 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. T8 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 and year first 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\wpdocsWonnslag reefnn.rni g; 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): Am01111t: Modifications to this Bond Form: Surety and Contractor, intending to be legally bound hereby, subject to the ten-as 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 necessary, EJCDC C-610 Performance Bond Prepared by the Engineers Joint Contract Documents Committee, Page 2 of 3 Contractor and Surety, jubzNv and severally, bind themselves, deb heirs, excuo1ozx, administrators, succusaor^, and assigns 10 Owner for the performance of the Contrmct, which is incorporated herein by reference. ]. If Contractor perfornis the Contract, Surety and Contractor have no obligation under this Bond, except to participate: in cmuteneooem ax provided loParagraph 2.1. 1 If there is no Owner Default, Surety's obligation under this Bond shall arise after: 2,1 0vvocr 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 tohe held not later than 15 days after receipt m[such notice to discuss methods of performing the Contract, If Owner, Contractor, and Surety agree, Contractor shall he u]ln`ycd u rcusnnohlc time to perform the Contract, but such an ugrecuncot abnJ] not vvuJre Owner's right,if any, subsequently to declare a Contractor Default; and 2.2 Owner has declared a CmuLcuotor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default xboU not bodeclared earlier than 20 days after Contractor / and Surety have received notice ao provided in Paragraph 2.I; and 2.3 Owner has agreed to pay the Balance of the Contract Price to: I. Surety in accordance with the terms o[the Contract; mr 2. Another contractor selected pursuant tmParagraph 3.3toperform the Cootruot, 3. When Owner has satisfied the conditions of Paragraph 2, Surety shall promptly, and at Surety's expense, take one of the following actions: � 5.1 Arrange for Contractor, with consent ofOwner,to perform and complete the Contract; or 9.2 Undertake W perform and complete the Contract itself, through its agents or through independent � contractors;or ! 3.3 Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for u contract for performance and completion of the Contract, arrange for a contract to be prepared for execution } by Owner and contractor selected with Owner's concurrence, to be secured with performance and | payment bonds executed by a qualified surety equivalent to the bonds issued on the Contract, and pay to Owner the ur0000d of damages as described in Paragraph 5 in excess of the Balance of the Contract Price incurred hy Owner resulting from Contractor Default; or ! 3.4 Waive its right to 9e/0xnz and complete, arrange for completion, or obtain u new onozraotuz, and with reasonable promptness under the circumstances: l. After investigation, determine the amount for ,*biob it may be liable to Owner and, as soon as � practicable after the amount la determined,tender payment therefor t*Owner; or � 2. Deny liability io whole orio part and notify Owner citing reasons therefor. 4. If Surety does not proceed as provided in Paragraph 3 with reumoouh|c proozptaevo. Surety shall be � deemed to he in default on this Bond 1.5 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 to Owner. If Surety proceeds as provided in Paragraph 34, and Owner refuses the | - i payment tendered orSurety has denied liability, in whole or in part, without further notice Owner shall be entitled tn enforce any remedy available tnOwner. 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 nhmve` dbem 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 gnou1cr than those � uf Owner under the Contract, 7othe limit of the amount of this Bond, but subject to commitment byOwner of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated without duplication for: EJCDC C-610 Performance Bond Prepared ux the Engineers Joint Contract Documents oommiqe* 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. I L I Balance of the Contract Price. The total amount payable by Owner to Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be received by Owner in settlement of insurance or other Claims for damages to which Contractor is entitled, reduced by all valid and proper payments made to or on behalf of Contractor under the Contract, 11.2 Contract- The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 11.3 Contractor Default: Failure of Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 11.4 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY—(Name,Address and Telephone) Surety Agency or Broker: Owner's Representative(Engineer or other aqy)-. f:JCDC 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(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 Payment Bond to be duly executed by an authorized officer, agent,or representative, CONTRACTOR AS PRINCIPAL SURETY (Seal) (Seal) Conti-actor's Name and Corporate Seat 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 1 of 3 ]. Contractor and Soretv, kiodv 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 uf the Contract,which ioincorporated herein 6yreference. 1 With respect no Owner, this obligation shall he null and void itContractor: 2.1 Promptly makes payment, directly or indirectly, for all xuum due(]aio`arna. and 2.2 Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging non-payment bv Contractor by any person or entity who furnished labor, materials, or equipment for use jo the performance ofthe Contract, provided Owner has promptly notified Contractor and � Surety (o1 the addresses described in yurugronb )2) of any oloiroa, deouuudu` liens, or suits and tcmlozod defense of such oluizuo, demands, liens, or noiW to Contractor and Surety, and provided there imom Owner Default. 3. With respect to Claimants, this obligation yhuU he null and void lfContractor pznozpUy /nukeo payment, directly orindirectly, for all nonns duo. 4. Surety shall have mn obligation tu Claimants under this Bond until: � 4.1 {%ubnmnta who are employed by or have u direct contract with Contractor have given notice to Surety (at the address described in Paragraph 12) and mco1 u copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and,with substantial accuracy,the amount of the � claim. i 4.2 Cloiroao(o who do not have o direct contract with Contractor. � 1. Have ±broimbod written notice to Contractor and sent a copy, or notice thereof, to Ovvoez' within � 90 days after having last performed labor or last fomiobed materials oz equipment included inthe oloirn stating, with substantial accuracy, the uruonmt of the claim 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 either received a rejection in whole nrinpart from Contractor, or not received within 30 days of furnishing the above notice any communication from Contractor by which Contractor had � indicated the olninn will hopaid directly or indirectly;and ' 3. Not having been paid within the above 30 days, have mcot unnrittem notice to Surety (at the mddzcmm described in Pmzugzuoh 12) and sent a copy' or notice thereof, to Owner, ototbuX that a � claim is being made under this 8mod and enclosing a copy of the poovimam written uvtioo fumishedto Contractor. � 5� If a notice by a Claimant required by Paragraph 4 is provided by Owner to Contractor orto Surety, that is ' sufficient compliance. / 6. When u Claimant has satisfied the conditions o[Paragraph 4, the Surety shall yruropdy and at Surety's expense take the following actions: | 6.1 Send moanswer to that Claimant, with a copy to Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. / 6.2 Pay urarrange for payment o[any undisputed amounts. � ' 7. Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith bySurety, 8. Amounts owed by Qwo#z to Contractor under the Contract xho0 be used for the per&nznzaoco of the Contract and to satisfy claims, if any, under any performance bond. By Contractor furnishing and Ovvmez accepting this Bond, they agree that all {nodo cmrocd by Contractor in the ycdbrouooe of the Contract are dedicated iuuadafvub�i�abonoufCookac�o,ond �oruTyomdartbim8uod, auf�ec1toO`�ner'op�mrity to use � ' -, tbu;uu�sU> tb� oozuoledmmm[1beWnrk. Prepared EJCDC C-615 Payment Bond _.'.~~~°^^.``._'~.^...^^~^^~~~..~.s Committee.. Page 2 of 3 9. Surety shall not be liable to Owner, Claimants„ or others for obligations of Contractor that are unrelated to the Contract. Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10. Surety hereby waives notice of any change, including changes of time, to the Contract or to related subcontracts,purchase orders, and other obligations.. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Contract„ whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. Definitions 15.1 Claimant: An individual or entity having a direct contract with Contractor, or with a first-tier subcontractor of Contractor, to furnish labor, materials, or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, 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—(Warne,Address, and Telephone) Surety Agency or Broker: Owner's Representative(Engineer or other): EJCDC C-615 Payment Bond Prepared by the Engineers,Joint Contract Documents Committee. Page 3 oC 3 s r 'T°lis looumen,has important le arl consequences; consultsatltin With an attorney is encoura d with re,,sp of taa its use or ralWifacatk,)n, This dt)c;gnient, shou' l),o, 'aclaapto,'d tcti tfle, p all,icular circanni,,,ttanc s 6f the coat t�aTilatet� Project anti the control ling Laws,anti, e Iati6n.q. OF E CONSTRUCTION CONTRACT PI Pr pttW by ENGINEERS JOINT'CONTRACT DOCUMENTS COMM ITTEE and 1 Issued wid Nblishe f Johitly by CE C eWnrtxic,�ri F.nuwnrrc p�Lycine�vaxr l'trAtrw�q s e ��"}� _ �1 American Society National society of ; � r�r�1 n fnee s ProProfessional Engineers f'rrr/eas�nnrJErr�l��ers ftr Prip,�e I�ctice r tip r r, 19A, / ~��w {�� �r',' }Y'W/�l err r7�r�"r ilN�i 'bn� � r T 6jI" T �/ ✓ r"1r� r�A �i'%9%4�J '�'�L 'i;,+.ka4 % // / r/ rill r %�//// i,., , ! ,ii/r / // / r �/ ( $ r i "C/r/�/,%// /Vii i r /r r r j ,Mk i)(; atatl"# fidikk �Grkhff% #k a I ► 9kT� t'►ra~tt ctw r� "omt�z�f, STANDARD GEN RAL CONDITIONS OF THE CONSTRUCTtON CONTRACT } t TABLE OF C NTENT a: p4 e Article I —Definitions and Toirni llo y.................... ............... l 1,01 Defined Towns f,02 Terminoln y. , .r....................................... ......... ......... . ....... ... ..... ........ .............5 r Article Preliminary Matters .6 2.01 Delivery of Bands and Evidence of Insurance .6 1 2.0 Ccapies'of Documents. .6 2',03 Cornmencement of Contract Times;NbOce to Proceed. .6 2.04 Starting the Work. 7 2.05 Before Stating Construction .. . ............................... ......... ., ..'7 :06 Prwec%)nstruction C YiTfozi-itrce, Deli ri tion" of Auth ri ed k6pfes� entati e ...... .7 2.07 Initial Acceptance,of,$chedule~. 7 Article,, C ntr ct Documents,: Intent, A►nert ink, eu.... ... 3102 e# r nce t n i dau ;, ...,....,. ;f l In aril Istrlrng, iscreancres ✓,r.w.x t) � 0- t t i in an u l, , itrr I �60braent , ✓..ts Ei,U It e D r. • y,6x k xYr,...+. {.c�G,m, x ,� ii i i,,,4' aacle 4 �Itlrt usrcc �fnr1 pi —Y, r ✓f+h + �„ %'� // r// rr 7 r y ����h x xa�r �ux fix ✓� r ✓/��� �„ y� } ; rl� >' All rltt ii - pf v. '" r ;Y ,r f gx��rei,Gi/xf�h+SllIIN xe xr a w v �� 2YOS 'l �.:,,i i i�,' j / �� ��, x ,f+1M�^✓M + % ,,.��` '�*4X lJ°7 r�rgrwaxF'g ��y isx F,+4 raxw i�x a��,,, „",p!„” ' 's",� / �/,� r ;m„i �q,l!ni//w //"�;�//�/� i i, ;,,:��i/�ri �”" �;�i,✓/ /// iii �/ � % //,, ,,,,,,��i�/% / / „ ,,, � p / /�� � iG�i � �,� ax "//i„x� �o Yir,?Gl}!e ✓✓ r+ x�mr 4d ✓ ✓r,�., �j v rMn r� /. „r, /i i�, ii,.,../ �,� i..:, ,,,, ��d�i//iii/,,-i /i i // p � ..✓// i//i;,,, ..//�o ii 0 ii/%%/i ��i ;, i ;,,,,,, ' .,�, ,(,,. ,✓• ,.r� /” p ���/ / ��� purr/� i� �� /�i i � %/�,......o,�. `�`x,�„ � �„�"";.. t� fi1� � �r,��f � fro yx 4r r4irY»w+l tx �✓✓rtw�l4�f,.+ G✓,fix x.,,,,*�w �l�rl'� ��l ✓,.« r ,i i/� r,i,�. ,,/�i�„i,,..ii ;,;,<,,,, ��,i%... pip � c ri i i,i ..iii „ , r„„ i ��� /,,,�, i / i % i/ ✓ i // /, ,/ii ii,v,� , , i ”" ;,,^R ”;�i r� �� � ��rfw✓ x✓✓� a .�6 �+..t i��,:,�, ,,�� ��{4�// „r,., � i �p �/� o,,, .,��, �r /' �///iii ,,, n� ,,,,,�„� "r a ,x;�r r� �6” ,err X ��5�y�. �'a l L1 rf �,*fxar t w x/�,w.r ,✓� r..,,�," x. ,l ;;., �ii/� ti ,iyy t ftrf tt t.tn� ftt ,r �,., .l✓ „ '% 9 "r�, � �iF�i.. �,, % �� ,,,,,,: „o,,,, �', �F ,,, ry,.r a .;.Y7�',,. .r,.f ,v=N,,, h �V 6c/+:`!v✓ .�,,, ,,, i l 77/ii„ii ��ii.,l„ ✓,,,, ,;� ,, � /ii / ri/ iii /r � ,i, / i ���.., /�ii/�ii't�://i�.,� ,iiii iiii .ir"/� ;;,. p �/ ";,<.�r / �'° �,��,,,, � i �� i.. i y f rte;! t ,,,f,l,, �y« ���5x�x*rrrF,'f yf�y F�rg�(((,y x��✓,x ,x..✓Fx dr ,y�',� « ,,r xf �r lG+f Iii:ri /�/,ii�c c i r � i i ,, ✓�rp // %„ i p /rill iii � %„ �nLt.. ��ttr :try ' � tr �✓ � r �.,/ r�, „/i,:,�i, �� / ,i pr/ ..i, ,/,;. / ;,,,ii /i/ / � -2/ �,,, ;`� i ,,� � ,.��,! � �; �xxx�,r �wv�,u�����l�,rf!w��f�+,+,�,�w,� ✓✓kr �r r� k � � c x,r,� a K ,x ,l+ i�,,,,,<�%i; p �, s ,,,�'4�� �t ��� t� �t�j�y�A,��,? � w.J�+f �la� 4iwrl��f;t kN/�,���s ����✓ra�i�� r/ns! ,r fir/,+ �„r%ilk .::r✓4�¢'a..�rt�lv.��rv�:+lx �a✓�w�4, ✓� �,. ✓�ii ,"':: ,,,, =„,�d'�,r / i-, i„"„�. ,i,,,/,i..//i,, % �, viii �// ////� ,�e /// .i, � „✓r'. /r,,,,” ,,,/ !ii i%lip/ /i/ o/� ii%; ";'; � ”", � ��1 1, r �"a r �i r9:. ��;ut� �G � fir✓/..,;//,.o,�x,��/ / //�i /// ��/, i i „i/ i i//pil i..�ii� %/i.�,i� / ",i ," �„ ��, ;,- n"r��,,,,, ;.�„ '�. �.x1'w fxx a'xyr4 mYxr x + x 4 rr�✓G�r 64x / ;� xx�( w r..✓ ,.xxr wra / /a p% k y;." ,, l�xtn. ;tlr�r'It��»ttf�.tr� W �x x�i( � „..?�.✓�5 5; �Y J W Ay� W���W �f” / `� �� /i ,,, � "r� ��� f. � fifi�7�r Yr' rwros l;rra.rk,xxx✓��tA,t�x+r✓✓i 4x44rr �x � « "-" x Y¢� 4r✓ f'1 p dMi'�b�xNxi+ �'1��xfxlrm„x,1✓�M'±�M4'P++�,,.F,�,6, 14 b�w'�i r ✓.q w ,✓� ,,rri %� t8 xkx✓���,�+ ,. iiic �55 01 77 ,�rt�w"M n! ✓ ✓F(. i ,r7Y�44;1 i ✓�/ �� / / �/ J ,l x rna�ihii' x�x� r �fy✓5 r fax +r y r x x 4 ',t atrr t`�►�yri�r�f'�w��!� �,>�+isw�c�n�1�att+�+t�ri�'1""w+���`�+^ i�r��tit������m�4a�rart+G`��)� ;�I�r��1�L�r� c�a��. - , 9.02 Visits to Site......... ...................................... ................... ............ ......... .........—....37 9.03 Prt)jectRepiese,n�ativ�e...,,,.... ........................... ........ .......... ............ ......-..........38 9.04 Authori7eO Variations in,W',"ork,........................ ................ ....................... ......38 9.05 Rejecting Def&tiv,e;W0fk ..................----.............-...... ...... . .... ...... 18 9.06 Shop D)7'awings,Clunige,Orders and Payments ....................... ...... ....... 9.0�7 Det�niiination�,,t,,or.V,,,,'iiit,�PrieeW�oik, ................. ...39 9A D eci S i 0 n s on R e q u i re j 11 On ts o f Co i i t r a 6 t,D o co,n i eInts,and,,A c ce p t a bi ln�) of W o rk. .....39 9.09 Liffiftat'ions on Epgineer's Authorityajnd,Responsibilities...............I ............................. ..........39 9.10 Compliance,with 8afery-Prog' raM............................. ........ .................... ..........................40 Ailicle 10-Changes in the Work;Claims ..................................... I.............i.......... ...................... 40 10.101 Authorized Changes in the,Work ... ................... ............... I............. 10.02 Unauthorized Changes i,n,the Work--........................................ .................... .........................41, 10.03 Execution of Chang�e Orders ........................................................ ......................................--...41 10.04 Notification to Surety....--...........................................................................................--................41 10.05 Claim........... ............................................................................................................. 41 Ailicle 1,1 -Cost of the Work; Allowances; Unit Price Work.... .............................. ................ ................ 42 J 1.0 1 Cost of the Work ................................ ��.I,... ..I....... ......... ...... ......I .................... .......42 1 i.02 Allowances......... ...... ......I............-................ ..................... .............. ...........--.....45, 11.03 Unit Price Work.......... ................... .............. ........t...... ............ ....................... .....45 Article 12, C ha0ge of Contract,Pri e Qhaftg of Timels'...,... ................... ...... ....... 1 '0 1 Change of Conttact Pkic ................ 2. e ........... ...... ...... 46 I,Z.01 Cha tTJm6&,......... bf C Onufte '01 Dq of el' v Arti" '643 mvcl�'io '4 jR tw Z, A 4, M ,/7 7, A 6-4 40�1�4 t w 0 "E, gp/,�/,/, "',......... ............''I'll 7, ............/�� a�, 0 '1Z -�`IIR oe 5p R,I'M", �f"//14,Al, 7 I', w,�04, A,ild� �-':"-,Vl 4 T'll", 0 "1"3 R 7', ON/Ae "'0 itj 700 zatup ............. ....."I R(Ji/ `4 1115pe '77 i ARTICLE l DEFINITIONS AND TERMINOLOGY Y 1-01 Defane Teonr A. "''wherever used in the Bidding Requirements or Contract Docurnerits and painted with initial ciapitai ett rs, the terms listed be]ow-will Rave tbr�,n���ta�r�>� s indic,at d, hi It am a pliicabl'e to birth the singular and'-plural thereof lrt, dditiob let tennis sp cifi tdlY, defined, terms wvUll iniiial, capital letters in the iantrae;,Do'curnents'include references to,identified articles and paragraphs, and the titles of other dcacUme,nts or forms. 1. Addenda—Writtln or graphic instruments issued prier to the,opening, of Bids which clarify; correct,or change the Bidding I e uiremeiats, r the proposed otitract D cuments. Agreerrwnt---'The written instrument which is evidence of the agreement between tv caner and Contractor covering the Work. 3. A ,plic ation fr�r Prxti,,ment—The farm:acceptable,to Engineer which is to be used by Contractor during the course'of'the'Work in requestint, progress sir final payment., and which, is to be accompamed by such supporting documentation as is requited by the Contract Documents. nts. 4 Asbe to,—any material that contains more, than one percent asbestos: and is friable ter- is 1 releasing asbestos,, fibers into the aar above urgent action levels sta,lished b y the iUnited tats C7nc:upatioril: a;tety�arrc��ica�th drnir�r�tt �itin 5'. Bid he offer or prt�fat�,�ari t,4'a ids r �ul�rr�rtt cl,aari the pr s+�t°jb f'Jrm;settirr forth the faring for the Wt)fk t 'be et�fprtne . ii i-m ho tri f idol+fir rrtat whx��ubn�?if� a l y drr off t t u�rretw G a ti f Vlil Vhl 9`1, rrn Ott e B,id rn p 4 edi rid the r pntr at t tt catnrre wfs �g rtt latdrn all &oday, ri r�rarrcntgtat "fire ady � hf,tf �uitrr try brd, a�aGtttctrrrrra tt� t ; ici ratty atc fX)iM,i1n end th � , twt ''t � �et ; r �yw � ;tit tl, rit r` rt d w c �r ✓ ,, end ,,. -', ,�, ',,; ,,,,�,ay„i/,//✓a�,,; ,,✓c/r„ i„��ir�"gig,+{-,✓,y,, ,<,✓/ ,Y,�,,(pcp,�i i,��ir��//i//,,;ri,�m✓, ✓v„> ��/ � ✓% // i.” %/ 'M"1�'"iM{�� :..��t�F� j�� 4'H,,;SYrJ 0.:4 ��t�; M�M�`'.N,M+"t '/>'( / ', �/ // '�l 4 � /�// ��� i,i� / /,,/.�✓ a >L ` ✓✓ � �,, � f ttt ��,,�� r a ,�1, 'ftu� r✓t�t�✓t � „;; /iU/ %.�✓� ;�ltti"�ca�A;�%w+� .k;rt�� '�i 14 +�"M+U �6✓✓�✓. l>"N� , � t� r !��4%✓,�t {��� k�.-����/ }�1... C. /% '� `"; ,,,, ,✓✓✓iii,,,, ,,, „, � ✓��,� / ✓ ✓iii ✓i%i iii� /iii /✓ %/ i ✓ )/ �`✓ '� ✓ i/„ / ✓ ✓✓ ,,,,, % ✓ i i ✓ i/,; /�ii �i✓✓ice„ ✓iii ii / ✓ / !, 2 i�✓�„ ✓✓ �%, ., iii ✓ ���„ � ✓„ i�„✓ A, ,,,„ //��/��/ ✓ii ,,,u //// /i / r✓iii,,,�, ✓/,:. /%✓ii✓�,/�/. ,.i rii��/�� ,!