Loading...
HomeMy WebLinkAboutWilliams Civil Division Bid Submittal 2013 Water Renovation Project 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): WILLIAMS CIVIL DIVISION, INC. 2131 Industrial Dr. Bozeman, MT 59715 SURETY (Name and Address of Principal Place ofBusiness) Western Surety Company PO Box 5077 Sioux Falls, SD 57117 OWNER(Name and Address): City Of Bozeman 121 North Rouse Avenue Bozeman, MT 59715 BID Bid Due Date: April 9th, 2013 Description (Project Name and Include Location): 2013 Water Renovations Project BOND Bond Number: WCD040913 Date (Not earlier than Bid due date): April 9th, 2013 Penal Sum Ten Percent $ 10.00% (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 WILLIAMS CIVIL.DIVISION,INC. Seal) Wgstern Surety Company,(Seal) Bidder's Name and Corporate Seal Su 's N e a d Corporate Seal C— By: By: Sig4 n r t Signature Signatur Attach LPower of Attorney) Dale J. Anderson Print Name Print Name Attorney-In-Fact Title Title Attest: Attest Signature Signature 3f Customer Service Agent Title Title Note: Above addresses are to be used for giving any required notice. Provide execution by any additional parties, such as joint venturers, if necessary. EJCDC-C-430 Bid Bond(Penal Sum Form) Prepared by the Engineers Joint Contract Documents Committee. Page 1 of 2 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTOP-NEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Lorrin A Darby, Dianne L Meinhardt, Timothy G Lightbourne, Dale J Anderson, Stephani L Cordeiro,Individually of Great Falls,MT,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts ofsaid Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed, This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 17th day of September,2012. WESTERN SURETY COMPANY —A aul T.Bufliu,�Vi,,P�,,sjid,.,t State of South Dakota ss County of Minnebaha I On this 17th day of September,2012,before me personally came Paul T.Bruflat,to me known,who,being by me duly swum,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation,that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires + J.moliR + f SEAL NMARY PUBLIC June 23,2015 URSOUTH DAKWA CERTIFICATE J.Mohr,Notary Public 1,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force- In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 9 day of APRIL 2013 WESTERN SURETY COMPANY L.Nelson,Assistant Secretary Form F4280-7-2012 � 130 ,.. THE CITY OF BOZEMAN 20 E. OLIVE P.O. BOX 1230 BOZEMAN, MONTANA 59771.1230 " V ENGINEERING DEPARTMENT O PHONE: (406) 582.2280 FAX: (406) 582-2263 2013 WATER RENIOVATIONS PROJECT CITY OF BOZEMAN BID OPENING: APRIL 9, 2013, 2:00 P.M. ADDENDUM No. I APRIL 2, 2013 TO: All Planholders of Record Please note the following modifications to the above referenced bid documents: Plans Sheet W3 — Station 16+20° Sheet W7 — Station 36+50• Sheet W9,.— Station 45+52: In the profile at each.location noted above, replace the existing note that reads. "Where 18" of vertical separation cannot be obtained, provide flowable fall, ruin. 3' each side of existing san. sewer main or storm drain main and full width of utility trench to mid height of 8" water line." With a new note that reads: "Where 18" of vertical separation cannot be obtained,provide flowable fill, min. 10' each side of existing san. sewer main or storm drain main and full width of utility trench to mid height of 8" water line." Plans Sheet W5 Station 26.+50: The sewer service at this location that is shown going to the north from sewer main is not correct. The service line extends south from the existing sewer main. Cily of Bozeman Modifications to Montana Public Works Standard Specifications Sixth Edition: Section 2.10, FIRE HYDRANTS, D. Delete the last sentence of this section. Defender Security Devises will not be required. Specification Section— SPECIAL PROVISIONS 44. SCHEDULING AND SEQUENCING OF WORD: Add the following additional restriction to the first paragraph of this section: Unless otherwise allowed by the Engineer,the work shall be complete in Zones 2 and 3 prior to commencing with work in Zone 1. Installation of the temporary water system in Zone I will be HOME OF MONTANA STATE UNIVERSITY GATEWAY TO YELLOWSTONE PARK exempt from this requirement. Response to Bidder Question: The City will perform all striping after completion of the project, ACKNOWLEDGEMENT Bidder shall acknowledge receipt and acceptance of this Addendum No. 1 on the Bid Form to validate their bid. Robert J. Murray Jr., P.E. City Project Engineer ,�'�VL�L�t;�tUlYtp�j�,�•vr P " ^x a Nor , -p Me I y � d i x I z� „� �fY��� '✓�' fit" r r M 1 uia c, ✓ x+gyp d�. Jul. 2�'¢'�� ;r��' r„w om�.,✓rurl �, i i �`. �..� ". 'l✓ BIDDER'S CHECKLIST Please utilize the following Bidder's Checklist before submitting your bid. V 1) Original.Bid Bond Enclosed? (Personal checks, business checks, and faxed copies are not acceptable.) 2) Bid Proposal: a V Arithmetic Checked? b. V Unit Bid amounts agree with math calulations? c. 17AII Addenda acknowledged on proposal sheet and cover? d. \,/Signature portion completely filled out? e. \/Bid Proposal intact in Contract Documents DO NOT REMOVE!!!! f._ ion-Descrimination Affirmation form.completed and signed? g. Contractor Special Fuel Permit Number V 3) Bid Envelope. a. Addressed properly? (See Article I —Bids, Instructions to Bidders) b. 'V' Contains the Contract Documents and Specifications booklet? c. v/Acknowledged Receipt of Addenda? d.`Sealed? \")4) Bid Submitted prior to required time at specified location? Be sure to seal your bid. Include project name, bid date/time, contractor name, contractor registration number, contractor fuel permit number, and acknowledgement of all addenda (by number) on the outside of the bid envelope. Leave all sheets intact in the Contract Documents and Specifications booklet. Return the complete Contract Documents and Specifications booklet. ALL BID DOCUMENTS AND BONDS MUST BE ORIGINALS. NO FAXED COMES 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 CONSTRLJCTION SPECIFICATIONS Special Provisions Measurement and Payment Section 02602 Pipe Boring and Jacking APPENIX A Standard Drawings CITY OF BOZEMAN, MONTANA CALL FOR BIDS NOTICE IS HEREBY GIVEN that the City of Bozeman, Montana, is accepting sealed bids for: 2013 Water Renovations Project Separate sealed bids for construction of City of Bozeman 2013, Water Renovations Project will be received by the City Clerk at the office of City Hall, 121 North: Rouse Ave., P.O. Box 1230, Bozeman, Montana 59771-1230 until 2:00 p.m., local time, April 9, 2013 and then publicly opened and read aloud. Please write the iname of the prooect on the front of the sealed bid. The physical address is: City Clerk's Office, Suite 102, City Hall, 121 No. Rouse Avenue, Bozeman, Montana. The mailing address is: City Clerk's Office, Suite 102, City Hall, P.O. Box 1230, Bozeman, Montana 59771, Bids must be received before 2 p.m. Tuesday, April 9, 2013. Original copies must be submitted- no faxed or electronic bids will be accepted. Bids will be opened and read following the close of bids. The project work is generally described as follows: Replacement of existing mains, valves, fittings and appurtenances in Mendenhall Street from North 7 th 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 00100 INVITATION TO 1311) 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 171h day of March, 2013, Stacy Ulmen, CIVIC City Clerk, City of Bozeman Published Bozeman, Montana, March 17, 2013 March 31, 2013 Section 00 100 INVITATION TO BID Page 2 oF2 INSTRUCTIONS TO BIDDERS BIDS All Bids must be made on the forms provided in this bound copy of the Contract Documents. All Bids must be legibly written in ink,with all prices given in figures and total bid amount given in words and figures. No alterations by erasures or interlineations will be permitted in Bids or in the printed forms. Each Bid shall be enclosed in a sealed envelope addressed to the Clerk of the Commission,City Hall, 121 North Rouse Ave.,P.O.Box 1230,Bozeman,Montana 597711230, 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 pail of these CONTRACT DOCUMENTS,as modified by the City of Bozeman Modifications to Montana Public Works Standard Specifications 6`i Edition(COB MODS),dated March 31,2011, including all addenda which is also hereby incorporated as part of these contract documents, and as further modified herein by the City of Bozeman. All standard forms of MPWSS shall be utilized in executing these CONTRACT DOCUMENTS unless otherwise noted or revised in the bound bid document. Selected sections of the MPWSS have been reprinted in this document to provide a clear definition of the project and detail modifications to the MPWSS made by the City of Bozeman, in order to assist the Contractor in preparation of his Bids. The complete CONTRACT DOCUMENTS which comprise this entire document, and are made a part hereof, consist of the following: Invitation to Bid............................ Bound Herein Instructions to Bidders.................. Bound Herein Bid Form...................................... Bound Herein Bid Bond...................................... Bound Herein Agreement For ...........................Bound Herein Payment Bond..............................MPWSS/Bound Herein Performance Bond................ .......MPWSS/Bound Herein Standard General Conditions-......MPWSS/Bound Herein Supplementary Conditions,.... ......MPWSS/Bound Herein Miscellaneous Forms Notice of Award..................Bound Herein Notice To Proceed...,......... MPWSS/Bound Herein Field Order...................MPWSS/Bound Herein Change Order.....................MPWSS/Bound Herein Work Directive Change.......MPWSS/Bound Herein Application For Payment (Guidance Only)...... ........ Bound Herein Certificate of Substantial Completion——..................MPWSS Order to Contractor to Suspend Work...............Bound Herein 2 INSTRUCTIONS TO BIDDERS Order to Contractor to Suspend Work...............Bound Herein Order to Contractor to Resume Work......... ..Bound Herein Contractors Certificate And Release....... ...... MPWSS Lien Waiver for Prime Contractor-......... ...MPWSS Lien Waiver for Subcontractor/Supplier—MPWSS Wage Rates...................................Bound. Herein Special Provisions..........................Bound Herein Technical Specification ... ..............MPWSS, COB MODS, & Bound Herein Appendix A—Standard Drawings...........Bound Herein Plan Set EXAMINATION OF CONTRACT DOCUMENTS AND SITE Before submitting a bid, each Bidder must (a) examine the Contract Documents thoroughly (b) visit the site to familiarize himself with location conditions that may in any manner affect cost, progress or perfon-nance 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 ter-ins 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 13IDDERS 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, MT 59771-1230 4 INSTRUCTIONS TO BIDDERS The envelope shall also contain the following information, Name of Project: CITY OF BOZEMAN 2013 WATER RENOVATIONS PROJECT, Name of Contractor: Montana Certificate of Contractor Registration No. Montana Special Fuel 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 scaled envelope. DO NOT REMOVE THE PROPOSAL OR ANY OTHER PAGES FROM THE BOUND CONTRACT DOCUMENT. B. Bids shall be made in ink upon the unaltered Bid Proposal Form supplied with these documents. C. All blank spaces must be properly filled. D. The total bid price must be stated in both writing and in figures. In case of a discrepancy between unit price and total bid price,the unit prices or lump sum prices shall be used in computing the total bid price. E. The proposal form shall contain no additions,conditions,stipulations,erasures,or other irregularities. F. The proposal must acknowledge receipt of all addenda issued. G The proposal must be signed in ink and display the bidder's name, address, and current Montana Contractor's License Number, H. The proposal must include a completed and signed Non-discrimination affirmation form. SIGNING OF BIDS Bids which are not signed by individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed, 5 INSTRUCTIONS TO BIDDERS Bids which are signed for a co-partnership shall be signed by all of the co-partners or by an 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: V I If bids are signed for any other legal entity, the authority of the person signing for such legal entity should be attached to the bid. TELEGRAPHIC MODIFICATION Any bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids. The telegraphic communication shall not reveal the bid price, but shall only provide the addition or subtraction from the original proposal. Telegraphic proposal modifications must be verified by letter. This written confirmation shall be received no later than three working days following the bid opening or no consideration will be given to the telegraphic modification, BID REQUIREMENTS The bidder is expected to base his bid on materials and equipment complying fully with the plans and specifications and, in the event he names in his bid materials or equipment which do not conform, he will be responsible for furnishing materials and equipment which fully conform at no charge in his bid price, Before submitting a proposal,each Contractor should read the complete Contract Documents(including all addenda), specifications and plans, including all related documents containing herein, all of which contain provisions applicable not only to the successful bidder, but also to his subcontractors. BID QUANTITIES Bidders must satisfy themselves by personal examination of the locations of the proposed work and by such other means as they may prefer as to the correctness of any quantities. The estimated unit quantities of the various classes of work to be done Under this contract are 6 INSTRUCTIONS TO BIDDERS approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work, The Contractor agrees that,during progress of the work, the Owner may find it advisable to omit portions of the work, to increase or decrease the quantities as may be deemed necessary or desirable, that the actual amount of work to be done and materials to be furnished may differ from the estimated quantities, and that the basis for payment under this contract shall be the actual amount of work done and the materials furnished. The Contractor agrees that he will make no claim for damages, anticipated profits or other-wise 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 he expects to use in the work. An experience statement with pertinent information as to similar projects and other evidence of qualification shall be furnished for each named subcontractor,if requested by the Owner, If the Owner or Engineer after due investigation has reasonable objection to any proposed Subcontractor,they may, before giving the Notice of Award, request the apparent low Bidder to submit an acceptable substitute. If the substitution results in an increase in the Bid, a corresponding adjustment will be made in the contract price. If the apparent low Bidder declines to make any such substitution,the contract may not be awarded to such Bidder,but Bidder's refusal to substitution will not constitute grounds for forfeiture of Bid Security, Any subcontractor so listed and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to the Owner and Engineer. Contractor shall not be required to employ any subcontractor against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by Owner prior to the Notice of Award will be required in the performance of the work. AWARD OF CONTRACT 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 falls to meet any other pertinent standard or criteria established by the OWNER. The OWNER also reserves the right to waive all inforinalities not involving price,time,or changes in the Work and to negotiate contract terms with the Successful Bidder. In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternatives, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers,and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, or other individuals or entities must be submitted as provided in the Supplementary Conditions, OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. If the Contract is to be awarded,OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. Consideration factors will include conformance with all material terms and conditions of the Contract Documents,Bid price, and other appropriate factors. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within sixty (60) days after the day of the bid opening. The OWNER reserves the right to cancel the award of any contract at any time before the complete execution of said Agreement by all parties without any liability against the OWNER. If,at any time this Contract is to be awarded,the total of the lowest acceptable Bid Proposal exceeds the funds then estimated by the Owner as available, the Owner may reject all Bid Proposals or take such other action as best serves the Owner's interests, CANCELLATION OF AWARD The Owner reserves the right to cancel the award of any contract at any time before the complete execution of the Agreement by all parties without any liability against the Owner. RETURN OF BID GUARANTEE All Bid guarantees,except those of the three lowest Bidders,will be returned immediately following the opening and checking of the Bids, The Bid guarantees of the unsuccessful of the three lowest Bidders will be returned within ten(10)days following the award of the contract. The Bid guarantee of the Bidder to whom the contract is awarded will be returned when said Bidder has executed an Agreement and filed satisfactory Performance and Payment Bonds as hereinafter. stipulated.. 8 INSTRUCTIONS TO BIDDERS PERFORMANCE AND PAYMENT BONDS The Contractor to whom.the contract is awarded will be required to furnish a Performance Bond and a Payment Bond in favor of the Owner each in an amount equal to one-hundred percent (100%) of the Agreement amount. The Bonds shall be executed on the forms bound herein, signed by a surety company authorized to do business in the State of Montana, and acceptable as a surety to the Owner and countersigned by a Montana Resident Agent. With the Bonds,there shall be filed with the Owner one copy of Power of Attorney certified to include the date of the Bond. EXECUTION AND APPROVAL OF AGREEMENT The Agreement shall be signed by the successful Bidder and returned, together with the contract Bonds, within the time shown on the Bid. If the Agreement is not executed by the Owner within fifteen (15) days following receipt from the Bidder of the signed Agreements and Bonds,the Bidder shall have the right to withdraw his Bid without penalty, No Agreement shall be considered as effective until it has been fully executed by all of the parties thereto. FAILURE TO EXECUTE AGREEMENT Failure to execute the Agreement and furnish a Performance Bond and Payment Bond shall be just cause for annulment of the award. In the event of such annulment of the award, the Bid guarantee shall be forfeited to the Owner, not as a penalty but as liquidation of damages sustained. Award may then be made to the next lowest responsible and qualified Bidder,or the work may be re-advertised as the Owner may decide. BOUND COPY OF CONTRACT DOCUMENTS None ofthe 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 Pa ment Provision: This contract allows the owner to make payment within 21 days after approval of the payments. Payments made after the time limit will be subject to interest at the rate specified in the Agreement. When the work extends beyond thirty(30)days,progress payments will be made monthly for any work accomplished during the preceding month, but subject to retainage as specified elsewhere. PREVAILING WAGE RATES On all projects and contracts with the Owner, Contractor and all subcontractors shall pay for all labor employed the standard prevailing rate of wages. The standard prevailing rate of wages as used herein means that standard prevailing rate of wages in the locality where the work is to be performed as determined by the Montana Commissioner of Labor pursuant to MCA 18- 2-402 and as bound herein. The Contractor and subcontractors are directed to the Montana 9 INSTRUCTIONS TO BIDDERS Commissioner of Labor, for 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 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 FEEIMONTANA 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 Mofitana shall be preferred for use in all projects if such products are comparable in price and quality. Further, wherever possible, products manufactured and produced in the State which are suitable substitutes for products manufactured or produced outside the State and comparable in price, quality and performance shall be preferred for use in this project. Preference regarding these products shall be in accordance with the laws of the State of Montana, SPECIAL FUEL USER'S PERMIT(7-5-4316, MCA, Every person or entity holding a special fuel permit issued pursuant to Title 15,chapter 70,part 3,MCA, from the State of Montana who submits a bid under this project shall list that person's or entity's fuel user's permit number in the bid form and on the face of the envelope. A bid without.the permit number may not be accepted. 