///iioi✓i/rr/�:,�„�i� /✓i//��/%i�✓, ;.;� ,i///,,.n / i�,,,, ✓ / ,//�✓� i/✓✓ ✓��ji // Vii.�/ //ri /% ✓ ✓ /'/// ✓ of✓a i/ ✓ ,,%ii/ i 171; ;; ///r. c✓ a.' y / r,F„✓r,,,,,,,,i, ,n �,,,,,,.,;,, �✓� ✓vj✓�✓�„ ,-✓�� /,,,�,e§ ,% ,��,i�iU//zip ,�i,✓i, / � ,,,�✓„ �` ✓+� a, ,,,"�,� a �rc�r ,lwner%,� ttf ��tfr %� � ad uhf fdt�t�,df`�; , '.,, �,,,,., ,/ /r �,� ✓,.o�, „- ,✓ ,✓�' ///✓ i, i/iii✓. ,i //�/ :✓/i��� �"'6 / / ✓. '✓ ,,,: ,,, ,,,✓,' ,,,-,r T"), ',;FiriY *„Q [' t// 59'.; ",M' ^t ✓ r !`jy��✓* ' �✓�1 �. W✓ kYL a r //� „q fi ��jj f� rii✓�;;,; 7 / ✓✓ ✓ ✓� ✓ �� � slt9 , ✓, deprr frf t� , �� �rt � � , � r �, �/ ,,,�'� ri,: �✓ ,r � ✓iii✓,! �✓ /%i� iii/�'/ /% � ✓ lYa rrt� r er` 't et rte at ? wttr' tuent hfttt rt,attc �� f ( tl� ,,, ✓ „ ✓ ,,✓ ✓✓ f 00 a', �0 / /// 9ui i .��..{{f y r ✓ /i�/ Y9�N �/r�{r p( ( r y ,(✓,,(..yyµyy,, #77G'�., 4e37/ 4A/� 7// u, iF4vi� i ✓ ✓ r ,,� ✓ /✓✓ „A , � /✓✓✓ ✓� ✓it% ✓//�✓✓ pf ��vfrt er watt dt; r�al ✓✓ ✓„� t ✓ i r Tt llratr(arS�Vt4rd6�tr r, nar+SiAArrVr� trrr► w`�ra`6a rx'd infr�r# cip"49b 2� t7 l t� oat ��c to r 1'rig AA srM r rt �n r+�tnr r to ', �r It 27. Notice of Ai and The written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successful Bidder with-the conditions precedent lasted therein, Owner will sigh and deliver,the Agrceruent. 28. N(tli.°e'trx Pi-()c ett(i�—A written notice given key Owner to ontractor fixai g,the date on,which the Contract Times will comoien�,e to run;and:can ,wbieh Ctsntractt>r shall 'start,to peritarrn the Work under-the Contract Doc:uni0r)ts, 29, Owvner- -'The individual or entity with hom Contraeuv has entered;into the Agyreement and for wwbotnAhe Work is to be performed. 30. PCBs—Polychlorinated biphenyls. t 31. Petroleum---Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions f temperature and pressure (fatl degree; Fahrenheit and 14.7 pounds per square inch abscilute), such as oil, petroleum, fuel tail, oil sludge,;oil refuse, gasoline,;kerosene, and oil attired with other none-Hazardous Waste and erude'oils, 32. Progress Schedule—A, sehedule, prepared and maintained by Contractor, describing the sequence, and duration of the aetiwiities comp isin the Contractor's,plan to aecos fish the Work within the Contract Times. 31 Prgjjecyt—The total t onstructioti of wwEh ch the YVoa, to be lies fi"wined and r,the Coo tract Documents may he the.whole;or'a part. 4 Pr tki,,I 'eviu,,14l- "he bound d cu.%lb story; ftfo Ott wa prepay l t r l d tr g acid at tru t tt . the m : IiAin tip'the comern's of th T?roiecf �ltssttrail, ww�li��h srt��y e hcstand ra arse'or nsrta`e wrta],Um,es,rata&a sled in the t f is t f +t rst t . ; a Pttr�trtt�� atr puree,, s ciao xsuela , rm hy swiduct naa��ral s defamed tithe tltat0�tct�yt pf l treetit 1t � „a,,tstrsttdecl llrrn frrsu t tfitte a i at `r ,ttt t� rt, �rtttta+ ,/ "h atuttrts � rpt�tfte 1 #urns„ww�hts day , p�/. al�rrdt�tl st twr as y ii, r / r / i ,✓ ////, r i lYkr t Ktt�" iC 7 ✓, s /i/ii( � ,„ r, „! / x '' / , relatesa��pf/ ,� /yyA� ry SAP 4 s. t X �ht t kP t Wk tht OiW ;1 c rc , " tttrttttl d apitst rift/ratf wtr ease „G ,;,��5 /r r /5 Int) "'J”, ;/�f „ / r✓/ }I' ,v / , .t `°'�ii' "�`"krt ^�Ni �iyr"� /// %i/ l�l°i 4t r �d n 2 " �k +�rtrto aticatsnssn ' /// ii ofr t /ltd txte t�tee ' asdtas irttins thy' ' t ,tte ; 1l /; a tfir'rewin ' { t orftrarctofs 1 eattatsitryttfit PP� N CIfx I of ors a �d +rs t L"urrdsfiimra+ r�h 4�srw+kru Ea n;C i i r r �,w"4'i1otk01tit"[3C{;,G (1,WT1 't /X11 '��'9`i,C 0t," CIDC,Aft ii�,t�t� SWC,tt:,, ;,, addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical' conditions under which, the Work, is to, be performed, or to eiriergencies, A Work Change,, Directive Nvill not change the Contraot,Price oi- the Contract Times but is evidence tharthe, part,'ie& expect that,the,�change ord d or documented b 'eIr6 ,y Work Change,, Directive will,,be, in qrporat a s bs Ontly 'issued, Change, Order od in u equ following negotiations by the p i s as,j(),its, Aft e, effect, if any,on tbe,,Conttact P ct Times,, 1.02 Tei-ininoloKy A. The words and terms,discu�sed in Paragraph 1'.02.B,through F are not.defifi&d,but, when used,in the Biddipg Reqoij-,emetits,,orCohtract,j)'(I�uments, havejheindicaited meaning, B. Inteni qf Certain Ternis or A4jectives: I The Contract Documents include the terms "as 'allowed," "as approved," 1�'as ordered," "as directed" or temn.s of like effect or import to auiborize-an exercise of,professionat jpdgment by Engineer, lb addifion, the adjectives, "reasonable,," "suitable," "acceptAble," "p, " per ro satisfactory," or adjectives of like ''ffect or ,impoft are used, to 'describe an action or e detertnihation,of, Enginleer,, as, tO,thc, Work,. 1t is-intended that,su i profes ch,�xere se of ssiorial judgment, action, or determination will be, solelly' to e�val Ote, �hi,, gpnef�al� the Work for conaptioce,with,the infOtmation,in,"the C�)ntrac,t,,�DO,�,uni�nts,,a,nd�,W,,ith,th&dosi I'gh concept of the Proj et as,afu c'Jonir ig,Wbol:6'as shown";qr, n i A uirri�nt, (unles's there Is"a,specific,sta'tement in'di'o' h"', 'm,or adjec& is atiftg"ot,40rw,'ise), The 'use,of�any-stic tet Aot and, shalt n t be�:eft,6c,"fi've"tO*as,sig6 t -E -'all d' 1* i tp,", '0 t)g'in'er, Y�;qy, a do rty, 'd i *406rVis,0�'O", 7-7,�/ (he, W, Ot,,�, U"t bo­ andeft4ke, 7,7 7 77 VIP 0 V P, P :0, y "th" i'en '7, 'The ho night. 7r; ..........��1,1�11�,,�,711 A///,"�11 '3: 6 A "i x` W pii, V ..... .......... di`i/ 0 .......... ........ .. ..'I', "j,A), N, /F .. ........ '3N........... M/ F `-iias e0rIPM111"', el, UK", , 09/0 P V,$MNIM 2 7 OP "d ...............- V,C,_70W, N)o i lb�� 7,6164 "W64"C"4111rad, TOA! Pg®r �b E 2.04 Starting the Work A. Contractor shall start, to perform the Work on the date when the � ,> l I ��nt�°diet T�ntt,�, �e��7�r�'a�.n�t, to run. l'�aa'w'Work, shall be done at the Site prior to the date on which the Contract Times conrimence to run, 2.05 t 'F'fiw-e Storthig C"on trttc•ttctrt A. PrcFfirtlinartfl e;;l erlul s,° Within in 10 days after �hc 1���etive Date, of'-the giveilierit sunless otherwise specified in the General Requirements) Contractoy skull,submit to Engineer for timer review: 1 a preliminary prc ress Schedule indicating the times,(numbers of'days or dates) f6r starting and completing the various stages of the Work-, including any Milestones specified in the Contract Documents;, 2." a preliminary Schedule of Submittals; and 3, a preliminary schedule of Values fcrr all raft e p y h �a° whack includes quantifies and,prices of items which When added together equal the- Ontract Price ,and subdivides-the, Work into component parts in As4flacient detail to',sere as the basis, fir progre; payments during perfrarnaance caf'the,Woi,-k. ueb prices will inc lode an apprr"pri' aina unt:df, OVerhetad and profit applicable.401 each itern of Work,. 100, Pr ec tbst cr Cwfigror cl '01),ti t l3:el re ny ' rarlc t the date �ws �t toted, a, taference attended b ner; c�ntrac l�npan f; an be held tat etbtla a ttktn� uiatrsftltt ;� ta ;tie 1 t the ak ara tt� rctass tlae schadttles ifeaad`tct lratttl µA prcclurs ttr I,ani p" / � �pt�res Ap lt! �tc�tt� lr f"� �� » ate, rtaatantatnan� r / / ANN t "aY/ 1"✓ l , rte � taxttd Cana tt tka stfldtt ntte, t; aa , tl �ttu�uaua�la' "caa t t at tat ye, tla;res ;r � r r rpt, �// tth trtdt(fwttl /,stttl ;; aave tt autltitcit�Xy;ttt'fwiftt trtati " t ,trtf ttttcfit „/..% '�';.�°�,,,r„ ,. r fr,,,,� r/ /<, 1 ,�. /r,,,�rr��,Oi ,f „ C; � ;>„r r/ r attt ecleeat /tttt"e/l %lttlttt arirl/►tom ke ,pp1/ t / t`i {rre�f ^/� g /7jjr *''S�v � jN +� Wl/�ff , ,m / !✓/�/iii„ ,,;, % � ,,,,�� /,�_„ :r /� %ri / //////j // r% ' %%iii / /ii j ” ; / r,: // " � ;/. r, ,.,, ,�/. i�r/ r �', y r.. /! ' !/ „�/ fir, ✓//,,,�/ / // r /%/�.�„/j///,,/ „/; ,/, / / I ..... r„ fly ,� ,i,, ,// % ,;,/ /// //%%/% /„r / 1% Tfte r / the r” r t cc ra p etttan w ttlta a the tttittfa t l itaaera such 1OC ept tt� v ll, neat ltttp e r►rt „ � � �f !4;�.`b 7d���1�MMS�S#rd1!�S,�tM�1ra��,�wfidlk9p���th�4���rli�tmM�+e"��gf� elr�lla�a�ir3�' �G"�pyraYC #I ut+ nUq �nses�x` "I aaryarh < I; 103 oT ej,)r,rtiq,and Resolving Disc•reponcies, I A. Reporting Disc rej.)anvies I. Contr uetrrr s Rei ie iv(,?f Conlreicxt Doctorrews,Bq1breStarfing Mork Before,unde'rta int each p'art if the ''fork, C6ntractor,sbAjj ctatefullly study rand craaazhatatL the,Ccintract'l)crc;,t meats and check, and verity, p rtiWnt figure therein and all applicable, field'nieasur meht;. Contractor shall promptly report iin writing to n ineer any conflict, error, ainibi uity, or discrepancy 1 p y which Contractor discovers, or has actuatl knowledge eel", aiacl ;hall ohtiti n a written interpretation ear clarification from Engineer bet)'re, roceedin p g ' ith any Work I affected thereby. 2.L Conwaclor°s he}-kly, of Conw4ze,1 Documents, During }'er fiarrrrcrn�e' ref Mork If, during; the performance of the'' ork,, Contractor discovers any conflict,drror,'airrabi uity, 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, thcn'Contractor steal) pa.raptly rep ortit to Engineer ihritin , Contractor shall' not proceed with the Work affected therchy('excefat in an emer&nc.y,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 linable to Owner or E ginet r for failure,;to re�p()rt any conflict,,error, ambiguity, or, discrepara y in the Contract E!0cairnehts' unl ss ontractor ��d ;actual kni wiled e tttcr f, " R Reso, t t g t ,:r-c�� l, l c apt ass ii y l other, asc peca)ac wally tt�t r ate rte f Co irlk. r , III ,M th arova a bras l' the Contract lcrtaahts hull taleaecedene aft rtitrn YO `attt (aaty� eta dpttak hetw��n tta lrttvarrau tl�ilt 4,ratact�tcirrctats anu, a to n� a prrsttn any stadrd� sl� �t'10attctauttha' rl „ ausd� r cat any ` pit lethet` t aft �catcly� ttaa°� aated` t e �,, tack zrp tk "�inttaa,t i '",,'; v ;;,, y � ,; � ,(�,',,��ir !r/.✓�(�i�/�i// iii%�, ,��/i%��i i r// i�0 i/ i ii/ii�/��� /, � � i i � 3�� � ✓/iii i / i ,,, / .,.. ,� t ° , "ji „� Tie rar+ rtt cl�t re stp le� ht n 1t �ct to� s� h y , aka r artnttoi� , clitadhx tat the o�k111 try tftatdel� y cirr ; a are 1 � olCt�, r , a and y TCCb � 9nt9rrd �a1yAa 4�r�d, n5 air frraa uedt�an 4,arna4 r , ,era 5 4C,P t4P JN7 7,44o ra' � as 1� art`C a a��a rtMava Pwa n c Grr a C� alb a a t;pax aa, ARTICLE 4—AVAILABILITY OF LANDS;SUBSURFACE AND PHYSICAL CONDITIONS-, HAZARDOUS ENVIRONMENTAL TAL CQII"DITIONS; REFERENCE CE POINT S 4,01 r"la�c�rilabifit rah`' ��s I A. t ww taer laaall tuz it la:tlae it ; as aY Iuatl o"'Pt t ntractor of an enovtb,ranc r r strict ,ions not o f general aapplicattiiQn but s;�oifiu,:alk °�r fated to a�, ,,of the Site, a�ltli wwhleh tw`��ntrar tcta naust comply in performing the Work.. Owner will dbtain ira a,timely manner a] id for easements for permanent strut Lures tar permanent changes in xistirt facilities. " t`Ccxntraletctir and- Own er are unable to I agree,can entitlement to car ctn the amount car,extents if aan)y, of:any adjustment in the' j Contract Pric ou,,Contra t T mes, O both, as a r gulf� an� olat n wb t 7s flaurni,qbata ;tlie Site C or a part thereof,Coy tractor may,make a Claim thor+ for as provid ed iAt Tnaa rafab lti:(l-5. B. Upon reasonable written request, Owner shaall furnish Contractor with a current statement of retard legal title and legal description of the lands upon which the W6r ,is to be erfom ed and Owner's interest therein as necessary for giving notice of or filing a naeclaanic's or construction lien against such,lands in accordance with applicable Lars and Rbgidatiofis. C. Contractor shall 'provide for all, additional lane aand'acc ess� thereto that ,may be required for temporary co ,tra6ctio facilities rr�storage car n�atea°tals attatl equilata5dnt, , : jta-t.�� r,�alci� ria �s� The°atapplraaeritaanata�aas;ierttaf : those e is l ntaw a tra v aaer ' l"�e pl fa i rise, anui tests ,�rf �aahst� "ice �°tatadibi,,)t Qat �r ctiaiivatia tub tlt at an thta ddawln, s I n(wwn tub O ner cal plays �,al cp�dttfr�rti r lawn "'1"0", exasttt� x ;t �a e;,or *�"UI�+Tkafi ptttCr aft wkt' ak1117+C' a11t1" / .: i �r �"� ��yy ro N � LLA�'% � CY^ iR y �d i � � 'aac " ` �y tatcta �� , � tl acuray tctutaacal ta' nan t '� 1'r �t AV aaa °'�dr ' �aai �, ut; ts „tt, � �l �/ aaaa xs air rtt rtnt ct Ica � � fin, �,,;,,<; f i/� -✓y ,/ ,� ✓ r rl „ ryil />,. i,'i���� '�^X„ads ///,ii r,,,:r v; ,ii/ �/ >/// G „A ttt r gl Jb,�,� u, f ,, ;;',>G�k?ae`' ;„� aa-...,���t � "4:,t� �°M'' ,,;; ”„s,.�, � �-,r '> % �i ���^� ��'G,'%%�, ��,I`•� ���1,;,�� %l�„�,i �i �'i%� � ,,; i ,,, „'.ii , i,,.y „ ���///iii%� �,i r Div ;,,,,,,, / ii� ./i i/i �-., ii � /%ii/i i/ ✓i � /%, i�,i.. ,,;, 1a i /, ir. 't ,, � e� r etl � �Y% 4 i ;✓a�,,, %/� i�„J� ( �/� ii � ,..: ✓ , i /” ..-, i is �""� '1 i r ,i., i ... � r r. .��. /-a 4t �, i,,,,/ r /i/ i/. iiii ,� i, „/.. /i it /. � ✓ „i, r �i � ,,,.., ,:.. ,... iii i, /, i iir iii,, .✓ ii,//ii i � „ i / � � � >; ,,,, ,,/. ,. , . „i it i... �.i. ,,, ,. /. ,., o i ��i,r./ i �i ,✓�i ,- ctl 7, iii i ✓ /� %'i ,si /5I i� „/.. �„J/ /ry �%, ,q'/ �� /��;i//jj✓o,,yii /r ",,i �i, % cttrtt claf � att� f� x% a tattcttrt,awla1�tat'a �tttaf� �,,,, 'g, �/ / r, �riiii%%//✓ i ii and rtnta , r�tii, it tc1'� t � 171t � ra� 1ctaa x`111' fans �” of tN�itaterlartativai,c11arztt tl ajaaritatictra JC[�� �M1Stdfr (,:irIrnd�w�ibCth� �ro4lkaatd�r�r` ��nqaet c a�p�ri` bU ; tana �F "r�rMs� tirwrrr & f y'EMI r� ksr? w';; , ar 1 contiguous arras required by the Bidding Requirements or Contract Docum ent to be conducted by or for Contractor prior to C ontrac tor' making s=h,finat eommitnient;or c. Contractor failed to dive the written notice as required by Paragraph,,,4,01A. 3. If Owner and o'ntracttar are, unabl tca agree care eiatitlement tO or c°arr,the 4m.(,,,)unt or a�tent,if any, of any adpir trtaerr in the Contract, price car° C.,Ontract Tir7t 5, car both, a Claim may be made therefor a&provided in Paragraph 10'.05. However, neither Owner or tn infer, or any of their officers, director , nmeunb rs, partners employees, a ger ts, ccansultauits tar �, , f subcontractors shall be liable, to CtDZttr4ct r ,fear any claims, costs, losses, or damages (including but not limited to all foes,and c:harg; s of engineers; archit t:, attorneys, and ether professionals als grid all court car, arbitration tai rather dispute it soluti arr casts sustained by Contractor on or in connection with any rather project or anticipated project' 4.04 Underground Facilities A. Shown, or Inefic ated: 'the,infoirnation and data shown or indicated in. the Contract, Document with respect to eXisting Underground Facilities at or contiguous, to the Site is bared on infcararratican and data„furnished to Owner or Engineer by the owners of such f..lnder und Facilities, including Owner, or by tither, finless, it is otherwise expressly, provided in the upplcmentaaty Conditions:, 1' Owner and Eli ixte r sliatl,n0%t be respc ra5ital for,the e ur ac y far,c tthiol ten s' of,'�aany sash' information tar a provided day t�fher and flee ctit all:raf>ttie following �vi�� b� iatcaadt ;ita,the Cantrwat Bta ,tad, tintiata,r nll have f0lt res'pobsibrlity fu r a - writrtadcb*clinlli, gucha%lctrraatrtnrtcldat h Two rXdrrctnd Fiti rlrtaeslactr cit rtruiuta�tetf>irt the tttatra � attltfcf c fdattn cal ttae �aarri tevttas, cl`suetr tncler' ` 'n � rlrtte�, � rlu wvlentpc� trh" c twrt pct i Oxon �:�' l/ r„ iii,//„r wi iv� i ii/ 1, a sot ty n prpl xon ctt�ftl`�tt��a �� � � t"ctttrsd Ott tltt o R'µ1 /P- 6, /i; i �4V^ 1V5?A'h'�rJ�'rl' yM✓' Si'�' L / / �// ii i /��� i//�i/ / /,. // 9 /,, /,,,ii i., � ii p ;,�„ %f`'ar %r; t i ➢ ' LO�1u � .i %,,/ ,✓� � i;,,, , iiiii/i- i/ /// � iii /i i �i i/, �. �. iii i i, p%%ryr .,r>'�,,, ';f° �r /iii, il.,///,,� ifii, '%✓ ;�%,�,i i ,li%„,�i/%� iioi ncaf ar7 / Ai r9� t t T � v 4Z YM i A� � Wi 7i t9 Ok ,,, ;,,,',,;;, , �/ �j��*N�! ' i ei s” ,,. � t ,,atrfttawtatall�, paty, , dtstttthtn �rtdtttnsf ted tt c r c i w w � ' p its 1 y��wi ��n '; arrtctacita flrewuth„ ,,,�;,�� 'I ft /�i,,, 001/4110'0/� ij `gip% tn'ian ate � r% „!L-. fi / r i /r iii �� w; /i i i /l%i rU nd r�cautrw 04"A A 9t W rrl�t a'� 'ndtre tltdt tt x nd�trt if ,nd � lrt r: ngeratl; � tl ,v t ' dterr f a t wvha h a h ae rs reu Vin, stet the 7ijn , rL4�rta t t �4±�+a w r�h�srrk rarr6r ct. t",c� yriIwku �tw1+ gafswr � r4Hr �na� awti�?r� �ff (, ,�a Att,n-W�%�rr1�; C. Contractor shall not be responsible for any Hazardous Environmental Condition, uncovered or revealed at the Site which was not shown Carr indicated in Drawings or Specifications or identified in the Contract Document' to he Within the scope of,the ork, Contractor'shall he responsible, for a, Hazardous Environmenmal, Condition created with any materials brought,,ht to, the Site 'h Contractor, 'Subcontractors, Suppliers,or anyone else AxT ti liom Contr actor i,rpspctrtsa le. i > . If Contractor erte uaatu�;s IJaz4rdous Env,ironniont#,I Conditi ir'()r if C t��tractc'r or anyone for whom Contractor is responsible,creates a Hazardous Environme,'nlal Condition, C;orifractor shall, immediately: ( )$ecure tar otherwise,isolate such condition, (ii) sta,p all"Fork rta connection xvith. such condition and in'any'area affected thereby'(except in an emergency as required b Paragraph r 16.A); and (iii) notify",Owner and Engineer,(and prompti, thefeafter c nfirmt such notice, in, writing). Owner shall promptly consult with Engineer concerning the necessity for {owner to retain a qualified expert to evaluate such`conditiran or take corrective action, if any. Promptly after consulting with Engineer,Owner shall take such actions as are necessary to permit Owner tea timely obtain rewired permits and prcwide Contractor the written notice required by Paragraph 4aft'a.E. E. Contractor shall not be required to resume Work, in connection with such condition or in any affected area until after Owner,has obtained an ,regtaired permits related. thereto and delivered written notice to Conti-actor: (i) slaectfyin that such condition and any *affects d area as or has been rendered safe for the resum (ion of orjji) specifyiO any speeial conditions under j which such Work,rrway�fx resurr�ed sat, , ff t wn t,and'COntra� for cannot agree as tai entitlerfrent tti or oxt the arr9rautrt or xttc0t if any, cif stay a,ju trtaetit in citi(r ct Prir tai caait ant iii es,, or freatha as a r e tilt ctf"such VVorlc snap tr (ri such app ja c h il;idri$tinder Which ' r s a reed Eta re4iarfa it by C ar tract()ra either, party rrray make a C1uJm therefa r a rovide an l Sara ra h �' write nratrce� tratrr deb not " t rep 5. . If a�ft'er receipt tai su1 q surne such 'fork hcd stn a r,eastartall hehefh rf i trn €fe, t�r' cfe rtrt rrrrwt teMsurrre gut h; oil under;qua lx special: p6Mp ' seh ryy 1 F M tl o„ , y G r-,, ;!� .,- / r y,: /, i ry j/ tfudtttotr to delfed 0", % tt rt Cott tl �;l ee a „ 'fir era Ct tf Cfii �tnrttttht dr��exttent f y uh oft t dptruttont r tfntr a� dr ntact tt reult tf delete suer°pdu of tlttd �� lat atarlrfy�irblyal� 't'+i ` l t!ovt %h Par � p !�l�(t , vet�rv � uletc ,rtl ,taf%th for �l „� ,,, „,✓/ ,�,nr ,,(r iii i /,/o,,; ,,,,!iy� j' :,,i/ //� �i rii�;, i, /� / ;,r // �/ jar ;, ,4� lC"✓M� i � t: ta'+'� �.,/ ��,, ,iii ' %� l is,: ii„ N r/% �, ;r i / r (� ' ', % //,,P� // y patitltte a tnt� r /� � 4n r l ii, a .� ///„: ii /,ail .Doll .,:�i / �- ,,, n;.G/ r/,;,,�,� ,�� „„,,ii,,,iii,%G.. ,- D�.,. % /.i,. i i ,..Gil/,,,i� o',;,,, � /� i tatle ! �� ��'o /��/%/ /,,,i/ i ,,, i%/r Oi / ,,ii G� :J,. /%�//.. ,ii�i /, r�„/fir/ ii��/l�ii ,iii//,O/<.�,.:/ a 0 ,.�/ i / ,n; /d ,v�„r�,,�i,G���:;r, t,//r;,. iiv/..