10 INSTRUCTIONS TO BIDDERS BID FORM 2013 WATER RENOVATIONS PROJECT CITY OF BOZEMAN BOZEMAN, MONTANA 59771 TO: City Clerk P.O. Box 1230 Bozeman, Montana 59771-1230 THE UNDERSIGNED BIDDER,having familiarized himself with the Work required by the Contract Documents, the site(s) where the work is to be performed, local labor conditions and all laws, regulations,municipal ordinances and other factors which may affect the performance of the Work, and having satisfied himself of the expense and difficulties attending perfon-nance of the work: HEREBY PROPOSES and agrees, if this bid is accepted, to enter into an Agreement, in the forrn attached, to perform all work for the construction of 2013 WATER RENOVATIONS PROJECT, including the assumption of all obligations, duties, and responsibilities necessary for the successful completion of the contract and the furnishing of all materials and equipment required to be incorporated in, and form a permanent part of, the work; tools, equipment, supplies,transportation, facilities, labor, superintendence, and services required to perform the Work; Bonds, Insurance and Submittals; all as indicated or specified in the Contract Documents to be performed or furnished by Contractor within the time and for the prices set forth in the following schedules. The undersigned bidder agrees to be bound by this Bid for a period not to exceed that specified in the Invitation to Bid. The undersigned Bidder agrees to furnish the required Bonds and to enter into a contract within fifteen (15)calendar days after Owner's acceptance of this Bid,and further agrees to complete all Work within the time specified per schedule after commencement of the contract time as defined in the General Conditions. The allowed contract time is 90 calendar days. Where multiple schedules are awarded under a single Contract,the contract times shall run concurrently unless separate notices to proceed are issued for the awarded schedules. Liquidated Damages shall be as specified in Article 2,2 & 2.3 of the Agreement Form, The undersigned Bidder agrees that the unit prices shall govern in checking the Bid, and should a discrepancy exist in the total prices and total amount of Bid as listed above,after extensions are checked and corrections made, if any, the total amount of the Bid as corrected shall be used in awarding the contract. BID FORM The undersigned Bidder agrees that he has been afforded access to the construction site and has performed those independent site investigations as he deemed necessary. The undersigned Bidder hereby certifies the following: A) That this Bid is genuine and is not made in the interest of, or on behalf of, any undisclosed person, firm, or corporation, and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; B) That he has not directly or indirectly solicited any other Bidder to put in a false or sham Bid; C) That he has not solicited or induced any person, firm, or corporation to refrain from bidding; D) That he has not sought by collusion to obtain for himself any advantage over any other Bidder or over the Owner. E) That he is not currently operating beyond the contract time on any previously awarded public works contract as defined and required by Article 15-50-203, MCA, as amended. The undersigned Bidder(s) either singularly or as a joint venture hereby certifies (certify) pursuant to Article 37-71-203, MCA, that he (they) is (are) duly and regularly licensed. 2 BID FORM BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sums: BID SCHEDULE Estimated Total Estimated Item. Description Unit Unit Price Quantity Price 101 "faxes, Bonds, Insurance L.S. to soo 1 Ica a0C.va 102 Mobilization L.S. 55 -t000 1 1.03 Connection to Existing Main Each 3,,/A 5' 19 076' M 1.04 4" MJ Gate Valve w/V.B. Each x,poo 4 4/1 Yoo.rsd 105 6"MJ Gate Valve w/V.B. Each d,Too 3 3, ` Co,oe3 106 8" MJ Gate Valve w/V.B. Each r, 30 5-7f wo.00 1.07 10" MJ Gate Valve w/V.B. Each z co 2 5',vcc 00 108 12" MJ Gate Valve w/V.B. Each .&?t 2 5-7 6-0.co 109 8" x 4" MJ Increaser Each Y(.v 1 Y o-00 110 8"x 6" MJ Increaser Each 2 YSo.00 1.1.1 8" x 4"MJ Tee Each 5'"w 4 2,2 to-o0 112 8" x 6" MJ Tee Each 5-8S' 8 ya go'00 113 8"x 8" MJ Tee Each (- 3 f6;(,0.00 114 8" MJ Cross Each d,6(5' 3 3',0si5,o 115 10', x 8" MJ Cross Each 0, 400. 1 t, Ywa•0 d 116 1.2" x 8" MJ Cross Each I,16 1 It 5-00.00 117 8" 11 '/ de MJ Bend Each vsz� 21 -7 y6-0.00 118 8"22 t/2 de MJ Bend Each 500 6 3 000•oa 119 8"45 deg MJ Bend Each 5-z5- 4 21 too•00 12.0 8" CL 51 D.I.P. L.F, 75` 5215 37t,1Z6',cw-' 121 10" CL 51 D.I.P, L.F. 98 60 5,-8,90-00 122 12"CL 51 D.I.P. L.F. tc,5" 60 0.1300 1 a 0 123 Service reconnection w/in trench Each ° 59 limits 2" diameter and smaller `� ' '°° 124 Service reconnection outside trench L.F. 50 280 ,000-00 limits 2" diameter and smaller Service reconnection w/in trench 125 limits 4" diameter and larger Each �► `� ' S 7,3 So 12.6 Service reconnection outside trench L.F. 70 ,o. limits 4 diameter and lar ger t a , 127 Install Expansion Tank and Each 2 Backflow Preventer 128 Fire H drant 5' bu Each �V,G.00 I y,too .0& 129 Fire H drant 5.5' bur.. Each y Boo I ty aw oa� 130 Fire H drant 6.5' bu Each "Y, 2 -i 4.6i—°0 131 Fire H drant 7.5' bu Each 4i,9oo 1 A.l, g oo.ocy 132 Fire H drant 8' bu Each Y,roo 1 y, 900 ,0o 133 remove Existin g H Brant Each t,coo 3 7 ®00 oc, 3 1XD FORM 134 Insulation L.F. d q 2637 135 "Traffic Control L.S. � cov 1 136 Tempo ra Water S stem L.S. s �o 1 137 Asphalt Restoration L.F. 30 5429 1��,8��•06 138 Jack and Bare L.S. X oao 1 cs6 .dry 139 Type 2 Pipe Bedding C.Y. 5-0 20 Ora 140 Curb BoxNalve Box Removal Each JZ5" 11 ! '376. 0 141 Locate & Repair Sewer Service Each 53-6 10 5", 5.00.co 142 Signal Loop Installation L.S. ('Co 2 -71 -3ZO oo 143 Qualit Assurance Testing L.S. 1(' 5-00 1 f d, Tema-ori 144 Miscellaneous Work Each $1.00 j 20,tlQfi $20,000 TOTAL, BASE BID IL!C•4, 709,0d ar"t M:1tiUn and hy+ l/rC ;5-t P- r V17 66' fJ C-'}k alt" 'lloc, (TOTAL BASE BID - WRITTEN LIDS) The undersigned Bidder acknowledged receipt of the following Addenda,which have been considered in preparation of this Bid: No. Dated L - � �°� � , No. Dated No. Dated No. Dated Submitted this r1l day of 1' 2013. SIGNATURE OF BIDDER: Montana Contractor Registration Number Contractor Fuel Kermit Number 0 S ' 9 1 — if an individual: doing business as 4 BID FORD' If a Partnership:_ by partner If a Corporation. VJ t R c - ` l_Q t' 1~_ (L z7-r-1C,► (a) C_ by qu (,/�e all & Title Attest) Business Address of Bidder: 2-0r )I <41 07; 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 �yt' QC'Ynam'eoofrl tity 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 W�J�'4M-j (-L*V% j 1)1-0�51'6Name of entity submitting] employees and�-, all subcontracts it enters into in performance of the agreement with the city of Bozeman. k N Signature of Bidder: Pcrsou authorized to sign on behalf of the bidder AGREEMENT FORM THIS AGREEMENT is dated as of the - day of in the year 2013, by and between CITY OF BOZEMAN, hereinafter called OWNER, and hereinafter called CONTRACTOR. OWNER AND CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The project work is generally described as follows: Replacement of existing mains, valves, fittings and appurtenances in Mendenhall Street from North 7'h 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, Ci!y of Bozeman . Article 2. CONTRACT TIME. 2,1 The Work will be completed within 90 days after the date when the contract time commences to run as provided in the General Conditions. Final payment will be withheld until final completion and acceptance of the Work, as stipulated in this Agreement. 2.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence in this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified above,plus any extensions thereof allowed in accordance with the General Conditions, They also recognize the delays, expense and difficulties involved in proving,in a legal or arbitration proceeding,the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly,instead of requiring any such proof,OWNER and CONTRACTOR agree that as liquidated damages for delay(but not as a penalty) CONTRACTOR shall pay OWNER five hundred dollars ($ 500.00) for each day that expires after the time specified herein until the Work is substantially complete, 2.3 Special Event.Liquidated Damages. OWNER and CONTRACTOR further recognize that time is of the essence in accommodating short term special events and water service interruptions throughout the course of the project,and that owner will suffer financial loss if the provisions specified below are not met: 1. Streets shall be open to traffic as specified for the Main Street closures/events in Special Provision 44, , or shall be subject to the provisions of this section of this agreement. 2. All water system interruptions shall comply with the time frames specified in Special Provision 33, or shall be subject to the provisions of this section of this agreement. OWNER and CONTRACTOR also recognize the delays,expense and difficulties involved in proving, in a legal or arbitration proceeding, the actual loss suffered by OWNER if the provisions listed in sections 2.3.1 and 2.3.2 of this agreement are not met. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay(but not as a penalty)CONTRACTOR shall pay OWNER one thousand dollars($ 1000.00)for each hour that expires after the time specified for the beginning of any of the special events in section 2.3,1 of this agreement;or for each hour that expires after the maximum time allowed for water service interruptions specified in section 2.32 of this agreement, until the Work is substantially complete. Article 3. CONTRACT PRICE. 3.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents the sum(subject to adjustment as provided in the Contract Documents) of Article 4. PAYMENT PROCEDURES. CONTRACTOR shall submit applications for payment in accordance with the General Conditions, Applications for payment will be processed as provided in the General Conditions. 4.1 Progress Payments. OWNER will make progress payments monthly on account of the contract price on the basis of CONTRACTOR'S application for payment as recommended by ENGINEER. All progress payments will be on the basis of the progress of the Work measured by the schedule of values provided for in the General Conditions. 4.1.1 The OWNER may retain five (5) percent of the amount due the CONTRACTOR in accordance with the General Conditions and as outlined herein. 4.2 Final Payment. Upon final completion and acceptance of the Work in accordance with the General Conditions,OWNER shall pay the remainder of the contract price as recommended by ENGINEER. Article 5. INTEREST. All monies not paid when due hereunder shall bear interest at the simple rate established by the Federal Cost of Money Rate commencing at the time of a claim. Article G. 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. 62 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: TI This Agreement. 7.2 Exhibits to this Agreement (if any). 7.3 Performance Bond, Payment Bond, and Bid Bond, 7.4 Invitation to Bid. T5 Instructions to Bidders and Bid Form. 7.6 Certificate(s) of Insurance. 7.7 General Conditions. 7.8 Supplementary Conditions. 7.9 Wage Rates. 7,10 Special Provisions and Measurement and Payment. 7.11 Montana Public Works Specifications, Sixth Edition,and City of Bozeman Modifications to Montana Public Works Standard Specifications Sixth Edition, March 31, 2011 (by reference). 7.12 Appendix A. 7,13 Addenda listed on the Bid forms. 7.14 CONTRACTOR'S executed Bid fonns. 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, duty 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, 9.2 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 lwpdocslfonnslsgrecfhn inrg PERFORMANCE BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name, and Address of Principal Place of Business); OWNER (Name and Address): CONTRACT Effective Date of Agreement: Amount: Description (Name and Location): BOND Bond Number: Date (Not earlier than effective Date of Agreement): Amount: Modifications to this Bond Form: Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Performance Bond to be duly executed by an authorized officer, agent, or representative, CONTRACTOR AS PRINCIPAL SURETY (Seal) (Seal) Contractor's Name and Corporate Seal Surety's Name and Corporate Seal By: By: Signature Signature(Attach Power of Attorney) Print Name Print Name Title Title Attest: Attest: Signature Signature Title Title Note: Provide execution by additional parties, such as joint venturers, if necessary, EJCD_'C-610 Performance Bond Prepared by the Engineers Joint Contract Documents Com"ttee, Page 1 of 3 � Contractor and Surety, jointly and severally, bind themselves, their heirs, executors` administrators, successors, and assigns to Owner for the performance of the Contract, which in incorporated herein by refermoco, l. If Contractor performs the Contract, Surety and Contractor have no obligation under this Bond, except to participate in conferences um provided iu Paragraph 2.I. 2. If there is no Owner Default, Surety's obligation under this Bond shall arise after: 2.1 Owner has notified Contractor and Surety, at the addresses described in Paragraph 9 below, that Owner is considering declaring a Contractor Default and has zegmcmod and attempted