��i„%iJ// �,,,; rttfy� rn � "x '� 9w" 1J� F�w a��ainst tf+�latr�� c+ �s��t�st�s�ar� � �o� �k�nc�ia �a� wrt r►tft lrn�t�d tai tt��f`�;�li���� r �re , ., 1 {F�x. d ��q��,r�r,,,G ,,,ry ;�fF r �i (✓ ;i � i.{�!i;/ � i r',,// ;i� /iii// / % rr i / "n the ' ,,G ... " [c{{”,�/ �yc�;°r �{e, ////y�K iii i 1, i /.,,ri iii,//�, i/i �/ / /� % i e 'd1M as- ko ft I �, �r�"a�i `"'> �� � y%/,'/�'��d',', r?:,+ , /G'�� �� ,�,�ii%l/ i/�III//��%ii /.��////�i� /, �4 r �' . r l ,,i r,rdaecf�tlaxat stY �farard sa % yry r u / p ?��; �i r �� i/ ./. ', �//'jtr' �� 7r ,iS� �r � r � fth + cr , )► (ti , s// truufratr ,t // i���,� //,�� ? ,;� ;,, ,;, ' � i;,,,r.; ���;� ///,,;, i,,�� /ice q �,��G r ,pnrq �tltutr P " rip �! � � „ , taal. tat untrtyrcant 'ndrirtsffilter.cttsartlt rrrdrtyatafgtfrts tt rtc�� ettcC 9 `4� 9t 4tudl� G��sr a(iu�a 4 s�nkra�etn, �rn�w � , �irrhaIC1,7 ° Git�#�sr �u� t f t"3�t�Aaa �u �►u r+r1C 1 rdii r �w igfw i { meet such additional requirements and qualifications as may be provided in the Supplementary Conditions, 5W Cerwtrjicaates r 'Irr.t ctx a A. Contractor shall d liye'r to Owner, With copies,:,,to, eaeh additional ibsured and l i,,�, payee identified; in flee citaplen entitary Conditions f nsurc Viand other evidence 'of insurance requested,by Owner or any other additional insured which Contractor is required to Purchase and maintain,. B. Owner shall deliver to Contractor, with copies to each additional insured and loss payee identified in the Supplementary Cconditiain , certificates of insurance (and other evidence of insurance requested by Contractor or any other additional insured) which Owner,is required to purchase and maintain. C. Failure of Owher to d rnand such certificates or father evidence of Contractor's full compliance with these insurance requirements fir failure of,Owner to identify a deficiency in compliance from the evidence provided shall riot he coiastrued s a waiver of Contractor's obligation to maintain such insurance. D, Owner does not represent that insurance coyer e-and limits estab fished in this Contract necessarily will be adequate to protect Contractor. . the in;ur ttce anti pnstaatanc irxiitiy req: red 'here iat°*shall not,be de cried as a ling tatiaan on Contra r' liahi fy"era ler the i t e n i f t xat d t+,Owne inihe C ntr et l ►ocurna rtt ; f .fl " �ara� q�a�r�' , tttr�cra� A; antaau:tcar ;l� il purcn�asetd tataatato uch irt�,urattcepprapaafe for ti �rttl leis f! a�t # and` , dl prtTMiafe pat�tirt fry"'glzpas setpa/lltt+y glzt ry adtatf ;ix t° to t%lfxdatr C c tat�ctref'nV*p0rT—rJ 4 ta tx f'tk��e y nt ate %0n� to t tlta� Ctrat tna'tatr4tt at,tl tri l� tWfsttt an Con p ed � ntr fractaarq � tlat ap/ +atr d,retly�,pt tnt"� 1acye 'n, t cal;t y e�ttrfcar a �/ �th � �„ try anyonet w at ° u a ' lad,plhr lsat '"i1 e , 'intet 7 7 i t �i /o / /i 3%iii;; AIL /i "�clttart �,; / t dam' trdr n rasnttfarle�p�sctal��an� �„%� �ltideta d r �c� are.'aftatted , ' Carpil' �� aRafi! e, tlPrt �� na� n tNi ; 411'nrr.u. ... ht rxr; 1 " t" 5.05 avnei°"s I itibilin,lnsm-crnce A. In addition to the insurance required to be provided b Contractor under,Para rah 5. l4 �' � � , owner, at Owner's option., may purchase and maint4in at Owners,, expense ether"'s� own liability insurance as w611 protect !owner a a hst claims which jriay, arise front peralions, under the a Contract D(')cunients, N 5.06 A-()j7er iy Ia t s ui-ance X Unless otherwise provided in the Supplementary Conditions,, Owner shall pprehase and in,aintain property insurance upon the ''w ory tat thaw ;bite in the arn(),unt of the full rep[acem,ent oast thereof d (subject to such dedu title,iamounts as may be prravided in the auppleinenta�y Conditions or required by Laws and Regulations. 'his insurance shall; r 1, include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the'Supplettnentary Conditions, and the officers, directors, members, partner„ employees,, agents, consultants, and subcontractor,Graf each and any of them;, each of whom is,deemed to have an 'insurable interest and, shad be, listed as a lass; payee; . be written on a,BuiId is i `�all�ris " p lea ,lbrrn that shat] of least in lud insurance for physical loss or damage, to the " "tar ; t rtalae�rar �uilciirt ;„ ,fare aark, and, materials and equipment in transit; and shall %risiate a ainst at bast the o'lf)viva ;pgiils air eatases sir' l'�aas: fire, li htnita , extender coverage, theft, w�and�t"�M ttatd tuaffeiratis crti; laf f, rt�i a e, c t llap er delara .is dtca al to�rcala tc tt 10 As pne0 by-enfofeertaent 6f UiNv, a id l,t lwf<taiti uw,. wa a cf rp �e a)ther tlJ'ttu that utttts t1 fl ac , end such ll ,r p a lls a �tps S t l l��w�as r ay laeeaifttt�ly regared°,hid tltla "crts,; 3, include e l nse ,ana crr�f tra (f,e epat�c cat tepfa e"p) of<tt�y tns��aa�d pf�aperty�t c r�tn but ht�f fe ,ra? d er p� n�ter a t art l arehutc �t f"5�da t�latertalaa ri v " 1 f,, kt�;fit pit mother lest at t tt,thal� yas a r id tat an. viii/ r i, i wrtti by woe a`rr It errs an �`a fo �% r „ ff „ %kcr pt, t � ttRacaltl t a ,C ,o , a hater al n Nut a" e �h'tt d k#t 4M A tl �, .� l? pp x, ut , 'sfy ant rc. tahatcndetl � ttir ii �, �� ii// �i mv k lttlttrue ,,,��. �. /ii;;,,i,���, ., ✓ �/ // i%��� ///��� /� /ii;/ ,,; '���i,,,,,,, iii i ii/// //// i -n,// „ ,,,� �, ��rrh, c ani`i aa�l�/tati.a[t�r,eht,±ii��di,�,✓i, ,,�����i//i�,� aii/i ,�t,iii�t r%r"ei uit,oi��ai r y�,i+i a//'//%l an ii ta ►tat"s n,%,r,�,t,�<"tt t��ce'i u/,/ d a aR d%//ia'/'t h%i ti'ai t Wn, W t dtvner+h. ,r i he' uasu �„<ca.. ,✓G''o;', t tell y�f rnende to ltttetettar,' �. , „ tt�ttrrttactr � tr �n� ea ,and alt ca, k � t ,Tha y/ r$t tt� ' J ' if�;t, t �� fearichtr, ;�''t�dlir, , fnQ' fk+}%� er dr'`eetrs' 'k. t �GaA"► 'N '�XC89�.r'[ '�i6`Y�""a'AZf''dS���gh 'MJ' 7ML" (1'Wpb't�1,414'1!�kY ..rvN117t4"dh`,, aaayritaC; C�C7tuaar� t-+rttt" rat ?i� tnin+ ar'r�ttar 1(` , ' tinn, t4tinwr,3u�d:,. I. loss due to business interruption, loss of use, or other corasealuential loss extending beyond direct physical loss or dar age to Owner's property or the Work, caused day, arising out of, or resultin g li-caawa fire or other peri,IR whether or not insured by Owner; and . loss or damage to the completed Praaject or part thereof caused by, arising out o#, aaa resulting fri rra fire c rc otha r drrsuratd peril tat aura of loss,c vent ,ley zany raper-, ftasut a t ataaant acne l' on the corn,pl ted Projext,or patrt, �irercoi` layr C�ww�n r dtrri�al partial:utilization pu-suaant to Paragraph 14'.,05, after Sub tantiaf,"C6mpleti�)n,pur,,uant ,t,(y Para 14.0 4, or after final, !' 0ayri eut pursuant to P"araagraph,14.0 .. t C. Any insurance policy maintained by,Owner coverin any loss, damage or consequential loss referred to in Paragraph 5.0 7,F�-s;.hal;[contain provisions to the effect that in;the event of payment of any such logs, damage, or consequential loss, the insurers 'will have no rights of recovery against Contractor, Subcontractors, or'En inter, and the officers, directors, members, partners, employees,agents, consultants and subcontractors of each and any of them.. 5M Receipt and Application c°cation q "paasur ance Proceeds Any insured loss under the prilicies f in$urance required by Paragraph 5.06,will be'adjusted,widi !Owner and,naade'payable to E wvner:as°#fiduciary for th kiss payeea� tis their itate�est�r�aay appear, subject,to the regpireataents of any a phi,able--snort ;a e caws End cif' P<aa�a�raph 5,q -B Owne r shall deposit in acpaaEate aactunt any oaroo recaa$wl,atrad shall dastribtita it in accordiana;e y watlataa li agreemcrat as theaartaew%n uatrest aaaa ra a;,01LIlf nth oteaa rail';agran�erit ls`fat laaxd; the daraaa ou ' r l f be repaatf d-cis° rep,l a4c m`#' rra(a ae s so°r c i r 'app lictl can account . thereate,tanrl ther'tavtaarlt as the co `tfaca�ew coverey ait atpprapaaae lI( Drd, r. ] :'O a as f duci�ary sh;al h ey p r tc dlaa„t'u /settle an Hasa t ►e�fasnrets unles ,one of. ,tire Par s in inteae t Shall aab eat to rrtang w Lathan i d�f a#ter he tadcurrence a l ss, tai wvnea e or ise f";late atww�er if s cl oh ec 4 9 t lduc�� hail a�a s1tlen1ernth�the Ansuaer aaa aera y'a( � tt y� w �" 1C h eni" p,'Al any rh X11 no such a reec*tat ttw��arw aeachect, a� err „ , , l%i a � q , M w l A; v ,i ,, / r lays rat sett tie M-) rt�h,ffre//t�paa�t���� an �i of a� a r�� t? � � � ,ail ,,i/iii �i �� � iii /� / / ��/�� �IN T, % hetry;' wraea d fadttctary��l«ail ���c��� rtd fpntlt tai /pe ,na�lnace fsu�but �� /// r la ��t°�fCt� atrkWS / ,,, �,„,,/ii,% �, , � i, ,, �,✓� /, ,/�i� /,//,�(/r„i, ,���, ,,,, / viii//% / ,/�// // /�/i! / /� / rttaf t t a �, n ii ✓„ �/�/ /i ,////// �/%, i / i„iii� /i/i/i i / /i "��i � < 5�� /�/ " '" H, :r,../, „r, P 'i /�� i /.i/✓ �,///A ,v%// /�I �I// / /../J' ii///a //�.. iii// / /„?„ //,:,.% a�!tafy a 4 '; ,;s ' r�� ,,, //,t w /,� / � *� / � / ,✓ii//� iii/;c ,,,,;. Vii, ;r/i,,,i /i,,,,r: rs /�„✓�� r ,,.i// /i O/. �„/,,, ,r✓�///i //��a/i %/ / /vii r/i/.i� /.�,i.. l..,i thi , ! latttt + fu«llfa� tai uacase a l �, f e,,,� e,,, , ;i { i � � Gant /i // / � % // tfrp GFat / / ,iTr ene r t �%: ttl r / // /� sa y %/ at peat 1 �ttf,�atbyi Lit ex/� t/akt, � %fie ,;,, �/�; yt # h ,cttnututc iadlc ttah voter ,, X "c Ta A G” cat C"wn1utiEaamufawaatw, (�ni I1 I B. All materials and equipment incorporated into the Workshall be as specified or, if not specified, shall be of good quality and inewv, except as otherwise provided in the Contract Docunlents, All special warranties and guarantees required by the Specifications cations shall expressly run,to the;benefit i of Owner. If a�ecluirod°%by Engineer, Contractor shall furnish satisfactory,, evidence (including reports of required tests) as to the source,Vinci, and quality of Materials-and,equipment, C. All materials and equipment shall be- stored, applied, installed, contlecteui, erected, protected cased,cleaned, and corn itioned in accordance with instructions of the applicaible Supplier, except' 7 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 2.07 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 .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 Gmeral Requirements' r applicable thereto,' 2. Proposed adjustments in the'Progre,�s$ lledule'that;will,change the Contract Times shalt be ;�irlirraitted in accor�latice with there uifements of�Artie le l : Adjnstments in Contract,Mmes inlay wanly lie rnatde'by a Change- rtier. .05 "Ybvtrta k crMd "Ot-,6,qy�rr�;�^ Alleneii an itet cif rll�lteril or euiprac*rat rslarfiet car d3 in the% strait k;lttaanaetata b tasln ;te raarnne alt a proprtetrr item/of tie nanpo of cl partluhjf` tupptrer the *pectfiaatlon%"rlr 1` y ""t"'pfaan a intended to etallsh t/ c t% pe luh trc�rt, ap aranc , arty turred:; lnl , tl'lerygv y �Y•, / q q g y R A'M 'SNAA toS.Tt� � r �Sf F 'M.A �rr NN'�' �1, ' p �,,,, i/ oftlledln 'tht nta lto, eratalent;; n tar nohStrta4at, erfdd ather�ttaa ± t "lit cal car ` tl)ritenY t itateral car 1pn�erlt f ceatralz �s� intitt�`fca pnin�r fear rerlw aaraer f circata) lnces`do>s1crrkaed Belt r ,N Y W",irrrr � 1,f t lnaar ole,dut,�i tt 'aten 'i °aerial aaelut lase ,i f ie �Y µ // /// i ,,,,ratent /fir / l 4 atntr t teal is fftnctton,tl o,,.;,, / " ,,,,, /%�%/i% /% i//iii i//� -// %✓�i'//i�rr7� >i//;i/ "'1i /� � �/i/�//�/✓////i�ii� / � %/i„ iii a+4 i�!<,i �^r ii �� i i rel , YcrlC wt he rl+atd wtat 'e� y �ltof�ra �ara dig taal�, tin k'�'`� p 3111 '„ �ii�% Nf � ✓iii �i w. i// � ,p crtrlpflsll ' r N a / p/ � J ,. �w�:V „--`�' „�, iu,,,,�,i. -,,, ///`„i�,%r, �i!;�//�i� ,.ii /,// r//� it �litwFt wt at i"""�^K�a� M 'tot tiM�:� �'Y' tyy0.7� �� „yry��„� .,{��.N i}� / %/0�,�,��///� / /,x �/ 5�, �//,/r��C�i�///��. .. Klw 1p tie ear tl�r « n�kl / ud�ant/ tior� ' '°th tt is oaf leapt, a an tlatt �A a ,ca� tttcto 'altlllt , dc�r'tttlit/ al �attdattc e, / sk ength�attd ue;sr 91 e7"77 .ttt ag,�/ trAt-+9 7d �aitintardG 0ctarrJa( fi> " pyri;h(c, gPrtiaia. caaC'ffeabwtxr+ iriesaMa tp 1atmtr,„;:arrrva3K 4;, 1 0 whether incorporation or use of the proposed substitute item in connection with theWork,is subject,to payment of any license fee oar royalty; i will identity. a) all variations of'tbe, tol ose ,,s ubsfitlute,item from,that speelif edi and h) avaiiahle enptAneerin, , salews,,,maintenance,repair, an replacement services;and 4) shall contain an itemized estimate of afl costs or credits that will result directly or indirectly from use of such substitute item, including gists of aredesigri and claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific paeans;' method, technique; sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by Engineer. Contractor shall submit sufficient iraforniatioti to allow Engineer, in Engineer's sole;discretion, to determine that the substitute proposed is equivalent tai that expressly galled for Lay, the Contract Documents. The regtairements for review by Engineer will be similar to those provided in Paragraph 6605'.,.. C. En iIzr"(err;s valuation: Engineer will be tallowed a reason lalu tine within. hick tai eua9iaat e clr proposal or submittal made pea rtkarft to Para r aphs 6.05.�;and .05 B Engineer naayxequir Co ratrirctor to fumish additional dtrta about the tOpo,��substitute item.pia in r kvill lip tyre wai I 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, ernployees, agents, consultants, and subcontractors, of each and any of thern) for tall losses and damages caused by, arising out oaf",reltatitig tai, or r ;sulting from any of the Perils or cause� of loss covered by such poheies and any other prope'A insurance applicable,tot e Wot . 1f h insurers on any such po icier require separate waiver formstb be signed by;any° a t)ntract r or a�apl;i r, Contractor will obtain the same. i 6.07 Patent Fees'and Rqy4ltie A. Contrractor shall pay all license fees and royalties and assurne'all costs incidetrt to the use in the performance of the 'work or the incorporation in the Work of any,invention; design, prracess 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°err- Engineer, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others,the existewe,of such rights shall be disclosed by Owner in the'Contract N curr ents. B. To the fullest extent perrnitt d by Lawns and Regulations, Owner shall indemnify and hold harmless Contractor; and its officers, directors; rnnabrs, partners, empltayee , agents, consu.ltahts, and sulacontractots from sand against all claims,costs,loses,and damages(including but not lini t d to ail fees and charges of engineers, archite ts, arttorneys, and other rot�ssiatnals, and all court or arbitration or trther dispute resolution costst a is' tit of'or reiatin& to any irit In epzenk of patent rights or cop yr ghts ncittent to'°tie use in,the p rfnrnciarice of the VW«rl or r° lti frtirr�',tl�u rncorptrrsilat tt an Elie " 't rlc a i air gat nt)otr, dest n,pi c ss,;pr ad ct, am device Mier ifiecl i�, the t latrsit t T r►cutr�eraks,lain"t rift gddrrtrt c a�,la d ,a64e t ttt;payrtai tf t art �ra�ensn; fee or,royal ty tea otha r�required,by palont rig�it�or co a ts; To thc, fullest eaatent unit d,h Lawns n y let �ttns, orttr ctor s tall inderrfgatty and hdd h,�ar e rle l o tie atrr i ngtn er, Gard the o f tcers l',r(µycttnr t rrrett �r f I, y� p j �k'g eu7 ''MAkI,,4� 1",y, a onsult tnr J�;uhca)itt�trir,taf eh teo r t a r a �&trt ail clan a � , I, costa 1s c , and'danrragsincl�ud tttt lrttttef tr davit f a + � f xr meethrteets attna nets o / r i,t�ssrt pals A,/ t ltitrtan,eosts l„;nr X c U` k /snd � rra ` t tar d p r„eli` riht tk IAe rt jar M t tla u�,e n th�/e c ,,,,a,;., dextt, r,'pest ptdfact rs ce< t �/srpt �� � ,ilfo , ,,,,��� //!,�,,ii// k nle of `� ,k�r �S Rn :.�t ',;" "' %, ° �, �,� � aflbtn sand: ty� r ,,: ,,,,, ,,.w h ,,,` . ��,;,�� albrra5trctr to tmrts anc8 lryry d tdt t „( r ,'„-„ ✓„ „ o ,. '�,z - �i ,;,,, ,�,�, i�� , �,,,/ i ld ////,/i��i ,�� ,,,, ^,',,,/, ,�,✓i//%% G,ri��� //i��,,; iii//i ���� sh tlntts n�, lntttktartt gat sf a , , vet ie t� c r tt an artsp�tra'tf,1� 4, �;;, 4 � fie a�� t It ; t � �'k `° ✓ p p �erete nc,, td p tlt „ ffdfireaksat *t" el k, ' � �; �� �� f � 1 pay aff clC�fr� tffitir �o y tfxfrycr eettons fir prrvadt praa�anet�t s�wee rfi tic„�t iD ("7 t t o d gna t rj d t�04 ftht as 1"I t tnlaa l aP i Irt*2t 17 N adofiap uti t 1 by any such owner or occupant against Owner, Engineer, aar- any rather party indemnified: hereunder to the extent caused by or based upon Contractor's performance of the Work. B. Removal of, Debris During Pert n-mvnce ark` the l;iwk: burin the prcy�ress (,)if the ork Contractor shall keep the, Site and other areas free from accumulations, of waste materials rubbish, and other,debris. removal and disposal of Stith waste materrals�,rubbish, I nd other j d bris shall cont:carm tai applicai ble Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work, Contractor shall,clean the Site and the Work, and make,it ready for utilization by Owner.,At the completion of the Work Contractor shall remove from the Site all toohsi, appliances, construction,eq'ilipim ent and machinery, and surplus materials and shall restore to original condition all property nett designated for alteration,by the Contract Documents. D. Loth 'inn&ructur es°,, Contractor shall not load nor perrnit any part of atr stru ture to be,loaded in any rnanrrer that will endanger the structure,nary ;hall Contractor subject any part of the Work,car adjacent property to stresses or pressures that will endanger it. h.12 heeor d,Documents J A. Contractor shall maintain in a safe place at the bite acne recarrcl copy, of all Drawings, ra Cificatiaains; dclenda, Change Orders, nark "han piregi es, Reld Clydet s,, and written interpretaticttas;and 'larificat,ions in g,artad t,Mcr �urtd` �intl tatcd t0,sh0wwr c6ati es made duriria, coil tru tiayn: l lies r cc td`dcacurmrt iits tai th t ratli Gill;aA roved, arnpl,s and a counterpart of a .all a �rc;�ved htxp t)fawwiin s ww+ill,be;Ova ilabl tti�ngrn per fir r f r�rt�e ti;t dt�t leticart of the '1 Ior II,_tb a reccJ ral /dot'atna Jrts,,a;%p l s, Bpd l p l r w an ,ww�il�;,be al li ed tta; a aaw fox 6.13 ctracl 'i crt�c:tzcar " rtttacl,+ r halltrll yes stet ble fir intttr a ntantn� ,d ?n end prtr ail= f srr s�aiety' pt;eaaattapn �d prtytarras lfanectrcantta tla ,�al'�%� at �tns� iltty d� t relrOc, ,� , s tae trttracta th cat them re,pcaaa a ar �dkl __P 'p rfpa ru aac t` trtattrk, Hatttt rnphaccap apltablc „�?vi'arlc taat+ ns� �anttt�r shall twww all Ccc�, re',�rtin4r ' � eLC' Tg0. t �tl re1M S� nnt datta aiat , t�ltisw f " / // / / F �// /i���/ d , fac ;4' ,iltlu r � ? � 'C� �tfi "'� � °' he� dr 'y i ta 01/14, a �nr r't 3t tt iti tb ,"artd { 1�� �% /i y ,i k ��s- b , �� t dirt` adlan ,,,tltrttt ,,,tld�n ,�l� K byal �» „ b ,' +%rad + t t 01 n of 0 c S;; i � " , �k 1dit li t ' l, r �%tl Cpt ttdn ;, ? arntracitr a1 cttrply lfll �lll ltcbc n ,artd � tl # ,%rlatta � fetw pCTI Ptis ttr`pre°Pat�r~tyI, df to tlt pr tettitan crf p r d ai'r rtt gent f girt= arxt t' in ate . ,; 1 , ,.l nr l is`, and, EJVrV , 7W,1 �� u�y��cdr�i�G�sotr�aik Or ''k, ►t1 '�tirr� %b �� ingri Pfo "Irif INn� rra °ca;. a required because of the action taken by Contractor in response to such an emergency, as Work; Change Directi+�,,e oar,Change Order will be,issued, b.l? Shop DraaivinAp and Sathples A. CODtractor shall st mit Shop Dtawin :� and Samples to Engine for review and approval in p acca�rd< ice with the tte ept d �`cheOal - o aubinittal's rei�ta�r d hy� Para rap 2,07). Each submittal will be identified as Engineer Maly require. 1. Shop Drawings: 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 perforrnanee and design criteria, materials,and similar data to show Engineer the services, materials, and equipment Contractor proposes to provide and to enable Engineer to review the information for the limited purposes required by Paragraph; 6.17.p`D, 2. Samples: a. atibmit'nuffiber oi-Sam Samples specified in the Specifications. l� p K Clearly ideri 6.19 C0a1111-ac lor°"s General ff°'car-rraiv ,,wul Guarc nlee, A. Contractor warrants and gucarante ; tea, Owner that all Work will be in accordance with tlac Documents Land will not, be defective: Engineer and: its off ceks, directors, members, partners,, enapluye s, c ats, �cansultant�, and subcontractors shall b entity l to rely on representatipp e)f Contractors warranty,4a�d guaarantee. I B. Ccntraptor's warranty,and guarantee hereunder excludes defects or damage caused by: 1 abuse, modification, or improper,maintertance,or operation by persons rather than Contractor u trntraactors, Suppliers, or any ether individual or entity for whom Contractor is r sponsible;, or 2, normal wear and tear under normal usage. C, Contractor's obligation n to perform and complete, the Work in accordance l� P dame watla the Contract Documents shall be absolute.None,one of the following will constitute an acceptance,of c)rk that is not in,accordance with the Contract Documents,or a release of Contractor's obligation to perfo rna' the Word in accordance with the Contract ocuments; l1. observations by En tateea; . r c:orraabendation y Engib er or pa m rtt by Owner+rf akay prd r ss r rrital,P«ay uut, 3. the issuance oaf a ca,rt��cate f ub�taimat�al ��intplut���n by i�a �na�r x any pit iaa nt related: fh r to by'Ow 4, use'o ca wcgp4nO)(t),f the , rlt ot,'an part ther tmf y`C tip; aneuiew,and apprava a a �prarari f;<aa a I stibrrnttcl �`thy' ,u x ref aceptaltilitlrattr; ,,; , n ins' . y „ p�tat n t s tap rtt ai'� y dfh �T ors 1 tn"� an � rretat f'cx " ck / aa %� i i s �rJ� (r, �' ttu ,-5, , r „„,�iry +.+”;,r,./ ;1�,;/„ ��,,; (/ y ,,��,r, /��,,GG ii iii„ / i iii a✓/„���, i�� �i i„%/i iris i7i/�i�ii/,/� r i d �n �fw' ' �� ldittxti attddl� uart� d tt iatbtei, +%.: a// / i iii,i/ i i i tarrolft t � a t,t �' r '�t ° M �w r �t l y��� ,���%/� �� I , p "� t� d �' l �` tt� alfp , ,btdaur , a� u �� a� �tt duafl dtt�t �t It A 0 ,11 Of lc. td dt ,any,,ae It eta at;ta ttrt� �str ,tt „ ra a 'ttr �t � � upl� r �i�y atrdr= tdtr � r tit;, �r� dtly,+��r:taadar��t��y,, f�la�lt� � y'apy/�„� dstt�� ��ar`raa atay;t��� ; t�al��at ,�aa� �r�t7a*f�� l�tt��e��ftt aaa �t�f tl^ridxt� rraaal��lial�lc 10. Qnda�f 4itrnV C�pjct�rar� aCklw+�C�f%itrtr(� G`�nCiek 410wri ttatc ( IT a atcaac �a trceif"a�rfsr bi(}n a n OF, i 1 E. Contractor shall not be responsible for the adequacy of the performance or design criteria required by the Contract Documents. ARTICLE 7 m OTHER WORK AT THE SITE, 7.01 Reloted,Work(it Site A. Owner may perform other work related to the Project at the`Site with Owner's employees, or thr6uph other direct contracts therefor, or have ether,work perfoinieid by utility oWners, If such rather work is neat noted in the Contract Documents, then, 1. written notice thereof will ire given to Contractor prior to starting any such rather work; and 2. if Owner and Contractor are unable to agree can entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such rather work, a Claim may he made'therefor as provided in Paragraph'10.05'. J B. Contractor shall afford each lather contractor who is a party to,such a direct contract, each utility ownerD and Owner, if Owner is performing other work with Owner's employees, proper and safe, access to the bite, provide a tawastanable�opportunity for the introduction,and story of rniaterials and 4iprnent!and the execution of such other work, and properly co rdintate the ''work with theirs, Contractor shall do ;all cutting, fitting, aria atcfain� of the 'fork that nay , r1 r. p g y h euared to property connect or otherwise r'aakke its several pars comae together,agd prriperl it e xTate with aich tither work. Contractor,, not endan er iany woik o� Gathers fey caatting, c in g, or eatherwt e alga°in , arelt w nark, pr ivide,el,°hora ei e,r, th4f'+ c ratrat tray °ra ay. iat OT alter,';others', fork vitfa`,lh avritf to cori5ent; l' n'ine tad"tlae (Jtlt as N -1 c�, rl + a l;he ff cterl ft ttttio aft responsiba�ttic cif i tafaaactor until r tlti� l�araa rapfZ�%rc scat tlae f h fit` f s tc l� wattlfty ca��ra r aid other aµclratataars tp thetent than than are ccirirap raeft,of�rttataactcaa lit a,ag ,caat ctaaatrac t b ,frden tat`and snla;utrftty iuncr °'aaad otla, crrittactcar�;.,. It tlae rather necut`t�rt'cta ae`ttfttty�'p,,at ofnaastr� rk pendaourl° rfta r> ed y otlae;ts uatea this rtaele �', Cc�ntratr;,hall �nspectauch;cther w � dl �p?`r�paP�i ;ael�tat�°t;�t t�utaaeef rya wratan any", deJys, dfect � or, deacaersc lea rn s�atch� tath wr t tf render at uataalaie taithl �fc tie paper eectatt 'tad results Cfp „ii,, i tt� rc tta so repot w�ffl cawtttir�,an acceptance, f, et Either o �t ire �l�i "tlatti%acfc ' �t - � 0 r y�fa e d t ar a �, ,Tf „atl to ntaet fat ath � �� , , i/ rr „�„ at the A),I ���� �v�fl��'�f;vin � u '�et�terat� p � ��i 114 l ; the iatldt�tal entat'y �lt'i � �ll tat aat'd��re oa s � for�coartafln gat p 1 ataita rig",the v�trttaats ct'ariracta w11J tdenxii , the cif rnatte,r to lacyoweaedyatla, utharaly and ran %laalaaajl fie ateaatied;'attttl :, .; event cif�suc�la"' uthoraty an -resporalhifatie wrlf e pro add r tcuau�,�a � aaaaur ah +►rno+� r, anasra. nsyaptWC47; fi�ril �iyfrrarienfl "nintr �ratr aBzalF*01rd 8.07 C dirge Or tler•s A. Owner is obligated to execute Change Orders as indicated in Para raph 1C ,03. 8.08 hispections Tests, and Approvals A. Owner's responsibility with respect to certain inspections, tests,,4nd approvals is set forth in Paragraph 13,03.13, j' 8.09 LitnitatdClns on C7 rz�yr 's d�cs���arr,�;ilallr`tica�° A. The,Owner shill not Supervise, direct, or have control or authority over, nor be responsible for, t 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 fai lure to perform the Work in accordance with the Contract Documents. 8.10 Uhdr'sclosed Hazardous Environmental Condition A. Owner's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.11 Evidea:4,w try arurrt rx%rl "rrcrrr rtr rtt A. Upon request of Contractor, Owner shatl furnish Contractor rcasoriable 0,yideuoe;that financial' arrangements have bon made to satisfy Owner's obligations under the?Contract l cent, 11,1`2 Vomplia,rrc,� . °bffc t the rte, " wwncr" Ornl)(ttyetu,w artd °repro etttatr e hat , oon ply writ the Pewitrc �trplfrte rtttrernetit df rttxattr"s safely prttgtrc of``wwl�r �r, � er ern r�r%tftfa d; faiurSuAnt,10,11 1 ttt gi4 b,"/ 1 :1 , ff1 ��rt 'w; x � ttata A� tarttet wall � wner rcptseptatrre dtata h As tt rl`t P 'x' ftc r � rtsptttrhtfe, end,(, e ttta`ttttwtta ' wf„attthttrit ;� ,Pn"�me t ,anti t1 , e� e ta>�ye d 't i%%iii i y� t ctttrnutttrtt ttfk✓hetfth rite pitrtdt 0, utrtsM l i o AD N , zrtey�,�ttplutettfat�alptrtptttw*ttc� t�iu Ufa a fu+ r�isn`fr //r a ;�nreet dery neeest`y tt� trdet, ttt serve a tt e ee 'cett;'' ua rttdd r ladest "rat�tf prtt and tae lit tf R t xtt co tor' ecut d nor "ed , v "t ,, tnoa�tron ottn d trtn n � d o rwtiott iw me tk� for the be+ lit o1,�wn r, wtl %det6i�i rn , i t en r fti tf`thy stir � t e txr� rn ccordtit tth the Crntart ttrrrept . lrr tneaw%l r�rt, negrrred'45`4u al�rM wax}ia5tiwe r Jb ,Q 7iO4#rndr �crr�k� �iditwn r itd�natrur�o►n�;Crat ��apvrr�,�t �'�t1�a73"��ift�n�r,'���0.aek��af�r�afczin�9at� �ic�l�r�t'ctr. f"i)�"%�4rQ%ripF�t�r'fr�b�+ 1 9.06 S"lio Drnwi,,iiigs, Chcinge i-ilei-,v, iitl P(iy,,anei?tss A. In connection with Engineer ,,; acrthority',-and 1nnitations thereof,, as t 1nop �rawin�s and Samples,see paragraph 6.17. B. In connection Frith Engineer's authority,, and linnjta iotts thereof, as to design;, calculations and design drawings submitted in response tc) a dele tgion cit'`profe�;ional d signn serwAic�s, if any, see Paragraph 6.2 1. C, In connection Frith ngineer's authority,as to Change Orders, see Articles 1t1; l 1,and 12. D. In connection with Enigineer's authority as to Applications for Payment,see Article 14. 9.07 Deternflnation,x fca) Unit Price Work, A. Engineer will determine the actual quantities and classifications of Unit Price 'Work performed by Contractor. Engineer Weill review with` ,,ontractc r the Engineer's preliminary defc rrniiianons on such matters before rendering; a wr tten'decision thereon tby recommenddtion,(if an Application for Paynnent car otherwise). Engineer's Written decision thereon will be final,aril binding (except J as modified by Engineer to reflect changed factusl conditions or more acctarate data' u Pon!Owner and Contractor, subject to the provisions of Paragraph I0'. . 9.08 Decisions on 'equh-ein+ehls Of Confi arzct P0,cloftnts and,AIt�(, ptcabn ljtu zaf Y rk. Y A., En gineer will,be,the lnitiaJ iriterpa-titer of the r'e uir naepts of the Contract--Documents,,,,and juJg 4 of the t ceptabiiity Of ibe "cat-k therop4dr. Al,ll i�atttters"it? ta�stl n ono i�ther,in ttors laet een wrtei tnd Cantractr ttrts prior to tt ;dtaal paitrdt i due rtattat to the cepttbrlaty c1 7 t e 'Waatk, and the rut rpnetanon o theiequi rp nw cif the o'h(ract L),it, rnaent� p t<tnra tai the f penatrntnc ctt the 'tark, trnll"bo re1°ernl nitily tna ttnzpn nn � t°ttntnng rtthntt tts cafilte wwrtt ttn ues ticn;; prrr rr;rr , ngnnee wilt; With teas4trt 1 e pe ray nptn s, e der 8V0ttet d+ "i"O t cttt t e russtr rofe d t wn ;t a Ccibtracton beln c that bye uch c ecnsjc rl e It era cui ,tnr gin'T/a, � ct,tntept> n C"iantr;ttr 1'nnce t,�t " �tr�ct"pnn�es car tth1�tr1, "aanna nta tie n�a+�e ann! �r�,tt�aal�h l�l;�� '�"tae dt� �nIac rdcctson sliall be the date,�l the ent . �h� M ts 't ,.t �s rnto tle r rr rr t ar r „r tt PE�,,, - rr „r, rrrrrrrr rrr r r r %rii r 11�t1' r Vert r r r r r r r rrr rntd r ner aft "'i r� Of Cctnc�tto , lt',ttla prWtsitn h 1r ,rrr rr rr r !r ' "r rrr r t r r /%r �C'7rf Or r r r r ttn / ”4 �t�+' Iqr 'fiF�� �4/iA"^Y Wr,nk.'N✓rr �Y^+D. rrr rii r /j rr �t le an �c/tltt Ott to rat ra� i / n dct�nort%r' nden d fn �x� 4ttt�`t tit s��tlt a�l„ tt r, ri //jr r ` 1.t19P#27J�r } n,?, �1xJ`'4�i r A, enther ng ne r s�a tltortty pr r s nsrbtltty nand r th ,Artac' or r do t�t c th r px ty sloft/,` � thc��'c��ta�ct 1aaw��tarnel�ts t�tt�troy„�eit�i�� �tcle lrronr�c��r trn,; od P' atl��lt�e t+ �et- a�e+arY�n rc awr�ra � CIwj7 t�ttYfnn�+ �ltr: k�"r(f �at T�arxsc 1�1k `„ ILi ;rcrt; ,. 1!0.02 Clnmithorized Circrntxes in the Woi-k 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 trrnended, modified, or supplemented as provided in Paragraph 104, e gept in the case of,an emergency as:provided in Paragraph 01.16 or in tlae cage tit" uncoverin Work as provided in Para taph,l3.t14.). A. Owner and Contractor shalt execute appropriate Change Orders, recommended by Engineer covering: 1. changes in the Work, which are: (i) ordered by Owner pursuant to Paragraph 10.01A, (ii) required because of acceptance of defective Work under Paragraph 13,08A or Owner's correction of defective Work under Paragraph 1 3.09 or(iii) agreed to by the parties, 2. changes in the!Contract Price or Contract Times which are agreed to by the parties, including any undisputed warn or,amount of"time for Work actually performed in accordance with a Work Change irectiye;and 3. changes in the Contract Price or Contract Times which embody the substance of atrxy,written decision rendered by Engineer pursua rrt to Paragraph If..0 , rowided than in, lieu of executing, atriy such, Change Order, an, ag at riaay, be takers, ftorn au such decision in accordance with the prtwisions of the Contract DocXum fits aril ppiit 0.10`Laval and Rts7atidt „ but ring,,;iny,s u `apaala« tra tf�;Mall,c"'airy n;tire° trl tid acr to tla Pr�a re s h ° i1 as�atr`a d i�"; h 6„1 A,' ; r 1 10.04 i iifi' flr )p1 the pr , rs�iris off', tttf more �tre�t /a ��rett tt a urttil clta aeattn �t / t R l provrths o thy, CtartCraet tcunatats ttrludrng, btt not IitnifecY tb, C�otttra Price or ctntret/�taspw tte rya ofn sul :nttce; �)la "aataraettar :, 1 pttnsit , Plte aew'nrt ref e�icb ap �t � f fond be a tfte+drtft tet�tlte of t f r ,rich e1r�n = �r�i ,/ � � t� trtf�o atr / a t/' met tr r '1 t of t,/ttt �Ph f tip " ”% / 5 ,,,,,,. ,', '� s ity,�i..,t,�,y�,i/i/, ,gl� ;.�" r i,i,z's,✓r%/,iii ii i�/��j�, /� H ' 'l "X /,,, Yt+Ctl//ib refr""Jc` t ✓ .�rt,�rrt .rArw, ? // kA�riA; �"i, 7✓ a -' cttndrtrrt t�rduff t + ert/ /��, /// y�„�, �% „ p Y d ✓ tsc e of at✓trt of�an rt ,/ r Sy '� / � h t I� 'l �ii ha udr,tlyd � .aaat,.. p"! ate o' ,� 1pt '4 l of srr ry /�i ip C"lat iii t �nrneer + /the trtr u� t the " , t lr ratert / r f t � g d i t tftt �air t d tr et p tY atf /i stye starf'of ;eon pryvn�rie tkteto Tkte rW s° Ility t ,,fiaabfti a 'last lt'f tin s test, �th. the p t ma ta) the Cl rint 1 chic of�tb atrt aunt or-OX, tenf cif the, 71; itlw stt Pt)t�irr d t� -- KJOK: 70Y k� r� �=q1 Cf! t f� �1 Mr f urnt�ti �xaafsr t ' rh� , NxNI �k �N�Yrr�4�w it �rCa �a �1W� inxr9#rrA flr iip�ti:a�r�a ; I- Payroll costs for employees in the direct eniplcny 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 pe rsonnel' employed full time on the Work, Payroll costs, for employees not ployed full tune on the' Work shall be apporticnned on the basis of, their,time spent cin the,,Work. Payroll costs shall include, but not be limited to, salaries,and Wa nws Plus the Cost of`ffin e benefits,'whic h shad include social security contributions, unemployment, &Ncise, and: payroll taxes workers' compensatim, health anti retirement benefits,lit hw,u es, sick leave, vacation and holiday pay, applicable thereon. The, 'xpenses of'perforining,Work outside of regular working hours, on Saturday, Sunday,or legal holidays, shall he 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. ill ,casii discounts shall accrue to'Contractor unless Owner''deposits funds with Contractor with which, to make payments, in which case the cash; di�seounts'shall accrue to Owner. All;trade discounts,rebates and refunds and returns from sate of sun-lnlus materials and equipment shall accrue to Owner, and Contractor shall stake provisions tic that they may be obtained; 3. Payments made by Contractor to ubeonatractcirs for Work pefformied by uboontractors, if required by`Owner, Contractor shall obtain,eompeti tive bids from snaticrnntractrars at ceptable to owner and taniractor and tihzall ileliv n c7 bid, to Owner, who wvil%then deter mine,with the advace'ctf Ent iheer, which bids„of a,rty; limited to„ the correction of defective Work, disposal of materials or ecluiprnent wrongly supplied, and making good any damage to property. 1. 01 er overh ad or general expense costs of any kind end the costs of any item not specifically' and expressly included in Paragraphs 1 LOLA. C. Contractor's, Fee When all the Work is,performed ota the basis of cast-plus, Ctlntractar's fee shall be determined as set forth in the Agreement, When the value of zany Work covered by a Change Order or when a China for an adjpstment in Contract Price is deteu'nained inn the,basis of Cost of the Work;Contractor's fee shall he determined as set forth in Para grapla l' 1,C, D. Dtrawrar ienta tic,n. Whenever the,Cast of the Work for any purpose is td be determined p ursuant to a Paragraphs 11.01A and 11:01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting 'practices and submit in a form acceptable to Engineer an iternized 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 pc formed for'such sums and by such persons or entities; as may,be aeceptable'to t caber fund Engiheer. B. 'Coxh All`oiva ncews, 1.! Cont ractoragreow that: a. the cash allowance inclu In the cci t;td e ntr tini ll s attar'appli table truc1t d� taunt ytaf` material,', aril°'e uifinient re utr d by th '�aiI,6 an s tax del rid at tl?u bite; and ail a plucaMe: a s,utiil b " nlntr", 7s fwn turtloritt� 1anadtt� tle, tte, l%itir, r"'rrtulll� uur, odrlal paofttA ilatd utthct a xptiitss t av ;been fr'ruun tl wontuact Pttc gad na m the aldwnrw, 'mart fca addrtora pra^ tertt nrt ucdout;'o"arti o tkle`fit ar + inu� t 1 Baal d �; ;, ' f4. � tg ,fo � t ; e a eOw;; ta {d cc 711 t IP/1 / i� r iii; i// i i Prior,t final ���ii t nt N I� y , y y q (1 �l P-'`) 3+r y, C1plt�' t � M' �. Si ui� � k,14� r!5.rya yy,. µq ,y �✓ fi l � y�� 44rr^'M YWar to""rflet a! tt,�al +" Wrnt'�N .M1:'%�� L ; �X� O / rySi 1T �� i y nee ;�/ � ; ljo "antr�ut:Taceuall, u� atrr�tti a tttl t „ iitutaall tl�u� tri�t�,act Price �1'l (� 6 dud tu' 1� �p' '' � '`1 k� ,t �t� d t artu~ t nut, t a �n"rc WO '�o right G17 �aCar�iriiU +��a00/0r, 3'tax n� satx�rt a r U a ,f t„L4 a X11 iii i� tr iG U; ,J k C. Conir ac°trrr°'s Fee: The Contractor's fee for overhead and profit shall be determined as follows:' 1. a mutually acceptable fixed fee; or a 2. if a fired fee is not agreed upon,then a tee based on the following percentages(.,)f'the various portions of the Coast of the Work.` l a. for coasts incurred under Paragraphs 1 LOLA.I and I LOLA.2 the (,ontracto'r's fee shall be 15 percent; b. for costs incurred.under Paragraph 11.0J AJ, the Contractor's fee shall be five percent; c. where one car, more tiers of subcontracts are on the basis of C °�t o s of o the Work plus a tee and no fixed tee is agreed upon, the intent of Paragraphs 12.01,C.2.a and 12.00. ,2.b is that the Subcontractor who actually perfornas trio Work, at whatever tier, will be paid a fee of 15 percent of the coasts incurred by such Subcontractor under Paragraphs 1,1.0 1 A I' and 1 1,01.,A,2 and that any higher tier Snbcontractor and Contractor will each be paid a' fee of five,percent of the antaaunt paid to the next lower tier Subcontractor; d. no fee shall be payable on the basis of oasts itemized under Paragraphs 11.tt1,AA, 11.t11.A.5,and 11.013; e, the arnoiubt oaf credit to be a110 w-,W, by Co ntractoat'taa Owvner for any'Cha ge which results in as net decrease in eoisl vrt11 1i the u*)uI'tat oaf the actual net decrease itx coast plus a deduction in Contractor's fee by an am uaaf e ttal to five,percent of such net ducrea ei wind, f. where borth addrdon' s Traci et`edrts" ao n Taal eta;an orb Dane ohau the"'tadj usttneht; in oantrac oar"w fro �lhat be o rntfaarted pan the l,a"as oaf,tfhe o f tan ;th of ottlano e„wv ih Para r th,,' 12101 e ono least w 112.02 : r crrrc t 7trrcrti% , r the fi oantract f tats taaay tanly �, c h c b a hn e 1rdet A y C1at t tour pan aqU,,, to a t to tfi Coo tt”ct i`inr sl ;ha,� Ott rrautenctt ah'�itteolb the P91, tx ate t the naateer aid the otherp 'thd� � r� rttne with tha �tt ��of Pu tap f t pry k any adlsttt taf' t11 �arttat; 'f�� r c,a, d ka to„t .th �t1t` tt i �, ii F� w w i,; viii i / ust11 ftt tae Cott aster oat„ t tfftc ;t twu�rcla e;art tl t f, �i 1t J� u5 ra tit ,6 „ t 11 „ ///viii / 6 i%�j i p r G A. her Ccaratraetoar, evettf d t�don,c rp etrtu n o th ���rl;wsthi t Voi,w fat ucf trrtcl C dud too 1 1a bo yund the o cantttal off o tfta�act r, the�otrt�C tot to es�«vtl,l tended to+nr�amo rt,t; ualfta the tffne 1clue taf such � �� t �fttNut% d lhera ft� as, rvadedttt aa�a� 1h` .ff ;Aw letas boon thN coantaol oafrrtrao that sh`a11 tttcltle tt nowt ttpaatd to') alts it aid-` ntlr 00ra� �i� arwii ata�ri� CauntrGt Crapk`riiq�� +Wtiynat` Ycx�twiCF" a� fidwprEwxnrwrTti�R`. grq httira %ria. 3 1 13.113 Tests and 1nsJ°e Cr"ons A. Contractor shall give Engineer=timely notice of readiness of the Work,foi-all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections car tests. B. Owner shall employ and,pay for the services of an independer t testing labt�raterr`y ttr perform all inspections, tests, or a provals required by the Contract Documents except, 1. for inspections, tests,or approvals covered by Paragraphs 13.03.0 and 13.0111)below;, '. that coasts incurred in connection with tests or inspections conducted pursuant to Paragraph j 13.04.13 shall be paid as provided in Paragraph 13.04.C; and 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public beady having jurisdiction require any Work (or part thereot) specifically to be inspected, tested, or approved by an employee or other representative of such public beady, Contractor shall assume me full responsibility for arranging and obtaining such inspections, tests, or approvals, fray all costs in ' ine%titrn therewith, and furnish Engineer the required certificate~of inspection tat apprcar�ail. Contractor shall be-responsible fern arranging"a hd obtainin;g�4nd shall pay,all casts in connection math any inspectidrr , tests; ,trr a rov,atl's r q fired` err w�jrrer'Ms and Pra irreer's acceptance of materials or etltuipment to be incorpor4e: in oho�crrk, tar act eptttric f u�aateriaals„ mIix designs, err equipment sul^bitted or approval prior to C 6nirac 'k's purchase,th real f or in uwiarlacarat,ion in the' "i;#rl . Sach'inspeutiorns,Aests, r aprc�r a is til all lie} r t u°urue ` y o rganizatit tg dr to ter � riei°and�riiu-ueer. �. ff any w" rlt tt�r tie trr7~ tit Lath+rsi that;, t be rns ct t1, test , ttr approved;I ca�arzeren; 1, repair such defective land caa•areas;or ?. correct such defective Work, or 3. if the defective Work has been rejected by Owner, remove it from the Prtaject,and replace it with Work,that is not defective,and" 4 satisfactorily correct or repair or remove and replace any damage to rather Work, to the weary of Bathers or rather land or areas,,resulting therefrom. K If Contractor does not promptly compty, wvith the terms of Owner's written instructions, or in all emergency where delay would cause serious risk of loss or dalp4 e, Owner may have the defective Work corrected or repaired or may have the rejected 'Mark removed and replaced. All claims,casts, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and either professionals and all court, or arbitration or rather dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement(including but not limited to call casts of repair or replacement of work of other) will be paid ley Contractor. C� In special circumstances where a particular iteari of equipment is placed in continuous service before,aatbstantial Completion of all the Work,the<correction period for that item array°start to run frorrr an earlier,date if sea provid in the Specifications. D. W6 re; efective' Work (and dama�d to other Weir resultin ;therefiaana� his been ccarrected car cnxeave aiad replaced tandem tla Pafaraap l It7 thcrrcti(aar pecdd'liereurxder vvitl ?repcct td ch ?(atill,1 atertrld feign addateiaal rl df rind year aft ,�uah cce;tieata mar rnaciratl art,rep,aeeanretxt liar been sa#a�l'ttetca�elj���itapli�t , E. caiatrae r s '154'�;attipia runc�et this, p'ara��apta t 0 area t� �tleltti+�to=(ca aril ti�klaea't loll, taCicart tar, ryrrant+ The pacrwrastciras eaf�fha I' rla 13117 shall treat lac ceitstrue d a a 5tthtttut :tia, ear a g we ff,ttr prayvaipns l text ° aprlae� al �,ttttt(l fitats(�ttrta far at «� l ,flltt e crda� � c rat ° , : :If, arts, gad f regU r`att cdtrwtatin eat retrt sv t r l a` pt� en e%t tY efe (aw ' Lark wwra r yn y ��yyw X PTJO �e .}�.Y I WVSwt[ 'A AMei 11 !L:9W SMt e.7 M1r / my / � tataree,t` tfrr tea ae Sept a vvaaea ri ay i c„ " r iii /� i�i i� %i�iii/ ///i dti set, 4t'infffir sfia(t play Ott chii'ns etk(� l� rie � ttatd art e, tarn krtaf ttattf fe aptf clr c �e art t , tntt �, ti #t t ,,,, b„ ,,,,t �' p � , ? t(rwal , ttl;, bar d w // }?! � 71` �. i4!4"� /O,/ ,, h*N.., ��//%� d �4X} t /iy / ,,,, ✓� 'fN %,l dterrrfp t teat, a tftet ;, t 1 It"ate ft l %,,, ,�, , �re �tilen and fba th �dtapstew`, 1 rif 'ta '/irk '(t th ' ft nntract a ur a tat `f thr^" � caS�t rt 1 f� %i a k r p p - � � r�� c eta tt+e, cutr ttt gttaeeri r� tnaend^tae as f bal a' went p i er:lal, rttitl'' 'tv� ans n fie �atr r t 0 t;pp ” car k , of d p �. ff the a f s are u a le tee # r e a�tcJ the am f, l p tf fit, er ,f, die %rn ferelt a /%� / y/// �i ° petvadt ab �trralalt 1tf , f t - ptttd ems a=teauccdaarad'ttn,; n apprit . daa•t t;wily tae psid'b �ett�ti�ae tram fry wvair ` �",�C:�G"��741�1� n�iM�r���en�s�t�,q�dte�l�n���th��+�truc�w�rr� S►nt��ucit; 04 yxiht 0 2007d4fi on1art�ekrana �nn«r ;Q�ar [ .,k arihrr� eveal:, L i 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 Conti-act Documents. If payment,is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably staged at the Site or at another location agreed,to in writing,,, the Application for,Paymeti shall also be;accompar ied by a bill of sale,. or other, documentatit�n warranting th, Owner-has received they materials and equipment free and clear of Al and evidence that the materials and equipment are cowered by appropriate property instirance car other arrangements to protect Owner's interest therein, all,of which must be satisfactory to Owner. 2. Beginning with the second Application for Payaiient, each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of the ''wVVork have been applied on account to discharge C'ontractor's legitimate obligations 1 associated with prior Applications for Payment, 3. The amount of retaina e, with respect to progress; payments will be as stipulated in the Agreement, B. Review of Applications; I Engineer will, within 10 days after receipt of each Application for Payment, either indicate in writing ai reconimendation of payment and present-the Application to Owner or return' the Application'to Contractor indicating ita,writin Er ibe6r'�,r l 6n,s for Tefu sing,to to oilimend payment. In the latter case, Contractor,mad make"the'nccesszry corrections and resubmit the application. 2. Eaatteer's rc connaepclattrn uif any paytauent regte,ted r ati pphcation too Payment will ctntitut repreentat%on buauneer to � ea aeon 9) s"otaeratr,ii1s ol"the eeuted" care as,,-,an,; peracd anti' t�alufed'design`pxofestonal, andcntner ` r v dyr oftli pp icatuiin tier pa a a rif d tl o'°aon�patayaut data Bela ctpl'esm tli t to tl besf df eta the r' twled e, ''or M,at]On ala",, tpe ' aat ttuti.pacat �edtta tlaepai �tthruc,utd ' %te � „ rcttfcntuljct. anatittt of fg, toy upcata nststfal i /T r ��'�`l"` �t i t�✓' Maa",,t,��t�o f� f /t//r, a%r ��,l af o �ton t/"t "tanl e lnam t,« ntha; , / Ta t i a pt}het ulaltlao Y stall`atY �„dteltdttrl ,at Z's, t tia ca d t � race e s` , ear + o�,fr�rctor btfi�; ttt� �p �'tc� ttaettl app a ., e ; `tlld tzi'4t't�f,r tt,r ��ta�teesi tlu���, ,it ' Wd F, v y, ct ? eutdi� any such ayppt�„ n�tttor;%�,+ a tter�, hal�e, v reproertta that,, . tiff a asettt rtttade ttt; cfi�l thtal�ty r th ; u 't,, fhc' krurk `t�s tt ivas hen fa rf aratt l h e h an e It tacsttyew'e tot d to e as aect;.61 l e cult, an rti ress ;tiir ' .l p "MICIrly OU VrOly u,5 D. Rethiction,in Payment: 1. Owner may refuse to make,,payment of the full amount recommended by Engincer because: a. claims have been made against Owner on ac count of Contractor's performance or furnishi tig,of the Work; b. Liens have been filed in connection with the Work,, except where Contractor has delivered a'specific,bond satisfactory to,Owner,tO secure the sat,isfactio'riand,discharge of such Liens; c. there are,other items entitling Owner toa set-off against the amount recommended;or, d. Owner has actual knowledge of the occurrence, of any of the events enumerated in Paragraphs 14.02.13.5.a through 14.02.B.51.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 renia'ining, after deduction of the, amount S() withbeld. Owner shall promptly pay Contractor the arnount so wi hheld,' ,or any adjustment thereto agreed to by,Owner and Contractor,when Contractor renledies the reasons for such action, 3, Upon a sub%'e�luent determination. that, Owner's refusal, of pay1ment, was riot justified, the amount wrongfully withheld shall be tnzwed, as an,amotmt due a det s� ermift�d"by'P4ragr4ph 1:4,02,.C.I 440_su'�bject to irjtere�,s q P vi ed jyi d the,Agre, ent. ,14.03 6(�wrocwjw W' s�a C,0ritt"Adtor, nt 4',1 "w",qot�,,, 10 h t"';w e( th Pi, `tji�'Y Pa'y'ffien lddt� J 5/FX/7x/,/7"­1',77 "M, n Avff �11"Wrl ,, ; $1, )f'Je Jtloe// P I........... M/8; 2, Jj0d k'k 77"",", "o P _0 , HUS, ;o d"t' PC tatV W V11 all aft 0 AN`, r k E, 77, AN P/7 Jo w1l r 0 N 0Ji0t,/,;v 16� 0 M 'd "'A''10' 9"'1$ Py 10,Qd i,�fb­ e, be/, Oil �,t,0407 r�oioo 0" )k F- N, A h xi* litd 4. No use or occupancy or separate operation of part of the Work, may occur prier to compliance with the requirements of P'aragraph 5.111 regarding property insurance, 14.06 ;Final Iit pec?tion, A. Upon written notice from Contractor,,that the entire. Work, or an agreed p�awtion thereof is complete, En inner will promptly wnaak� a final inspection with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work, is incomplete or defective, Contractor shall immediately take such measures as are necessary to complete such Work oi-remedy such deficiencies. 14.07 Final Payment A. ,Aline ation for'Payment: 1 After Contractor has, in the opinion of Engineer," satisfactoril y 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, certificates of inspection maned-up !record; documents (as provided in Paragraph 6.12), and either documents, Contractor may make application for final payment following the procedure,,for progress'payments. 2; The final,Application for l'aayna nt shall be, aecctaiapatiied (e-xc�ept ate prewitausl lelivea°e l lay; aa, all ocunaent�ation called,for in the yar;lracf I cai uments including bail,iac t linwitecf tea the g , ry evidence d it a e Patap :1p 3:h corm, t<af the stardt ,at Ktt1Y l facial p ti etat, <iast cad'all l is a a aan t v nq, t iamta aet"O belareVa 6i"0r `ub sett d , w cnnalall andelty ettecrtve w?a1iaa aaers= ttsfutry t "apt a fall Lrwa i ilwt�«an,san aat f tai z weri fa�9+ ' aa dntxittrrt wtla rr rral f iii u crf tl rel 5 aaaawwrs waf�Teal c� n erl to kar�trah I, and[ aw, apra, e ynea, Cttxaatoaa �frratsh '`�tpl rla, es t ' fl�� afftda f,pf� oratr�twr data xt at , rec etpt wuicu ail f;�+ fi e w t �fl, Arad'e'u men f t, tees . Cwenl � e„fled, / i1 'a anw t / / M/ //( //j / / /////// ,,,%/„ r h� ,� � � � r � r " �� nyb o, „o ��, /� r � / 4 i i i l t� n a y way �at�t t laerts r tauter nee tf, � � '�t`�e v �,,, pwd 34,i % %i ii,,,,i , „ Batt �dttrwvt tt � d „any �aaarlaf��ct 1pltr' utls; i ,istachi�a` iaseam: t� eapt tn� til � ltacl r � y�lur a u )111 W71` 01/10Lt` iii ”; ttl�d a�bnt '� 1.: ff, ova tla a a� oaf E"",ginee r' talk �vtafton� of tla � W6 dur� �� taitytru �udp end, h i fcfacri iarttt ",wc,ai a ;`lne f7al rpcartttt fta,ltiyratf ata mcatpaatayat �i�,'[D�"��7I��Ma��a�1a�^d 4."C�ex�t 4,trn+���w�sn�arf twtc��.�+nrrr�Crtl?�ati4rn=��`tlarat�"�rtl ,xapyriMt ztt�wtsftuorrtwzitl tint"rierfri9 twrt� r,kUMlmw ,, �d9a±�rarrL ; i ARTICL E 15—SUSPENSION SION OF WORK K Ali D TERMINATION 15.01 Ovvner M(v Suspend Work 1 A. At any time and without cause, Owner may suspend the Work- or any,portion thereof for a period of not more than 90(mnsecuti e,days by notice in writing to Contractor anti En fin er which will fix the bate on which,Work' will be r6sumed. Contra for shall' resume the " 1owk tarn the,elate so fixed. Contractor shall be gyanted an adjustment in the Contract Price or an extension of the Contract Tames, or both, directly attributable to any such suspension if Contractor makes a Claim therefor as provided in Paragraph 10.05. 15.02 Owner Mdy Ter min vtefior^Cause VA. The occurrence of any one or more of the following events will justify termination for cause: 1. Contractor's persistent failure to rform the, '4'�'ork in accordance nee xtlt the Contract. Documents (including,, but not limited to, the to supply cuff bent drilled workers or suitable materials or equipment or failure to, adhere to the Progress t�hedule established� under Paragraph 2.07 as adjusted from time to time Pursuant to Paragraph 6.04); 2. Contractor's disregard of Laws or Re elation ,of any,public bodybaving jurisdiction; 3. Contractor, repeated disregard of'the authority of tigineer;,or . Contractor's violation in'atty°substantial ay qf,4llyp t°o iSk ns, f the,Contra'O Documents. If trrxc tar;xa tat' - Of th r)ts id xatxfx in � h"I5 ttc lrr, ivn r +nay,,tuft i gavtng: Co tractor (and saT.'ety ,seven days Written notice, Of xts intent to'terminatd ntractr„ s ruxces iu 1w` ca cldde "ttxxtra A"), fro tfto xife, axad:taltc "�c.;�nn of t �atr aryl p f ali tuxat,actor', X tf p raxrut�e�,,` aristt�uctJ K egwpit�crul, is tid m finer tl ft au d a the tt�oaaGc tt'u tie, full ;fix tent:tht*ytrlti lid-tte by Contxacttixwgthut �ittbxltty tt �iratt tucttyr Itr trPas�a gar conrston ,,„ t / at�t o lte,,,ai tb'outr ' l h to atrutds a��an tflet i i Aa t y 0 i ntxpoa A hxc .hb/ ,� cattpl*t t �tx` , � ttr�t stn tit x No- rtrcocd-sAM �.+ T Cx. h lj/wi) .'WR�tki1'� �,{g try/„ Wf�//X �'�Yy y, �i fax; t", , uutt t?ri 'th y W­x1t f t tt tt i / % y % ;D yy3yy �gg qf��x ��.+�/ y� �,y /��+, �' 'jl:"6 / 4? fA� �{[��tt�.xt yN '�✓ Yjlw!K l`u ; i�/,r,�,,,r „�i✓, // %�i�_!i /�;�e/ cat�d alf lxas cdt ttu <to ta�a� sxnpt bat �t tart t+ a , e tte' „� att ySa 'and Lath � a&N'txto�'rtatton' "3 suastln , a��rxui } r axt�ttarnt `� ,�� t p f n tt �ao ext eeetfttt h< dnt Mane Cpn tat f' l ll pay the aftor xt� td s t n r���� ant „ l� ,„ � i �los ,, axad tanaestnd ty, + x1t rrtil;b reagxter u ,;,trxlaaatalxs,axttvht�. t4`ffi ;1 7xl�lt tr u and GO, rot, "ua e�i an � t arr�';4 rlf at avdrPr � [4�a"pY rxght 4 0,P 'r�r a �a`i s t i t rs i�irc,x� (i t tit�,a i t�tsA ry P� SAM s C tai: to pay Contractor any sure finally determined to be due, then Contractor Wray„ upon seven days written notice to Owner, and Engineer, and provided "+wvner or.Engfileer do mast remedy, such suspension or failure within that tinge, 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 any prejudice to wither right or reined p ,1 y y, if Etaaneer has failed to act on an Application for,Payment within-fit days after-it is subrt�itted„tag°',Owner liar failed for 30 days to pay Contractor any stem finally determined to be due,Contractor may;seven' days after Written notice to Owner and Engineer, stbp�the, or until"lyayrnent is made of all,such amounts dud Contractor, including interest thereon. The p ovisioxrs of this Paragraph 15,04 are' not intended to preclude Contractor from making, a Claim under. Paragraph 10,05 for an adjustment in Contract Prig or Contract Times or otherwise for ex 'rages or damage directly y attributable to Contractors stopping the Work as permitted by this Para ph, ARTICLE 16 D ISIPUT FCESCILUTION 16.01 Me>thi ds and A-o(�e�dta-es A. Either Owner or Contractor may request 'rnediation of',any Claim,submitted to Engineer for a decision under Paragraph 10'.05 befbre suach decisioi becomes final anti binding, The rkaediation will be governed by the Construction Industry, "Mediation Rules of the American Arbitration Association in effect as of the Effective Date of the,���ecnaet t:Tht~rarest fcyr attediation�l�all i be submitted its. writing to the American At°lrifratita�u Asscac anon tiriu� the, tiller Harty tt -tike Contract. Timely submiasion'of the'r uest shall eftcc"t 6f Paragra h I F R. ( raer tan Ca nta�k t a; shall p�aat dipat�e in the tred that pack ss an Mod with. Tlf paocess �hall e re ne rl t iatiti b o ude within l dayof t h 6f`t st ie t t tdita tla on a l?ta l b letea li Wed lr a li- d6n f the rnedaatidn ra►l ;aefc*a° b� ha ver , C. if the faiatt;;is not re it res y rtae iatt ax En a eer' a ,tMun ra g p is a kt i f l C tyt a d to p tsaaant to P �ag,aatkhs 10�6 C. or It; 5 5lkall 'lea aaaa a* ftna at ' iird t,tlzt ul termination Oaf; he tau daatioi� uttles , war l ?I a zrn �rlttch+ tr�rret tat'Cbrrtrac9 ,a a l„ elects�lin r�tttng 1 tnv+ Ce guy tt,Pul -rest5l�aitaoat r�ce�� r��va � f�t�r ai th�� �"nplean ��� x UP- C «u lta91 $11P tl7k«, lt aer ,� % try t ', tee ,/g, u) uttt too ClaAn to andtht i �/ �, � a es v tt n �n ac t e th lnt nt t bit a �' �� � t � , � rt; of cortt�tnt ttarasdat ratan A� $C r l 17,(Y/ ; rrrrt rant° , A. Whelp ,i aay, ov) 10h- 11 tit% lar C ittt:a t T ty uua a t cares"tlae, ; f ,, a � `Wratten taty�ac it rli 1 b cf�u cal tta 1i Vol b eta y��it�ly� av as aim a 1C",Q�� ,'�"�k �j� tift,�A'Sail`fld£!",�A'�,fYt9l a1a8111;4,1p�'�11�.1�,"�► ��TUI"�UO�1Y'�.'�)I1�'l,"d�� ��kta�trl�„�kk�„���M�7'�"V�1tx+�i%at�b+c�k,�'i1,��g��+�+af�ipa�iF�,1hk+Sn��c�;k'cNr�,��,'">I1C",. �!►tk:rai.�w+k�a�°C�k. t I SECTION 00810 SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS These Supplementary Conditions to the General Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. C-700, 2007 Edition) and other provisions of the Contract Documents as indicated below. All provisions that are not so amended or supplemented remain in full force and effect. SC -2.01 DELIVERY OF BONDS Add the following to Paragraph: 2.01.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 I 1.0l.A.5.c of the General Conditions and these Supplementary Conditions including: make, model, and year of manufacture as well as the horse power, capacity or weight, and accessories. Section 00810-6' Edition Supplementary Conditions to the General Conditions Page 1 of 12 SC—4.03 -DIFFERING SUBSURFACE OR PHYSICAL CONDITIONS Add the following to the end of Paragraphs 4.03,A, Contractor to notify Owner and Engineer in writing about differing subsurface or physical conditions within 15 days of discovery and before disturbing the subsurface as stated above. No claim for an adjustment in the contract price or contract times (or Milestones) will be valid for differing subsurface or physical conditions if procedures of this paragraph 4.03 are not followed. SC -4.04 - UNDERGROUND FACILITIES Add the following new paragraph immediately after Paragraph 4,04,A.2. 3. At least 2 but not more than 10 business days before beginning any excavation, the Contractor shall according to MCA 69-4-501, notify all owners of underground facilities and coordinate the Work with the owners of such underground facilities. The information shown or indicated in the Contract Documents with respect to existing underground facilities is based on information and data obtained from the owners of the facilities without field exploration, and as such, Owner and Engineer are not responsible for the accuracy or completeness of such information or data. SC -4.06 - HAZARDOUS ENVIORNMENTAL CONDITION AT SITE Change the first sentence of paragraph A to read as follows: A. Reports and Drawings: The Special Provisions identify those reports.......... SC- 5.02 LICENSED SURETIES AND INSURERS Add the following to the end of Paragraph 5.02.A Without limiting any of the other obligations or liabilities of the Contractor, Contractor shall secure and maintain such insurance from an insurance company (or companies) authorized to write insurance in the State of Montana, with minimum "A.M. Best Rating" of A-, VI, as will protect the Contractor, the vicarious acts of subcontractors, the Owner and the Engineer and their agents and employees from claims for bodily injury, or property damage which may arise 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. T Per Project Aggregate Endorsement 3. Automobile Liability under Paragraph 5.04.A.6 of the General Conditions: a. Bodily„Injury: Each Person $ 500,000.00 Each Accident $ 1,000,000.00 Property Damage: Each Accident $1,000,000.00 (or) b. Combined Single Limit $ 1,000,000.00 Coverage to Include 1. All Owned 2, Hired 3. Non-Owned 4. Contractor's Liability Insurance under 5.04.A.3 through 5.04.A.6 may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. Primary occurrence limit cannot be less than $1,000,000.00. Deductible not to exceed $5,000.00 per occurrence on property damage. 5. Add a new paragraph at the end of Paragraph 5.04.B. 1 of the General Conditions as follows:. The Contractor's insurance coverage shall name the Owner, and Engineer and Engineer's Consultants as an additional insured under Commercial General Liability, Automobile Liability, Excess or Umbrella polices. 6. The Contractual Liability coverage required by Paragraph 5.04.B.4. of the General Conditions shall provide coverage for not less than the following amounts. Each Occurrence 1.000.000.00 Aggregate $ 3 000 000.00 Section 00810-60`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 whom a certificate of insurance has been issued. B. Contractor shall be responsible for any deductible or self-insured retention. C. The policies of insurance required to be purchased and maintained by Contractor in accordance with this Paragraph SC5.06 shall comply with the requirements of Paragraph 5.06.0 of the General Conditions. D. The policies of insurance required to be purchased and maintained by Contractor in accordance with this Article 5.06.A shall comply with the requirements of GC - 5.06.0. The qualifications of the insurance company shall comply with the requirements of SC- 5.01A. 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—6"'Edition Supplementary Conditions to the General Conditions Page 7 of 12 J, Safety provisions must be entirely adequate and meet with City or State and Federal regulations to protect the public on these streets and roads. SC- 6.20 INDEMNIFICATION Add a new paragraph immediately after paragraph 6.20.A. of the General Conditions which is to read as follows: While Owner and Engineer may have the right under this Contract to observe or otherwise review the work, progress and operations of the Contractor, it is expressly understood and agreed that such observation shall not relieve the Contractor from any of its covenants and obligations hereunder, SC-9.03 PROJECT REPRESENTATIVE Refer to the Special Provisions for identification of the responsibilities and authority and limitations of the Engineer's Resident Project Representative (if any). SC- 11.01 COST OF THE WORK" Delete paragraph 11.01 .A.5.c of the General Conditions in its entirety and insert the following in its place: 11.0l.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: 1. For working equipment, the hourly rate shall be the monthly rental rate divided by 176 hours per month plus the hourly operating cost. 2. For equipment on standby, the hourly rate shall be 50% of the monthly rental rate divided by 176 hours per month, and the hourly operating cost shall not be applied. 3. For specialized equipment rented for a short duration used for change order work or additional work not part of the scope of work bid, the Section 00810—6h Edition Supplementary Conditions to the General Conditions Page 9 of 12 SC—14.02.0 PAYMENT BECOMES DUE Delete Paragraph 14,02,C.1 of the General Conditions in its entirety and insert the following in its place: I 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.Lc to read: ...entitling Owner to a set-off against the amount recommended, including liquidated damage,s;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—6h Edition Supplementary Conditions to the General Conditions Page 11 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 of prevailing wage rate schedules, or for information relating 10 public works projects and payment of prevailing wage rates visit ERD at www.mtwagehourbopa.com or contact them at: Employment Relations Division Montana Department of Labor and Industry P. O. Box 201503 He|enm, MT 59620-1503 Phone 406-444-5600 TDD40G-444`GS4Q The Labor Standards Bureau welcomes questions, comments and suggestions from the public. Xn addition,we'll � do our best to provide information insnaccessible format, upon request,in compliance with the Americans with Disabilities Act. MONTANA PREVAILING WAGE REQUIREMENTS The Commissioner of the Department of Labor and Industry, in accordance with Sections 18-2-401 and 18-2-402 of the Montana Code Annotated, has determined the standard prevailing rate of wages for the occupations listed in this ` publication. The wages specified herein control the prevailing rate of wages for the purposes of 18-2-401, et seq., Montana Code Annotated. It is required that each employer pay(as a minimum) the rate of wages, including fringe benefits, travel � allowance and per them applicable to the district in which the work is being performed, as provided in the attached wage determinations. | All Montana Prevailing Wage Rates are available on the internet at www.mtwagehourbopa.com or by contacting the � Labor Standards Bunumumt(40G)444-5SOOorTDD (4O8)444-SG4S' In addition, this publication provides general information concerning compliance with Montana's Prevailing Wage Law and the payment of prevailing wages. For detailed compliance information relating to public works contracts and payment of / prevailing wage rates, please consult the regulations on the internet at www.mtwagehourbopa.com or contact the Labor Standards Bureau at (4O0)444-50DOnrTOD (4U8)444'5S49, | KEITH KELLY Commissioner � Department of Labor and Industry State mfMontana � ' TABLE OF CONTENTS MONTANA PREVAILING WAGE REQUIREMENTS: A. Date of Publication ................... ....—.......... ......... ....... ........... ......... ............ B. Definition of Heavy Construction ......... ... ........ ......... ....... ..._... ............................................... C. Definition of PublicWorks Contracts .................................... ...................... ............. ............ D. Prevailing Wage Schedule ....... .........—...... ....__..... .......... ............... ...... ......... ........ E. Rates to Use for Projects ......... ................................ ...... ........ ........ ......... ........... ....... F. Wage Rate Adjustments for Multiyear Contracts ....... .......... ...................­­- & Fringe Benefits ...... ... ....... ........... ............. ....... ......... ...... ............._.... ................ H. Apprentices ..... ...............__.... ...... .......... ...... .............. ...... ............................ ............ 8, Posting Notice of Prevailing Wages .................... ....__........ ............. ......... .............................. ji J. Employment Preference ... ........___........ ......... ................ ............. .............................. i ir WageRates ................ .............. ......... ...... .......... ........ ........................... ......... 1-7 A. Date of Publication January 27,2011 B. Definition of Heavy Construction The Administrative Rules of Montana(ARM)24,17.501(4)—(4)(a),Public Works Contracts For Construction Services Subject to Prevailing Rates, states: "Heavy construction projects include, but are not limited to, those projects that are not properly classified as either 'b uilding construction', or 'highway construction.' Heavy construction projects include, but are not limited to, antenna towers, bridges (major bridges designed for commercial navigation), breakwaters, caissons (other than building or highway), canals, channels, channel cut-offs, chemical complexes or facilities (other than buildings), cofferdams, coke ovens, dams, demolition(not incidental to construction), dikes, docks, drainage projects, dredging projects, electrification projects (outdoor),fish hatcheries,flood control projects, industrial incinerators (other than building), irrigation projects,jetties, kilns, land drainage(not incidental to other construction), land leveling(not incidental to other construction), land reclamation, levees, locks and waterways, oil refineries (other than buildings),pipe lines,ponds,pumping stations (prefabricated drop-in units—not buildings), railroad construction, reservoirs, revetments, sewage collection and disposal lines, sewers (sanitary, storm, etc.), shoreline maintenance, ski tows, storage tanks, swimmingpools (outdoor), subways (other than buildings), tipples, tunnels, unsheltered piers and wharves, viaducts (other than highway), water mains, waterway construction, water supply lines (not incidental to building), water and sewage treatment plants (other than buildings) and wells." Federal Davis-Bacon wage rates as published in U.S.Department of Labor General Wage Decision No. MTI 0000 1 Modification No.8 have been adopted by the Montana Department of Labor and Industry for use in Heavy Construction projects and are included in this publication.These rates apply statewide or as shown in MTI00001 Modification No, 8. C. Definition of Public Works Contracts Montana Code Annotated,section 18-2-401(11)(a), defines"public works contract" as "a contractjbr construction services lot by the slate, county, municipality, school district, or political subdivision or for nonconstruction services lei by the state, county, municipality, or political subdivision in which the total cost of the contract is in excess of$25,000... D. Prevailing Wage Schedule This publication covers only Heavy Construction occupations and rates in the specific localities mentioned herein. These rates will remain in effect until superseded by a more Current publication. Current prevailing wage rate schedules for Building Construction,Highway Construction and Nonconstruction Services occupations can be found on the internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at(406)444-5600 or TDD(406)444-5549. E.Rates to Use for Projects Rates to be used on a public works project are those that are in effect at the time the project and bid specifications are advertised. Page i ................. HEAVY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY 27 2011 F, Wage rate adjustments for multiyear contracts Section 18-2-41.7,Montana Code Annotated states: "(1)Any public works contract that by the terms of the original contract calls for more than 30 months to fully perform must include a provision to adjust, as provided in subsection (2), the standard prevailing rate of wages to be paid to the workers performing the contract. (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 fulfill the obligation...a contractor or subcontractor may: (a)pay the amount of fringe benefits and the basic hourly rate of pay that is part of the standard prevailing rate of wages directly to the worker or employee in cash, (b)make an irrevocable contribution to a trustee or a third person pursuant to a fringe benefit fund,plan, or program that meets the requirements of the Employee Retirement Income Security Act of 1974 or that is a bona fide program approved by the U S. department of labor; or (c)make payments using any combination of methods set forth in subsections (1)(a) and(1)(b)so that the aggregate of payments and contributions is not less than the standard prevailing rate of wages, including fringe benefits and travel allowances, applicable to the district for the particular type of work being performed (2) The fringe benejit 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 bonafide programs that meet the requirements of the Employee Retirement Income Security Act of 1974 or that are approved by the U. S. department of labor. " Fringe benefits are paid for all hours worked (straight time and overtime hours). However, fringe benefits are not to be considered a part of the hourly rate of pay for calculating overtime,unless there is a collectively bargained agreement in effect that specifies otherwise. H.Apprentices Wage rates for apprentices registered in approved federal or state apprenticeship programs are contained in those programs. Additionally, section 18-2-415(2),Montana Code Annotated states, "...The.full amount of any applicable fringe benefits must be paid to the apprentice while the apprentice is working on the public works contract " Apprentices not registered in approved federal or state apprenticeship programs will be paid the appropriate prevailing wage rate when working on a public works contract. 1. Posting Notice of Prevailing Wages Section 18-2-406,Montana Code Annotated,provides that contractors,subcontractors, and employers who are "per,jbi-wing 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 continuingfor 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 ii HEAVY CONSTRUCTION SERVICES 201.1 EFFECTIVE JANUARY 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, ......... -------------- Pagel ........ HEAVY CONSTRUCTION SERVICES 2111 EFFECTIVE JANUARY 27,2011 ZONE DEFINITIONS CARPENTERS, CEMENT MA8{}NG^. 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 rouhafnzmthemeereo County Courthouse of the following listed towns to the center of the job� BILLINGS, BOZEMAN, BUTTE, GREAT FALLS, HAVRE, HELENA, KALISPELL, LEWISTOWN, MILES CITY, K8[83OULA Zone 1� O to 30 miles - Base Pay Zone 2: 30to6O miles-Base Pay+ $2,95 Zona3� Over 0&miles- Base Pay+$4.7O *CEMENT MASONS ZONES: The above cities plus D|LL0N. GLASGOW, GLENOlVE. S|ONEY ________________________________________ CARP10028'0020510112009 Rates Fringes Carpenters: (Zone 1) Carpenter& Pi|ebuck $23.25 $8.90 N10kwhghL S2715 $&BQ _________________________________________ | CARP0028-004060112008 Rates Fringes ' Diver Tender $27,27 37O0 Diver $50.54 $7.80 DEPTH PAY (Surface Diving) U5Obz1O0feet $2,OO per foot 1O1bm15Dfeet $3.00 per foot � 151 to 220 feet $4.00 per foot / 221 ft& deeper $6.00 ELECO044~00106/01/20110 Rates, Fringes � Line Construction (1) Lineman $37J3 4.7596 * $10�61 (2) Equipment Operator $25.13 475% + $10�95 (3) Experienced Gruundman $20.27 475% + $1U.33 / --'---��—'---------'- ------- Page HEAVY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY 77.2011 ELECO233-0018001/2009 BLAINE, BROADWATER, CASCADE, CHOUTEAU, FERGUS, GLACIER, HILL, JUDITH BASIN, LEWIS& CLARK, LIBERTY, K8EAGHER. PETROLEUM, PHILLIPS, PONDER/\. TETC)N.T{}OLE. VALLEY, AND VVHEATLANDCOUNTIES Rates Fringes ELECTRICIAN $27.96 4.75S& + $9,36 -'---- ----''-------------' ELEC8233'00208/81/2809 BEAVERHEAD. DEER LODGE, GRANITE,JEFFERSON, MADISON, P{}VVELL.AND SILVER BOW COUNTIES Rates Fringes ELECTRICIAN $2610 4.75% + $10.80 � ____-_--_-_-_____-_-___-_'-_-_'____-_-- ELE00532~001 06/01/2010 GALLATlN, PARK, AND SWEET GRASS COUNTIES Rates Fringes \ ELECTRICIAN $26.61 $10.27 | ______________________________________ ELEC0532-003 06/01/2010 BIG HORN, CARBON, CARTER, CUSTER, DANIELS, DAWSON, FALLON, GARFIELD, GOLDEN VALLEY. MCCONE, MUSSELSHELL, POWDER RIVER, PRAIRIE, RICHLAND, ROOSEVELT, ROSEBUD, SHERIDAN, STILLWATER, TREASURE, VNBAUX AND YELLOWSTONE COUNTIES Rates Fhn0wm � ELECTRICIAN $2938 175% + $8.3Q E0EG0788-0810$0112008 FLATHEAD, LAKE, LINCOLN, MINERAL, MISSOULA, RAVALLI, AND SANDERS COUNTIES Rates Fhmgwm ELECTRICIAN $27.02 $10.37 � / Page ��-- ------- -'����-'---------�-------- / HEAVY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY 27.2O11 ENG|0400-0010610112009 ZONE DEFINITIONS FOR POWER EQUPMENTOPERATORS: 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, BOZEKQAN. BUTTE, GREAT FALLS, HELENA, KAL|SPELLM|SS(]ULA Zone 1: Ohz30 miles- Base Pay Zone 2: 3Uto6O miles'Base Pay+$3.5O Zone 3: Over 8U miles- Base Pay*$5.50 Rates Fringes � Power Equipment Operator (Zone 1) Group $23.47 $9.50 Group $23.94 $9.50 Group $24.34 $9.50 Group $25.00 $9.50 Group $25.50 $9.50 � Group $26.88 $9.50 Group $27.10 K58 POWER EQUIPMENT OPERATORS CLASSIFICATIONS � GROUP 1: Air Compressor;Auto Fine Grader; Belt Finishing Machine; Boring Machine, small;Cement Silo; Crane, A- Frame Truck Crane-,Crusher Conveyor; DW-1 0, 15, and 20 Tractor Roller; Farm Tractor; Forklift-, Form Grader; Front-End Loader under 1 cu yd; Heavy Duty Drills; Herman Nelson Heater-, Mulching K800h|ne� 0|er, all except Cranes &Bhuxm|n� / pumpman. GROUP 2: Air Doctor; Bockhoe/Excavator/G hovel tmand including 3 cu yd; Bit Grinder-, Bituminous Paving Tnnwa| Plant: Boring Machine, large; Broom, So|f-Pm»poU*d; Concrete Travel Batcher; Concrete Float& Spreader; Concrete Bucket Qiopatchmr Concrete Finish Machine; Concrete Conveyor; Distributor; Dozer, RubbopTired, Push & Side Boom; Elevating 8rader/GrodoU;, Field Equipment Serviceman; Front-End Loader cu yd to including 5 c yd; Grade Setter; Heavy Duty ' Drills, all types; HoimtlrmgQer. m||; HydraUft&oimilmr| Industrial Locomotive; Motor Patrol, except Finish; K&ountninBkidder; � Oiler-Cranes&Shovels; Pavement Breaker, EMSCO; Power Saw, Self-Propelled; Pugmill; Pumperete/Grout Machine; Punch Truck; Roller, other than Asphalt; Roller, Sheepsfoot, Self-Propelled; Roller, 25 tons and over; Ross Carrier� Rot mi|VunderGft; TrenuhingKAadbime;VVashing/ScneenimgP[ant � GROUP 3: Asphalt Paving Machine;Asphalt Screed; r/S hovel over 3ou yd; Cableway High0ne; Concrete Batch Plant; Concrete Curing Machine; Concrete Pump; Crmmou, Cre0sr; Coanee, E!ecthcOverhead; Cranes,24 tons and under; Curb Machine/Slip Form Paver-,Finish Dozer; Front-end Loader over 5 cu yd; Mechanic/Welder; Pioneer Do�e� Ro||er.Aspha|t(Bneakdmwn &Finish)� RotomiU over single, twin, orpuUin� BwUyDump�Yo-YoCet � . . . . . . GROUP 4: Asphalt/Hot Plant Operator; Cranes, 25 tons to 44 tons-, Crusher Operator-, Finish Motor Patrol; Finish Scraper. / / GROUP 5: Cranes,45 tons bo including 74tons; GROUP 6: Cranes, 75 tons to including 149 tons; Crane, Whirley (all). ' GROUP 7: Cranes, 150 tons to including 250 tons (add $1.00 for every 100 tons over 250 tons)� Crane, Stiff-Leg or Dnnick� Helicopter Hoist, Crane, Tower(a|0. / --� � --- --'------------------'--- Pagc4 ---------------------- HEAVY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY 27,2011 KRON0014-00207/0112009 FLATHEAD, GLACIER, LAKE, LINCOLN, MINERAL, MISSOULA,AND SANDERS COUNTIES Rates Fhmgam IRONWORKER $26.34 $16.58 --------------'--'—'—'—'—'----'—'—'--- |RON0732-009 0810112810 REMAINING COUNTIES Rates Fringes IRONWORKER $25.57 $17.21 _______________________ LABO1686~00106101/2008 Rates FhmQon � LABORER(Zone 1) Group $17.14 $0.72 Group $20.10 $072 Group $20.24 s672 / Group $21.08 $6.72 ' LABORERS CLASSIFICATIONS GROUP 1: F[agpenaun � GROUP2. All General Labor Work; Burning Bar; Bucket Mam� Carpenter Tendac Caisson Worker; Cement Mason ` Tender; Cement Handier(dry); Chuck Tender; Choker Setter; Concrete Worker; Curb Machine-Lay Down; Crusher and Batch Worker; Fence Erector; Form Getter; Form Stripper; Heater Tender; Landscaper; pipe Wrapper; Pot Tender-, Powdermmn Tender; Rail and Tnmoh Loaders and Um|oadern: Ripnapper; Sealants for concrete and other materials; Sign Erection, Guard Rail and Jersey Rail; Stake Jumper; Spike Driver, Signalman; Tail Hoseman;Tool Checker and Houneman� Traffic Control Worker. GROUP 3: Concrete Vibn*kn-, 0umpman (8radamen); Equipment Handler; Gemtexti|e and Liners; High-Pressure Nozzleman; Jackhammer(Pavement Breaker); Laser Equipment-, Non-Riding Rollers-, Pipelayer; Posthole Digger (Power); Power Driven Wheelbarrow; Rigger" Sandblaster;Sod Cutter-Power. GROUP 4: Asphalt Raker; Cutting Torch; Grade Setter; High'Goa|er; Power Saws (Faller& Conorote); Powdemnan ($i.0Q per hour above Group 4rate); Rock& Core Drill;Track or Truck mounted Wagon Drili;Welder including Air Arc. � / / / / _____ pageS HEAVY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY 27,2011 PAON0280~001 0701C2002 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 &Westthrough the Southern city limits of HELMSViLLE), RICHLAND, ROOSEVELT, SHERIDAN, TETON, T[JOLE. VALLEY, AND VVHEATLANBCOUNTIES Rates Fringes PAINTER $13.85 1% + $3.4S -----------------------------------------___------------------- P/\iN0280-002 07/01/2802 FLATHEAD, GRANITE(North of a line running East&West through the Southern city limits of PHILLIPSBURG), LAKE, / LINCOLN, MINERAL, N1|SSOULA. pOVVELL(North ofe line running East&West through the Southern city limits of HELKAQx|LLE). RAVALLi AND SANDERS COUNTIES Rates Fringes / PAINTER $10.85 19& + $8.45 PAJN1922- O186/O1t2O0g BEAVERHEADB|BHO�NCARBON �AR7ER8U@TEB �AVVGON O�E� L�D{�E FALL0N GALLAT|� GULDEN � ` ` . . . . . ` . VALLEY, JEFFERSON, MADISON, MUSSELSHELL, PARK, POWDER RIVER, PRAIRIE, ROSEBUD, SILVER BOW, BT|LLVVATER' SWEET GRASS, TREASURE,VV|BAUX,AND YELLOWSTONE COUNTIES PAINTER / (|ndumbha|. includes industrial plants, tanks, pipes, bridges) Rates Fringes � $21.08 $0.00 ! PLAS0110'0018501/2888 STATEWIDE (except DEER LODGE, JEFFERSON, POWELL, and SILVER BOW COUNTIES) � Rates Fringes / CEMENT MASONS: (Zone 1) ! Area 1 $18.83 $0.98 Area *2024 $6.86 AREA 1: STATEWIDE (except DEER LODGE, JEFFERSON, POWELL, and SILVER BOW COUNTIES) / AREA 2: DEER LODGE, JEFFERSON, POVVELL,AND SILVER BOW COUNTIES | -���-------------'—��—� ��� � —���� Page6 - | HEAVY CONSTRUCTION SERVICES Z012 EFFECTIVE lAN0A8Y27,2011 PLUM0030-003091 1/2009 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|CHLAND. ROOSEVELT, ROSEBUD, SHER|DAN. 8T|LLVVATER' ` TETON, TOOLE,TREASURE,VALLEY, WHEATLAND,WIBAUX AND YELLOWSTONE COUNTIES Rates Fringes PLUMBER Commercial $28.25 $13.48 Industrial—Power Generating Plants $30.80 $13.40 -------------------'—'------'—'---- | PLVK80041'001 07101/2010 . BEAVERHEAQ. BROADVVATER, DEER LQDGE, GALLAT|N, GRAN|TE, JEFFERSQN, LEWIS AND CLARK, M/\D|SON, PARK, POWELL, SILVER BOW, AND SWEET GRASS COUNTIES Rates Fringes PLUMBER $28.26 $13.05 ------------- ------------------------------------------------- PLUKD0459~08105101/2010 FLATHEAD, GLAC|ER, LAME, LINCOLN, K8|NER4L, M|GGOULA. RAVALLI. AND GANDERS ' Rates Fringes PLUMBER $27.51 $12.08 / � TEAM0002-00185/01/2008 Rates Fringes TRUCK DRIVERS: (Zone 1) | Group 81414 $5.92 | Group $ 18.84 $5.02 TRUCK DRIVERS CLASSIFICATIONS: � GROUP 1: Pilot Car GROUP 2: All Combination Trucks and Concrete Mixers; Distributor Driver All Dry Batch Trucks; Dumpman. Grawo| ' S�naade/Box Opomboc/N| Dump Trucks and mhnikaoqui�nnen including DVV21 or� � . . � ^ Flat Trucks; Servicemen: Lowboys, Four-Wheel Trailers; Float Semi-Trailer; Lumber Carriers, Lift Trucks & Fork Lifts; Pick-up Driver hauling mabmho|; Powder Truck (Bulk Um[nadartype}; Power Boom; Service Tmd/ Dhvnna, Fuel Truck Drkena,Timemem; All Water TankDrivem; Petro|eumPnuductsDhvem; TruokmwidhpowmrEquipmentsuoheoVVimch,A, Frame Truok, Crane, Hydna|ift. Gout-Crete Truck, and Combination Mulching, Seeding& Fertilizing Truch�Truck Mechanic- ------------------------------------------------------ � WELDERS -Rwcekmotepnauoribedforcraftperfonningoperationtnvvhich welding ioincidental. END OF GENERAL OEC1GlC}M ' Page ------------------ ��� ��-------------- HEAVY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY 27,2011 NOTICE OF AWARD Dated: TO: ADDRESS: PROJECT: CONTRACT FOR:2013 Water Renovations Project You are notified that your Bid opened on for the above Contract has been considered. You are the apparent Successful Bidder and have been awarded a Contract forthe:2013 Water Renovations Project, The Contract Price of your Contract is: Dollars($ 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 Agreement the Contract Security(Bonds)as specified in the Instruction to Bidders(Article 20),and the General Conditions(paragraph 5.01). 3, List other conditions precedent: You must deliver with the executed Agreement the Certificates of Insurance as specified in the General Conditions(Article 5) and Supplementary Conditions(paragraphs SC-5,04 and SC-5,06). Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned,to annul this Notice of Award, and to declare your Bid Security forfeited, Within ten(10)days after you comply with these conditions,OWNER will return to you two fully signed counterpart of the Agreement with the Contract Documents attached. CITY OF BOZEMAN, MONTANA ATTEST: BY: BY: (CITY MANAGER) (CITY CLERK) DATE: Notice to Proceed Date: Project: Owner: Owner's Contract No,; Contract: Engineer's Project No.: Contractor: Contractor's Address: [send Certified Mail, Return Receipt Requested] You are notified that the Contract Times under the above Contract will commence to run on . On or before that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 4 of the Agreement, the date of Substantial Completion is , and the date of readiness for final payment is [(or) the number of days to achieve Substantial Completion is , and the number of days to achieve readiness for final payment is 1. Before you may start any Work at the Site, Paragraph 2.01.B of the General Conditions provides that you and Owner must each deliver to the other (with copies to Engineer and other identified additional insureds and loss payees) certificates of insurance which each is required to purchase and maintain in accordance with the Contract.Documents. Also,before you may start any Work at the Site,you must: ladd other requirements]. Owner Given by: Authorized Signature Title Date Copy to Engineer EJCDC C-550 Notice to Proceed Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page I of 1 MONTHLY PAY ESTIMATE SUMMARY Date 2013 Water Renovations City of Bozeman, Montana Estimate No.—- to 2013 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 KOO $0.00 Less Materials Used: $0.00 $0.00 $0.00 Subtotal: $0.00 $0.00 $0.00 5% Retainage: $0.00 $0.00 $0.00 Net Earnings, $0.00 $0.00 $0.00 Less 1% Gross Receipts Tax: $0.00 $0.00 $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: #VALUF Work Done Based on Installed Cost: #DIV/O! 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: 3/3011900 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,Bcx 1230 Bozeman,MT 59771 PAY ESTIMATE NO lc ,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 $0.00 $0.00 $0.00 $0.00 102 Mobilization L8 1 0 0 0 $0.00 $000 $0.00 $000 103 Connection to Existing Main EA 19 0 0 0 '$0.00 $0.00 $0..00 $000 104 4"MJ Gal Valve wN.B. EA 4 0 0 0 $000 $0,00 $0.00 $0 00 105 6"MJ Gat Valve wN B. EA 3 0 0 0 $000 $0.00 $0,00 $000 106 8"MJ Gat Valve wrV B EA 30 0 0 0 $0.00 $000 $0.00 $0.00 107 10"MJ Gat Valve wfV.B EA 2 0 0 0 $0.00 $0.00 $000 $0.00 108 12"MJ Gat Valve wN.B. EA 2 0 0 0 $0.00 $0.00 50,00 $000 109 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 0 0 $0.00 $000 $0,00 4000 111 8"x 4"MJ Tee EA 4 0 0 0 $000 $0.00 $0.00 $0.00 112 8"x 6"MJ Tee EA 8 0 0 0 $000 $0.00 $0.00 $0.00 113 B"x 8"MJ Tee EA 3 0 0 0 $000 $0.00 $0.00 $0 00 114 8"MJ Cross EA 3 0 0 0 $0,00 $000 $0.00 $000 115 10"x 8"MJ Cross EA 1 0 0 0 $0.00 $0.00 $0.00 $0,00 116 12"x 8"MJ Cross EA 1 0 0 0 $000 $0.00 $000 $0.00 117 8"11 114 deg Bend EA 21 0 0 0 $0.00 $000 $0.00 $000 918 8"22 112 deg Bend EA 6 0 0 0 $00() $0.00 $0.00 $0.00 119 8"45 deg Bend EA 4 0 0 0 $0,00 $0.00 $0.00 $0.00 120 8"CL 51 DIP LF 5,215 0 0 0 $000 $000 $000 $0.00 121 10"CL 51 DIP LF 60 0 0 0 $0.00 $0.00 $0.00 $000 122 1'.2"CL 51 DIP LF 60 0 0 0 $0.00 $0.00 $0 00 $000 123 Service Reconnection whin trench limits EA 59 0 0 0 $0.00 $0.00 $0,00 $0.00 2"diameter and smaller 124 Service Reconnection outside of trench LF 280 00 0 $0,00 $0,00 $0.00 $000 limits 2"diameter and smaller 125 Service Reconnection win trench LF 5 0 0 0 $0.00 $0.00 $0.00 $0.00 limits 4"diameter and larger 126 Service Reconnection outside of trench LF 70 0 0 0 $000 $0.00 $000 $0.00 limits 4"diameter and larger 127 Instil expansion tank and backtlow praventer EA 2 0 0 0 $000 $0.00 $0.00 $0.00 128 Fire Hydrant 5'bury EA 1 0 0 0 $0.00 $0.00 $0.00 $000 129 Fire Hydrant 5 172'bury EA 1 0 0 0 $0.00 $000 $000 $0.00 130 Fire Hydrant 6 112"bury EA 2' 0 0 0 $0.00 $0.00 $0.00 $0.00 131 Fire Hydrant 7 112'bury EA 1 0 0 0 $000 $0.00 $000 $0.00 132 Fire Hydrant F burry EA 1 0 0 0 $000 $00,0 $000 $D 00 133 Remove Existing Hydrant EA 3 0 0 0 $0.00 $0.00 $0.00 $0010 134 Insulation LF 2„637 0 0 0 $0.00 $0.00 $0.00 $0.00 135 Traffic Control LS 1 0 0 0 $000 $0 00 $0.00 $0.00 136 Temporary Water System LS 1 0 0 0 $000 $0.00 $0.00 $0.00 137 Asphalt Surface Restoratdon LF 5,429 0 0 0 $000 $D 00 $000 $000 138 ,tack and Bare LS 1 0 0 0 $000 $000 $0.00 $000 135 Type 2 Bedding CY 20 0 0 0 $0.00 $000 $000 $0,00 140 Curb BoxNalve Box Removal EA 10 0 0 0 $000 $0.00 $0.00 $D 00 141 Locate and Repair Sewer Service EA 10 0 0 0 $000 $0.00 $000 $000 142 Signal Loop Installation EA 2 0 0 0 $0.00 $0.00 $0.00 $O.OD 143 Oualtty Assurance Testing LS 1 0 0 0 $0.00 $0.00 $0,00 $0 00 144 Miscellaneous Work EA 20,000 0,.. 0 0 $1,00 $000 $000 $000 SUBTOTAL BID ITEM WORK INSTALLED $000 $000 $000 Materials in Storage $000 $0 00 $000 Materials out of Storage $000 $0.00 S000 SUBTOTAL $000 $000 $0.00 Total Amount Due $0.00 $I0 00 $0.00 Less.Retainage 51✓ $0.00 $000 $0.00 Subtotal $000 $0.00 $0.00 Less 1°7o-Gross Rac epts Tax $000 $0.00 $0.00 Subtotal $000 $0,00 $000 Less Previous Payments $0.00 50.00 Total Due This Payment S000 $C 00 CITY OF BOZEMAN ACCOUNTS PAYABLE P.O. Box 1234 .Bozeman, MT 59771-1230 (406) 582-2334 WARRANT# PAY TO: DATE RAID: WARRANT TOTAL VENDOR DATE INVOICE# FUND ACCOUNT OBJECT PROJECT DESCRIPTION AMNT $ TOTAL $ CERTIFICATION TH'ATGOODS OR SERVICES HAVE BEEN RECEIVED: "1. 2. DEPARTMENT HEAD OF DESIGNEE APPROVAL: FINANCE DEPARTMENT REVIEW: 1, 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 Its# 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: F")All Work under the Contract Documents: F The following specified portions of the Work: Date of Substantial Completion The Work to which this Certificate applies has been inspected by authorized representatives of Owner, Contractor, and Engineer, and found to be substantially complete. The Date of Substantial Completion of the Project or portion thereof designated above is hereby declared and is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. A [tentative] [definitive] list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. The responsibilities between Owner and Contractor for security, operation,safety, maintenance, heat,utilities,insurance and warranties shall be as provided in the Contract Documents except as amended as follows: Amended Responsibilities a 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 r,JCDC 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 1 of I 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: D Nonagreement on pricing of proposed change. E] 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 Received 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 1 of 1 CHANGE ORDER No. DATE OF ISSUANCE EFFECTIVE DATE OWNER CONTRACTOR Contract: Project: OWNER's Contract No. ENGINEER ENGINEER's Contract No. You are directed to make the following changes in the Contract Documents: ............. Description: Reason for Change Order: Attachments: (List documents supporting change) C14ANGE IN CONTRACT PRICE: F. CHANGE IN CONTRACT TIMES: Original Contract Price Original Contract Times: Substantial Completion: $ Ready for final payment: (d2 Xs 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: (d4ys or aates) Net increase(decrease) of this Change Order: Net increase(decrease)this Change Order: Substantial Completion: $ Ready for final payment: (days) Contract Price with all approved Change Orders: Contract Times with all approved Change Orders: Substantial Completion: $ Ready for final payment: (days or dates) Contractor certifies and agrees that there are no additional costs or claims for extra work, additional time, delays or omitted items, of any nature whatsoever associated with the subject change order items, except as identified and set forth herein and unless expressly stated otherwise in the Change Order. And further,that the price agreed-upon herein represents the full cost and value for the subject work performed and the materials supplied under the terms of the contract and that the work quantities and value were properly deten-nined and are correct CONTRACTOR(Authorized Signature) Date RECOMMENDED BY: APPROVED BY: (ENGINEER- Signature) Date OWNER(Authorized Signature) Date EJCDC 1910-8-B (1996 Edition Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America and the Construction Specifications Institute. Page I of 2 C:\BackupVQ13 Water Renovatjons\Specs\COB Change Order Form.doc, CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION This document was deve1cped to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a Subsequent Change Order if they affect Price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating Change Orders to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed in the Agreemeit, any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order should be used. B. COMPLETING THE CHANGE ORDER FORM Engineer normally initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor, or requests from Owner, or both. Once Engineer has completed and signed the form, a.11 copies should be setito 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 performed change. After approval by one contracting party, all copies should bwnt to the other party for approval. Engineer should make distribution of executed copies after approval by both parties. If a change only applies to price or to times, cross out the part of the tabulation that does not apply. Page 2 of 2 CABar,kup12013 Water Renovations\Specs\COB Change Order Form.doc ORDER TO CONTRACTOR TO SUSPEND WORK Federal/State Project Number Suspend Work Order No. DATE: 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 only when 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 calendar days 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 1 CABackup`2013 Water RenovationstSpecs\7 suspend—wrk.doc 12/6/12 ORDER TO CONTRACT[JRTO RESUME WORK Federal/State Project Number Resume Work Order No, u*/ c: City of Bozeman Project Number |U: 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 vvnrk, you are hereby directed to resume major operations on this project effective Under the terms cf your contract for this project, charged during the period work was suspended. At the close of work on the date specified in the last Suspend Work Order, ofthe calendar days Contract Time had been used. ms|endor days were charged during the period work was ounpended, therefore, un the date this resume work order is effective, calendar days of Contract Time remain. The (revioed) contract completion date is 20____ Please siQnall five copiesin the spaceprovidedand�turnthmmtothiau��a 8ne�ppr�vedoo�yvviUb�returned for � � " your file. � CONTRACTOR OWNER Receipt Acknowledged, Date: BY: BY: TITLE: TITLE: Address for | � Order to Contractor to Resume Work — Page 1of1 SPECIAL PROVISIONS I. 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 Addendurns,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 and appurtenances in Mendenhall Street from North 71h 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 run coneurreDfl� 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 5. LIQUIDATED DAMAGES Subject to the provisions of the Contract Documents, the Owner shall be entitled to liquidated damages for failure of the Bidder to complete the work within the specified contract time, The Bidder agrees to pay liquidated damages for compensation to the Owner for expenses incurred by the Owner during the contract time overrun. As compensation for expenses incurred, the Contractor shall be assessed a liquidated damage of $500.00 per calendar day for each day that the work remains uncompleted beyond the contract period 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 information which may be pertinent or required by the Owner. 9. BIDDER'S QUALIFICATIONS The Contractor shall show evidence that he has the finances,organization,and equipment to perform the work with a limited number of subcontractors. The Contractor will be required to have a full- time resident General Superintendent on the job at all times while the work is in progress. He shall be in a position to direct the work and make decisions either directly or through immediate contact with his superior. Absence or incompetence of the superintendent shall be reason for the Owner to 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 PRECONs,rRUCTION 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 setup 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 Uniform 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 minim-am 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. Signalized Intersections. The Contractor shall coordinate with the City of Bozeman Street Department and the Montana Department of Transportation when working in or near a signalized intersection. Signals shall not be disrupted without prior approval by City of Bozeman Street 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. 5. Flagging shall be only performed by certified and properly equipped flagpersons. Flagging shall be done as described in the booklet"Instructions to Flagpersons"published by the Montana Department of Transportation. 6. Sidewalks and crosswalks shall remain free of debris and open to pedestrians to the greatest extent possible. When necessary pedestrian detours shall be established or the sidewalk shall be properly closed to travel in accordance with the MUTCD and City of Bozeman requirements, 7. The Contractor shall schedule the work to minimize inconvenience to the Owner and to adjacent property owners and to minimize interruptions to utility service and through traffic. The Contractor shall maintain vehicular access to local businesses at all times. 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 stormwater 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, 1.9. 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 htip://www.bozeman.net/Depailmeiiis-(I)/PLLblic-Service/Water-Sewer/Contractors-Con-ier.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 WA'T'ER 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: 1. The maximum height shall be 2-112 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. 1.11. 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 CONTROLTESTING 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 B. 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 cementitious 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:-E:X::C:AVATTB�LE Cement, Type I or 11 75.6-102.6 lb/yd' 75.6-1.51.21b/yd' (45-60 kg/M3) (45-90 ksz/m3 3-- 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 Towable, self-leveling product Towable, self-leveling product at time of replacement. at time_ e laccment. Air 5%to 35% 5%to 15% Unit Weight (Wet) 2,430-2,970 lb/yd 2,700-3,375 1b/yd (1,440-1,760 kg/M3) (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 jobsite 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 1 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 50050 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 50150 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 tilt 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 performed. Such events will not constitute justification for an extension of time unless agreed upon by both the Engineer and Contractor, and the total time lost to such events exceeds 5% of the Contract Time. For purposes of determining extent of delay attributable to unusual weather phenomena, a determination shall be made by comparing the weather for a minimum continuous period of at least one-fourth of the Contract Time involved with the average of the preceding 5—year climatic range during the same time interval based on U.S. Weather Bureau statistics for the locality where the Work is performed. 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 mm). 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 Kpa) flex hose constructed with a seamless extruded polyester fiber braid reinforcem non-conducive, seamless extruded urethane non-perforated jacket. Fill lead-in hose c with hot rubberized asphalt. Twist wires in all lead-ins a minimum of three turns per 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 m) 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 Megohms 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 7th Ave, to North 3 d Ave., Zone 2 from North P 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 MPWSS 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 7th. 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 7h. 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: Proffiness Basketball Tournament. One lane of Mendenhall shall be open from Rouse Ave. to 7th. 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 7"'. 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 7`''. Church and Wallace shall be fully open from Main to Mendenhall. Sunday August 18, 2013, 9.00 am to 3:00 pm: Car Show, One lane of Mendenhall shall be open from Church to 7"'. Church shall be fully open from Main to Mendenhall. Sunday September 81h, 2013: Bozeman Marathon. One lane of Mendenhall shall be open from Church Ave to 7'h. 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 71'. 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'b, 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 satisfactoril y completed work quantities measured in the comp 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 payment per connection to an existing water main. Payment shall include all materials, equipment and labor to complete the connection, including any necessary thrust restraint, thrust blocks, or gravity blocks, pipe spools, and couplings. Items 104, 105., 1.06107,& 108: (Valves)Measurement and payment shall be as per MPWSS Section. 02660 4.6 A. Items 109, 110, 111, 112, 113, 114, 115, 116 117 118, & 119: (Toes, 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 fall 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 128, 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 01570 Part 4, lump 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 ADA 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 restoration satisfactorily 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 I 11. Item 13 9: (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 backfilling 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 I 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 other 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 price is full compensation for all resources necessary to complete the item of work under the contract and to furnish an operational system. Item 143: (Quality Assurance Testing)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 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 force account basis. The number of units in dollars set down in the contract is an estimated amount only,which may be adjusted up or down by the Engineer in accordance with the needs of the project. 4 MEASUREMENT AND PAYMENT SECTION 02602 DIVISION 2—SIT WO PIPE BORING AND JACKING PARTI GENERAL 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 gout 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 O2602 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 the boring 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 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. 2.3 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 1.02Y. 15 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 14/x" to 2" with check valves installed. Grout connections to be 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. Jacking 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 acking 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 01602 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 thejacked 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 L 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 beers 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 full 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 STANDARD WINGS w� z a rr IL C7 — cu °ter r-- H 1V ty c,_ (� w z7 b lo —of V) 'm as �: *^ Q z C,4 NT 04 a Z O V) LAJ c F^ O 6i9 .'�. d;i N O r'�7 dC' Li -3t Ln O Z Z t09 Z �'' x Z 0 0 _}iq C D Z 0 5 1 C to c n c o C ry 0 ° ca ° 0 4 ) b O 9 0 o � N w °a t < Z U•_L Z,t 11')n .COi 117 9D O .0 1y O /i. S U .° C C 99 p a O 'O to 0 0 y'C O N S V) p LA"I L'i.0 m O O O I O o � z .0., U C ^�y O_ E to 99 to 99 O E Cl C W O P1 9r _ c O x E y v,O O O O C F id'° uj p 9/ 0 0 rU- U z O 0c zi os Emo o c t0? -0 M° .0 we JC C E -a C u >� c 0 O U — ON P°ry, 0 C Fry—�1 • C .0 'S-0 O 1�°rY N /� C4 99._ J �e1 ° N E �"^•4�� O 411 0 0 F-�I tp 3� L'O U'9Ou oO 3: 002 at7O � zr � ° & Ln Mo mom ° CC°¢ 99) 1 v � p0Q c CY DO �n ° ova cr c°z bag w WaL-a ° w 99 J C rr ...• T7 1''n.. mo 0 O, °Z i4D. ° 0 0 cZcp "D o CL,E¢nc w� 6 r� E= wove ° 11 V) ra� Q wm ctn ¢ 84- F-, 0 . Z C)' LO r� cc 0 CD _ .0 E a y" #u" w v � Li V) .�L C v.w = 4A 0,3 P L Q ..) W U .w.a Q w c Y as a o n w o o � "i ....I Xwo w p p i'0 0 W.Ci.7 ®c c w •— c c x m.E (] CaJ C1 O `uu a vP °a c ppu [�vQ Ea °® °tea .7jzs" 10 ozo Ly Eo o °o a, Sciw.x O ® E y a E a=U C� Ur� V .,..d g� a w , a 4 P`r..�. O q a t L .w. i..s q G W N V p vo = 1 u=_c .1 a LL- W C L Z 'C1 IL G a a Yo P C�C C a 10'd l°L` L< IY� �k'rs gp �k Q..,-.s ZO en p W v a p o a z c'yz,a ..• Q.. �Nv 4 d uv'+. �10of aMu L) C� y��2 ��wn w trl.��roaw 'a a y � m k j.76- LLJ wD i Y b q"L_1 p0 l > W L�i cz.czA4+aoq�js°is�"+pwg��`E � ail Sam �->, a� 'a o008a3m Q0 mEa waw'io 0n om Ep°> crw z w a PE p z '.° U�vmi°w Oda odn i� ° y ti✓ +G W 0 A 0 A E- V u a In o irr n o n E- MT .r ca 8 Ln CS- R U') Crrl LL cc 0 �, x C3 Lj C7C. �Jt Z t W CL,..,d 0 LO a � r f71 CY) ..CI y h _ c o Z '2- N LLJ to b ° 4 H , � x. di C) ° � 4) D0 Ea c °' w - to w- J� 2 os L J r � Q w r o +"°a 'm W LJ v' ® a © `o d ry ®C1 lJi ® O c L.r LA- Q V7 to a* a,vi p o a z 1 Q dY _ of 0-6 L7 n a: v to v S o u v7 �p a c Z m W W —v w:Etc:U J 0 z U Z c`ca» L) 0 ov �r�n V7 .. es'2 ¢ m CLLJ o C3 0.. x„17 A .CA 4-.� M F�91 V a" CV MJ 'rf �'f�^ijH L 1 Fwd 6A. M-{ c� wo p k rya O ro xuj z W go IL �V) R9-11(L) SIDEWALK CLOSED AHEAD CROSS HERE 30"X24" SIDEWALK CLOSED 24"X18" SIGNS ARE TO BE PLACED AT THE NEAREST LEGAL CROSSING TO THE WORK AREA, MAY ONLY BE USED IF A PARALLEL • w SIDEWALK EXISTS ON THE OTHER SIDE OF THE ROADWAY. SIDE'�CALK CLOSED 24"X18 R9-11(R) SIDEWALK CLOSED AHEAD CROSS HERE 30"X24 SIGN WORK SITE TRAFFIC DRUMS OR CONE CITY OF BUZFMA SCALE: PEDESTRIAN TRAFFIC NO. 01570-7 NONE CONTROL FOR TEMPORARY STANDARD DRAWING SIDEWALK CLUSU'RE FEB 2007 EEf SURFACING #- HOT MIA % 7 ' ..� - 2i'NMI. AND BASE * _ TIC AWD 5U9CPACEa;. RINGS AS NCmE5,5w (2'Wm-t2°mu) 1.Adjust manholes aapward with atusting rings Lander ate. 2.AAjuA manhole downward by removing acme and bawl sections as necessary and replacing with sections of length required to match grade. 3.Slope manhole frame as required to mathch slope of street. 4.Final manhole adjustment shall be made before paving, 5.All joints between manhole sections,top cone,adjusting zings,and manhole ring shall be tvwatertight. Joint material shall be"Ram Nee or approved equal.. 6.Manhole zing and Cover shal be adjusted to match final crown and grade of street Ilse Anderson Precast or approved equal c maarete angled adjustment wrings to obtain req bod angle. 7.Manhole ring and cover use MCI 305 frame,305A cover,IFCO 772 fratk+e, 772-B cover,or Deeter 1025,or D&L A-1.172 with V cover. CITY OF BOZEMAN Scale. MANHOLE ADJUSTMENT NO. 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. WERE 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 O.S,H.A. REGULATIONS* �12"(3Q cm) MIN. SUBGRADE OR GROUND SURFACE ✓✓/,�/✓� / Jr ;/// INSTALL DETECTABLE SLOPING, BENCHING OR WARNING TAPE 18"(45cm) SUPPORT SYSTEMS IN THIS BACKSLOPE AS SPECIFIED MAX.. DEPTH AREA TO CONFORM TO TO CONFORM TO O.S.H.A. (OPTIONAL) Q-S.H.A. REGULATIONS* REGULATIONS* TYPE "A","B", OR 'C ; 6"(15can) \% TRENCH BACKFILL i SELECT TYPE I BEDDING MATERIAL PLACED ' �/✓-. IN 6"(15cm) LAYERS & TYPE I PIPE BEDDING c C C s, ✓/ 1 c ✓ / COMPACTED AS SPECIFIED PLACED IN 6"(15cm) MAX. t Cc r "/f /% IN SECTION 02221. LAYERS AND COMPACTED } c,;:<` 4(10cm) a THOROUGHLY. ✓/� ✓ �/✓ TRENCH WDTH=O.D, OF PIPE PLUS 2'( M) ✓ TYPE 2 PIPE BEDDING MIN. TRENCH WIDTH= 1 5`{1.1m) l✓ ✓j �'�1'°f✓��; WHERE REQUIRED FOR /\\/°jay\!�\\ \%\��,✓\\j✓\\✓✓//��i✓✓, SOFT OR UNSTABLE ✓ %✓�✓✓e✓%�f✓\✓*�` 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 N0. 02221-1 A round Surface r 3"(90 cln) , r/// ,',r// r'rr r✓rr / / Std.Trench Backlill Trench Plug Material r/ Select Pipe Bedding Bottom of Trench Type I'Bedding A l0'(3m) Section A-A Sid..Trcnclt Backii)l Ground Surface Trench.Wall r/✓f/',//r',/,!/r',r rrr r',`r rr/',A'r''/ Trench Wall Plug Limit Plug Lima :]3'(90 can) Plug Limit I Trench Bottom 3'(90 can) L3'(90 care) REVISED: 10/21/02 MONTANA PUBLIC WORKS SCALE: TRENCH PLUG STANDARD DRAMANG STANDARD SPECIFICATIONS NONE EXCAVATION DETAIL NO. 02222-1 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. . 4—f:r F GRAVEL BASES ° MIN. LEAVE GRAVEL EXPOSED FOR DRAINAGE, 3,_On, MIN. a STANDARD CONCRETE (6 1/2 SACK MIX OR BETTER) POURED IN PLACE OR PRECAST AND SOLIDLY PLACED. NON REINFORCED 6" MIN., "- ROUND OR SQUARE WITH 1/2° CHAMFERED CORNERS OR REINFORCED PRECAST 4" SQUARE WITH 1/2° CHAMFERED CORNERS AND 4 NO. 2 REBARS, MONUMENT BOX INLAND FOUNDRY CO. PATTERN NO. 1034 OR APPROVED EQUAL,. CI'T'Y OF BOZEMAN SCALE: TYPE ! STREET M(?NUMIrN7 NO 02529-3 STANDARD T)TAV7TG NONE Dec. 1999 A REDUCER WN, ''�✓ UNDISTURBED EARTH TEE TEE (Plugged) BEND STANDARD DIMENSIONS FOR THRUST BLOCKING F7TT7NG TEE'S � PLUGS 9D°BE7dD 45°BE7VD do WY�� D 92E'S A A A B A 4* 1'-7' 1'--2' 1''9* r"-s' r'-6' �J"-1b` r•- p'-g- 6" "--0' 1,_11, 2°-5, 2'-2` r°-i0' 1'-7' 1'-9' 8' 2"-8' 2°-6' X-2* x-0» 2'_6, 2•-1' 11_9" 1,_6, 10' 3°-4" 3'-3" 4'-0' 3"_10' -o" 2"_9• Z- - 12 4"-0' 3'-10" ' 8 4'-8' 3'-8 3°-3' 2,_7• 2 1_3' 14° 5'-5' 3=11f" E'-6' 4`-11" 4'-5* 3'_5" �f' S 2•_r�, METRIC DIMENSIONS FOR THRUST BLOCKING F7T7ING TEES do PLUGS 9eBEND 4508SVD 8: w S 2 1&END S12E"S A B A B A 10cm 0.5rn 0..Arn 0.5m 0,5m 0.5m 0.3m 0.5m 0.2m 15cm 0.6m 0.6m 0.7m 0.7m 0.6m 0.5m 0.5m 0.3m 20cm I 0.8m 0.8m j Xm 0.9m 0.7m 0.6m 0.5m 0.5m 25cm 1.Om 1,0m 112rn 1.2m 0.9m 0.8m 0.7m 0.6m 30= 1.2m 1.2m 74m 1.4m 1.1m 1.Om 0.8m 0.7m 36cm 1.6m 1.2m 2.pm I 1.4m 1.0m ?.Okra O.7m x..OrES: 1. THESE TABLES ARE BASED ON 150 P51(1030 kpa) ANAPN PRESSURE 2.WRAP ALL FIT17NG5 WTH POLYETHYLENE, 2000 PSF(9800 kg/mf) SOIL BEARING PRESSURE REVI'SE'D: 12/271/95 MONTANA PUBLIC WORKS SCALE: THRUST BLOCKING STANDARD DRAWNG STANDARD SPECIFICATIONS NONE FOR WATER MAIN FITTINGS NO. O2660-1 REBAR ANCHOR 6 p O a ° d 4 . d d CONCRETE Ji/✓/�%r. n t , . ANCHORS t "A„ NOTE COAT RODS WITH "KOPPERS' BITUMASTIC NO. 50 COATING OR EQUAL. THRUST BLOCK DIMENSIONS MOW Rod vaFre 100 PSI 15D PSI— ",200 PSI .250 PSI 350 PSI SIZI 9xo A B "C"—A _B C A B —C —A B C A" -B- 17C 2.,6 2'-0 TV 2'-0•2'..p'2'-0'2'—q. 2'-0'2'—()' 2'-a 2'_0 2'--a,,2•-7. 172- 10'" 2'-a' 2'-a z'-o'z'-6 2'-s 2^-n 2"-�'z'-s'z'-6 3`-0 3'-0" s°-o 3'_7 s' 1 2..... " 2'-3. 2`—a 2'-0'3'—a 3'—a 2'—g 3'-5"Y—a'3'—a 4'-3'3"—n' 3'—n 5"-1 3'--a 3'—n 1 1 4" 2'-3' 2'—n 2'—p 3'-5 S'-0 3'—a 4'-6"3'—a'3'-0" 4'-a 4'—a•"—n 4'»9 4'-0 4'-0 "-a 3`-n'4'-4 3'_0 3'-a 4'--1'4'-0'4'—a' 5`—ti 4'—a"4'—a 6'-1 4'-a 4'—n 144" 18" 3`-8' 3`'-0 3'—a"5`-5 3"�a 3'°D 5".`1"4'_q*'4'_p•',.6'_4..4"_q• 4•—p g'..g g•_p 5•_p. 8' 24" 4'-4' 4'-a 4'—a'6'—S 4"-0 4'—D 6"-6"5'—n'S-a' s"-5 6`-n" 6"-n'7'-0j6'-0j6'-o' 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 w w w w w 2' MIN. w w w w w w w w w w w w w -."°'°, EIRE HYDRANT w VARIABLE' ' w w w w w w w w w w w w :SIDEWALK WATER MAIN CURD & GUTTER CURB WALK DETAIL PROPERTY LINE 1' CURB & GUTTER 13E #wL1t TIRE HYDRANT VARIABLE 3" MW. VALVE WATER MAIN 6' L (TYP) BOULEVARD WALK DETAIL CITY OF BOZEMAN SCALE: HYDRANT LOCATION NO. 02660-5 STANDARD DRAWING NONE DETAIL Dec 2003 I' F0SH GRADE CURB BOX VALVE BOX TOP SECTION V8'M I I MUELLER H-1 5428 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 4 CURB STOP CORPORATION STOP PROVIDEI/8" DIAMETER DRAIN HOLE /,WATER MAIN CITY OF BUZEMAN SALE: STANDARD DRAWING NONE BLa'�/aFF NO, 02660-7 Dec. 2003 UNDISTURBED EARTH (TYP.) frf,•✓j*r \,f,\\f,`! \�\` \f\f'i\\f�\`'f�' w; CONCRETE THRUST BLOCK (TYP) MJ GLAND <a• yG MJ GLAND Y D.I. MJ D.I. D.I. PIPE TEE PIPE PIPE MJ VALVE D.1. MJ GLAND PIPE C� 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 536-8D MAY BE USED IN CONJUNCTOON D.I. WBTH THE RESTRAINING RODS. PIPE CITY OF BOZEMAN SCALE: TYPICAL VALVE/TEE N0, 02660- 10 STANDARD DRAWING NONE RESTRAINT DEC 2003 NO PRESsuRE r.AVr;ES OR PRESSURE GAUGE FrmNGS WILL BE METER SIZED SAME AS INCOMING LINE — NO EXCEPTIONS. ALLOWED ON THE TEST PORTS OF ANY BACKFLOW PREVENTION ASSEMBLY. BACKFLOW PREVENnoN ASSEMBLY MUST CONNECT DIRECTLY To'METER/ STRAINER. FLANGE TO BE TREADED ON.STANDPIPE, REQUIRED BACKFLOW PREVENTION M.J.TO FLANGE ADAPTORS NOT ACCEPTABLE DEMCE TO BE DETERMINED BY ONPICAL FOR ALL RISER. coNF1GumnoNs) WATER SUPERINTENDENT, 4" OR LARGER CLASS 51 id DUCTILE IRON PIPE (TYP) V MIN., 2' MAX.ABOVE AMISH&FLOOR FLOOR A �--r a m MECHANICAL 3/4' MIN, Red, Rod, INSTALLED IN EVERY OTHER AVAIABLE M.J. JOINT BOLT HOLES (TYPICAL)— 5/a*RODS ACCEPTABLE FOR 4'LINES MAIN THRUST \ " BEND WITH THRUST BLOCK BLBLOCK 90 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 iinside of the building shall be a UL listed flanged Kennedy or Mueller OS&Y valve the same 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..ital.. FINISHED MAX. ABOVE FLOOR 2• All Backflow Prevention Assemblies shall be: a. UL or FM listed. b. Approved by the University of Southern California Foundation for Crass Connection Cantral and Hydraulic Research (USCFCCCHR) for operation in the proposed position (vertical or horizontal) as shown on MECHANICAL approved plans.. JOINT � c. Installed as shown on the approved plans. 3. Horizontal installations must be a minimum of 2' above the finished fianr. 4, The service riser must be a minimum of 2' from any outside well. 90' BEND WITH " 5. The incoming service line shall be a minimum 15.5`, and a max- THRUST BLOCK imurn of 7.5' below the finished grade.. 6, All service line appurtenances shall have a minimum pressure rating of 175 !PSI. -I•..-•.--- 7. All service lines 4" and larger shall be Class 51 Ductile iron Pipe,. -1' MIN., 2" MAX. B. Line sizing: The Backfdow 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 have a 4 meter and Backflow Prevention Assembly. 2' MIN., 3' MAX CLEARANCE COATED STEEL ABOVE FINISHED FLOOR WALL PLATE, s/14'LAIN.. THICKNESS CITY OF BOZEMAN SCALE; WATER SERVICE LINE NC?. 0266C}-1 2 STANDARD DRAWING NONE FOR SIZES 4" AND LARGER DEC 2003 REV: APi2I1 2D06 ONLY Fm INGS ALLOWED BETWEEN nRS.T CS&Y VALVE AND Na PRESSURE Q"ES OR PRESSURE GAUGE F1TnNGS WALL BE SACKFUOW ASSEMBLY TO BE W BEND.. SEE NOTE 5 ALLOWED ON THE TEST PORTS OF ANY BACKFLON ASSEMBLY FLANGE TO BE THREADED ON STANDPIPE, N.J.TD FLANGE AMMOR$ NOT ACCEPTABLE 4" OR LARGER CLASS 51 (TYPICAL FOR ALL RISER CONFICURATID'NS) LEGEND DUCTILE IRON PIPE (TYP,) V MIN., 2° MO. ABOVE "� FLANGED OS&Y vA1,vF FLOOR FINISHED FLOOR MECHANICAL REDUCED-PRESSURE. BAC K FlaW-PRE'vENT iON JOINT 3/4" MIN. Redi Rod, INSTALLED IN ASSEMBLY(MINIMUM REQUIREMENT)AS' INDICATED MAIN EVERY OTHER AVAILABLE M.J. ON APPROVED PLAN(s) BOLT HOLES (TYPICAL) - 5/8" RODS ACCEPTABLE FOR 4" LINES THRUST 90' BEND WITH THRUST BLOCK BLOCK TAPPING TEE. & VALVE, OR INSTALL VALVE AT CITY OF BOZEMA14 REQUIREMENTS FOR INSTALLATION OF REDUCED PRESSURE SACKFL01lf PREVENTION ASSEMBLY PROPERTY LINE (TYPICAL 1. The FIRST fitting inside of the building shall be a UL listed FOR ALL RISER flanged American Flow 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 Cotifomia Foundotian for 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 FOR ALL WALL OR FLOOR approved plans. c. Installed as shown an the approved plans, PIPE PENETRATIONS, 3, A flaw detection device shall be installed immediately following the Reduced Pressure Bockflaw Prevention Assembly (olorm check valve, flow sensor{olarm, meter, etc.) os shown on the approved plans. Paddle-type flow Dorms not permittedd on dry systems. I' MIN.,2' MAX.ABOVE FINISHED FLOOR FLOOR 4. Horizontoi installations must be a minimum of 2' above the finished a floor. 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, MECHANICAL JOINT 6. The incoming fire service Mine shall be a minimum of 6.5'. and a max- imum of 7,5' below the finished grade. 7. All fire service line appurtenances shall have a minimum pressure rating of 175 PSI, 6. All fire service lines 4" and larger shall be Class 51 Ductile Iron Pipe, 90 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. 3 .. �a-1' MIN., 2` MAX. COATED sTT a 2 MIN., 3' MAX CLEARANCE WALL PLATE. ABOVE FINISHED FLOOR s/YS' MIN. THICKNESS CITY OF BOZEMAN SCALE: STANDARD FIRE SERVICE LINE INSTALLATION Nth, 02660-14 STANDARD DRAWING NONE Dec 2043 FOR class iv & v SYSTEMS r i 6Q' OX-J.. 30 O-V.) WATER 30' fTV, SEWER h w LLJ 1�. k y PROPERTY LINE N �D 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 FAIN 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 UNES EXTENDED FOR MID-BLOCK LOCATIONS. CITY OF BOZEMAN SCALE: 'WATER & SEWER MAIN AND NO. 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 09810 2 2 FOR SPECIFIED ON PLANS BACK ON POST wu SIGN SIZES 2" MIN. 2'--u� MIN. (} 2" PREFORATELI SQUARE 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 POST (14 GAUGE) 0 FASTEN POST TO SLEEVE WITH )�5" CORNER BOLT o (A325) 1 Y2" ABOVE FINISH GRUGE. INSERT BOLT FINISH GRADE 2„ o HEAD FROM OPPOSITE SIDE OF EXPECTED IMPACT, INSERT DRIVE RIVET INTO OPPOSITE SIDE. 14" Y," X 30"' 12 GAUGE NON -PREFORATED SQUARE TUBE SIGN POST SLEEVE (TELSPAR r.. "QUIK PUNCH" OR APPROVED EQUAL) ALL SLEEVES AND SIGN 24" t" POSTS SHALL BE INSTALLED `. INSERT SIGN POST 18" INTO SLEEVE PLUMB. JN. A M-4000 CONCRETE ANCHOR SIGN POST FOUNDATION DETAIL CITY OF BOZEMAN SCALE. SIGN INSTALLATION N0. 09810- 1 STANDARD DRAWING NONE STANDARDS AUG. 1994 Revised 6/2002 Ln G y� ` G CC Q o co CO w �C�� � ? C � u � (-D � C � (' W J CD V < ;- x °e r < u < u 0 w L x� \ Li i 0 r W G3 �D t- - C) a Li (N ui uj >77 0 CO IL - -- LU Ln I