to arrange u conference with Contractor and Surety to be held not later than 15 days after receipt of such notice to discuss methods of performing the Contract, If Owner, Contractor, and Surety agree, Contractor shall be allowed o reasonable time toperform the Contract, but such un agreement shall not waive Owner's right, if any, subsequently to declare a Contractor Default- and 3.2 Owner has declared u Contractor Default and formally teomiouQ Contractor's right to complete the Contract. Such Contractor Default shall not be declared earlier than 20 days after Contractor ' and Surety have received notice um provided io Paragraph 2.l; and 2.3 0v/rsr has agreed to pay the Balance of the Contract Price to: I. Surety io accordance with the terms nf the Contract; or / 2. Another contractor selected pumnuo1 to Paragraph 3.3 10 perform the Contract. | 3. When Owner has mmdsfiodthe conditions ofParagraph 2, Surety shall promptly, and at Surety's expense, take one oƒthe following actions. � 5.1 Arrange for Contractor, with consent nfOwner, to perform and complete the Contract; or 3.2 TJodcrtmku |n perform and complete the Contract itself, through its agents wzthrough independent � contractors; or 53 Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for w 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, tmhc secured with perfozznuouo and i payment bonds executed hyo qualified surety equivalent tnthe bonds issued nm the Contract, and pay oo Owner the amount of damages us described io Paragraph 5in excess of the Balance ufthe Contract Price incurred by Owner resulting from Contractor Default;or 3.4 Waive its right 10 perform and complete, arrange for completion, or obtain o new contractor, and with reasonable promptness under the circumstances: \. After investigation, detcnminetho amount for which it may beliable to Omvour and, as soon as nruodoab|eafter the amount iudctecmined, toodcz�u�ra�mt��rcfoz|uOvva��' or ! ' / 2. Deny liability io whole o/iu part and notify Owner citing reasons therefor. 4. If Surety does not proceed as provided in Paragraph 3 with rcomooxb}e puonup1ncxn. Surety ubu|I be | deemed to be in default on this Bond 15 days after receipt of an additional written notice from Owner 10 Surety demanding that Surety perform its obligations under this Bond, and Owner shall be entitled uoenforce any 34 remedy 10 0*ocr. I� Surety �nxu�cds 4e provided �u �or��zu�b and Owner refuses the | ' ' ^ � pmyozuot tendered or Surety has denied liability, in whole or in part, vv�bmut further notice Owner shall be / cm�t]edto enforce any nunoodyov,�1ub]otoO��-cr. | | 5. After Qv/ucr has terminated[onznac*nr"o right 10 complete the Cnutrmct, and if Surety elects 1w act under ' Paragraph 3.1, 3.2, or 3.3 above, then the ooaponoi6i\i6co of Surety to OvvncT shall not he greater than those of Contractor under the Contract, and the responsibilities uf Owner to Surety ybuU not be greater than 8zuoe � o[Owner under the Contract. Iothe limit of the amount uf this Bnod, but oobi�ot1ocmrornitmeot by Owner � ' / of the Balance of the Contract Price nn mitigation of costs and damages on the Conti-act, Surety ]sobligated without duplication for: |, ~~^~``-"^"`"^~ "=""""" � p^ uv r,u*Eogi^ceroJnmtc*mrwuo"c"mc Documents Committee. Page 2 of a 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. 1.1. Definitions. 11.1 Balance of the Contract Price: The total amount payable by Owner to Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be received by Owner in settlement of insurance or other Claims for damages to which Contractor is entitled, reduced by all valid and proper payments made to or on behalf of Contractor under the Contract. 11.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto, 11.3 Contractor Default: Failure of Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 1.1A Owner Defaulv Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY—(Naine,Address and Telel)hone) Surety Agency or Broker: Owner's Representative(Engineer or other parry): FJCDC 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 rof 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) Contractor'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 CormWttee, Page 1 of 3 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner to pay for labor, rnaterials, and equipment furnished by Claimants for use in the performance of the Contract, which is incorporated herein by reference. 2. With respect to Owner, this obligation shall be null and void if Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging non-payment by Contractor by any person or entity who furnished labor, materials, or equipment for use in the performance of the Contract, provided Owner has promptly notified Contractor and Surety (at the addresses described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if Contractor promptly makes payment, directly or indirectly,for all sums due. 4. Surety shall have no obligation to Claimants under this Bond until.- 4.1 Claimants who are employed by or have a direct contract with Contractor have given notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4,2 Claimants who do not have a direct contract with Contractor: 1. Have furnished written notice to Contractor and sent a copy, or notice thereof, to Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the ,claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials or equipment were furnished or supplied, or for whom the labor was done or performed;and 2. Have either received a rejection in whole or in part from Contractor, or not received within 30 days of furnishing the above notice any communication from.Contractor by which Contractor had indicated the claim will be paid directly or indirectly; and 3. Not having been paid within the above 30 days, have sent a written notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice fumished to Contractor, 5. If a notice by a Claimant required by Paragraph 4 is provided by Owner to Contractor or to Surety,that is sufficient compliance. G. When a Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at Surety's expense take the following actions- 6.1 Send an answer to that Claimant, with a copy to Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7. Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by Surety. 8, Amounts owed by Owner to Contractor under the Contract shall be used for the performance of the Contract and to satisfy claims, if any, under any performance bond. By Contractor furnishing and Owner accepting this Bond, they agree that all funds earned by Contractor in the performance of the Contract are dedicated to satisfy obligations of Contractor and Surety under this Bond, subject to Owner's priority to use the funds for the completion of the Work. EJCDC C-615 Payment Bond Prepared by the Engineers Joint Contract Documents Committee, Page 2 of 3 9. Surety shall not be liable to Owner, Clairriants, 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) OD which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4,2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable, 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the addresses shown on the signature page, Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page, 13. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. Definitions 15.1 Claimant: An individual or entity having a direct contract with Contractor, or with a first-tier subcontractor of Contractor, to furnish labor, materials, or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental equipment used in the Contract, architectural and engineering services required for performance of the Work of Contractor and Contractor's subcontractors, and all other items for which a mechanic's lien. may be asserted in the jurisdiction where the labor, materials, or equipment were furnished. 15,2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 153 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract, or to perform and complete or otherwise comply with the other terms thereof, FOR INFORMATION ONLY—(Name, Address, and Telephone) Surety Agency or Broken Owner's Representative(Engineer or other): EJCDC C-615 Payment Bond Prepared by the Engineers Joint Contract Documents Committee. Page 3(if 3 I I This document has important legal consequences consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circurnstances of the contemplated Project and the controlliltg laws and Regulations. STANDARD GENERAL CONDITIONS, i F THE CONSTRUCTION ION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly by AM191r AN COON'CIT 05 tvcw y`EYRtltAC.ComrAhlk r k f National Society of American Society Professional Engineers, ASCEof Civil Engineers Pmt"900810910eerx In PrhWa Pladke AMERICAN COUNCIL OF NOINE RING COMPANIES NIES ASSOCIATED GENERAL CONTRACTORS'OFAMERICA AMERICAN$O II TY CAF CItil1�I C;Ildlp�?I a ,,S, N-PRIVATETRACTICE A 'of IFx NATIONAL OcTET,,�,6"'F' t'.II* IONAL ENOINEERS, by I std I f J IJ CONSTRVC'TION SP CIFIC"ArTION -1NSTIT�lTE FJC VC C-708tandard(;etwral(,4r i 6)ns or tho C mstrik"Maai Contract Copyright O�2W IxPatlataaal!Society of Professltanat E%W"rs fear +L F) . All ri hts reserved, STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article I —Definitions and Terminology .......... ........................................................ ............ .............. ........ 1.01 Defined Ternis ........................--........................ ............ 1.02 Terminology. .., -................ .................5 Article 2—Preliminary Matters.................................... .................... ............................ ................................,6 2.01 Delivery of Bonds and Evidence of Insurance.... ....................... .................. .......................6 2.02 Copies of Documents...........................—...................... 6 2.03 Commencement of Contract Times; Notice to Proceed: 6 2.04 Starting the Work............................................ .......................... ......................--- ... .................7 2.05 Before Starting Construction........................................ ............................................................ ....7 2.06 Precon'struction Conference; Designation of Authorized Representatives..................................7 2.07 Initial Acceptance of Schedules................. ..............-...................................... .7 Article 3—Contract Documents: Intent, Amending,Reuse............................. ..............................................8 3.01 Intent ...........1�..................... .............. ........ 8 3.02 Reference Standards......—................................... ...................... 8 3.03 Reporting and Resolving Discrepancies ............................... ............. ..... .................... 9 3�.04 Amending and Supplementing Contract Documents................... ................................ ..............9 3.0,5 Reuse of Documents........ ......................... ........................---,....................... .....................t 0 3.06 Electronic Data. ............... ........... ................................. ....................................................... ......10 Article 4—Availability of Lands;&bsurface,and Physical Q'onditions,,,Ha,zardo'trs,Environmental Conditions;Reference Points—......................... ........- ................................................. ....... 4.01 Availability of Lands-- ................. ........................................... ........—.......... ....... 4.02 Subsurface and Physical"Conditions,..,............. ......i....................... ........................ ............ 4,;03 Difterihg Subsurface or Physical,Conditions-- .................... ........ ................. ......................1,2 4.04 Ubderg,round Facilities—...... ......... -1-1....... ..... ........................... ...... ........ .............. .........13 4.015 Referent: Points,...,,.,.,...... ...... ............ ...................... .........1.. .......................................14 4.06' Hazardous,Envi,ron Mental,Condition at,Site............ .......... ............ ................. ...... .................14 Article 5,-Bonds and Insurance..... ...... ........ .......... ..... ........................... ...... ...............16 5.(11 Perfornuil0e, Payment,,ard,Othe�r Bond$—..,,........ ...... .......... .........--16 5t()12 Licrsed sureties and fnrirers. ...............-.............. ..... ...... ................. ....... 16 5-03 C ortifi cates,of Insurance .......................... ....... ....... ..........................17 5.04, Ontfuctors Insurance....................... ......... ............. .......... ............................17 5.0 OWner's LiabilityInsurance............. ...... .................. ....... ..............--19 5�.06 Property,Insurance ..... ..........................1—.'�,...1- ..........I............ ............. .......... 5,.,07 Waiver of Ri ghts..- ........ ......I......... .......................... ...................... ..........20 50 Receipt and Ap2lication of Insurance Pro 0Beds,.... ......... .......................... .................21 Qc0C,v-700 Standard(kneral6md1tio ns,of the Construction Contract Copyright 4��,7*7 National society of Professional Engine(rs Rn-EJCDC Alt rights restirved, Page i 9MVisits to Site....__ ..... ................... ............ ............... ........... .......................... .......37 9.03 Project Representative.....................__.... ............. .......... ....... ............ ........ ............38 9D4 Authorized Variations in Work........................ ....................................................... ......................38 9.05 Rejecting Defective Work. ......... .............. ............................................................38 9�-06 Shop Drawings, Change:Orders and Payments. ....... ...... ............ .39 9X Determinations for Unit Price Work ......... ...............................................................................39 9.08 Decisions on Requirements of Contract Documents, and Acceptability of Work, .. .................39 9.09 Limitations on Engineer's Authority and Responsibil ities......................................... ............39 9.10 Compliance with Safety Program..................... ........................ ......................... .40 Article 10-Changes in the Work; Claims, ,............................................................... ......... .......... .............40 10.01 Authorized Changes in the Work ..........................................__................................................40 10,02 Unauthorized.Changes in the Work............ ............................................................................ ...41 10,03 Execution of Change Orders................ ................................................... ...... .......................41 M04 Notification: to Surety......................................_............................ .....................__ ...........41 10,05 Claims ... ................................ ................................................ ............................ .41 Article 11 -Cost of the Work; Allowances; Unit Price Work...........................__................... ............ .4 11.411 Cost of the Work................................ ................ ................................................. ........................42 11,x}2 Allowances............................... .................................................... ....................... ........................45 11.03 Unit Price Work........................................... ........................................ .......... .4 Article 12-Change of Contract Price:;Change of Conti-act Times ...............­..................................... .......46 12.01 Change of Contract Price.... .......................... ..................... .......................................... ....46 12.02 Change of Contract Times................................................. .............. .......................................47 12.03 Delays.................................... ............. .............. ........................................._...... .................._ .47 Article 13-'Vests and Inspections; Correction,Removal,or Acceptance of Defective Work.......................48 13.01 Notice of Defects......................... ................................ ................ .4 13.02 Access to Work........................................�­...I—...I.......................... ...................... .....................48 I1_0 Tests, and lnspection,�....................._ .. ............ ............_...........10 **......*......... *­­­...................49 14 Uncovering Work. _............................. ............... ...... .....­­_............49 13.05 Owner May Stop the Work.... ................................I.......................­.................. ..................50 13.06 Correction or Removal of Defective Work.......__ ... ............... ................. .5U 13%07 Correction Period................................................_...................­1....�.­..............-._... .................� 50 113.08 Acceptance,of'De:fbeti ve Work .......... ...............­­­­�...........t­­­..................54 1109 Owner May Coar irct Defective Work ................ ......�"­'­............... ........I ............. 52, Article 14-,Paym&nt,&to Contractor and'Completion........._............... ....... ...........I....... ................ ........51 14,.,()1 Spbed4fe of Valpps.,........... .......I.,................. ............:............ ..................­­­ ....... .........52 14.02 PrOgre,ss Pay'' ents, ............ ............... ............ ............ ....52' 14.03 Contraetor's,Warranty of Title............... .......... ...... .................... .............. 55 14.04 Substantial Completion .. ............... ......................... ............................. 405 Partial Utilization...... ................ .................... .................... .56 14.06 Final Inspection.......... ............. .............. ............ ................................................ ...............57 14,07 Final,Payment....... ..... ......... .57 14.08 Final Completion Delayed .......................,............................................... .58 UCOCC-700-Stan4ard General Conditions of th6 Constrtiction Contract Copyright 02*07 National$kietyofProftssiowiii-Enginttir5ror F JCDC. AtIrigbts;reserved. Page iii, I i ARTICLE 1 —DEFINITIONS AND TERMINOLOGY 1.0 I Defined Ter-ni s f A. Wherever used in the Bidding Requirements or Contract Documents and printed with initial capital letters, the terns listed below will have the meanings indicated which are applicable to bath the ;singular and plural thereof. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and pariagiaphs, i and the titles of ether documents or forms. 1.. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. t , Agreement—The written instrument which is evidence of the agreement between Owner and Ctarltraedtar covering the Work. 3. Applic tion for f dymerrt—The form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United Mates Occupational Safety and Health Administration. 5.. Bid-The Gaffer or proposal of a Bidder submitted can the prescribed form setting forth the pries for the Work to be performed. fa. Bidder—The individual or entity who submit,,a Bid directly to Owner, 7. Bidding Doct'in'ie'nt5°—The Bidding l egpirenjerits and the, proposed Contract Documents (including,all A.ddenda). Bidding Re uirentents—The advertisement or invitation to bird, Instructions to Bidders, Bid security of acceptable form, if arty, and,the Bid Forin with any supplements. . Changx t t r'dtr A document recommended by B.ngineer,wiahich is sighed by Contractor and Owner and authorizes an addition, deletion, or, revis, on in the Work, tar, an adjustment in, the Contract Price or the Contract-Times, issued ran or after the Ef"f btive Bate of the Agreement. 110, lditn A demand or assertion;by Owner, or,Contractor seeking an adjustirient of Contract' Price or orltract Tim'es, or, both, of oftr reli f'4ii1t espect to:thd-terl as of the Contract. A derri;itacl for iaotae tar services lad al third,faart yis,no l"'14111CItiiII111111 11. 'rrritrac t The entire and integrated written agreement 'between the !Owner and Contractor' concerning the Work,. The Contract supersedes ;prior, negotiations, representations, or agreements; whether written or fatal, i E.It:T)t~ 1, dial Standard Gmeral Conditions iii`the Construction Contract Copyright @ 2007 National Society of Professional Fagineers for K10C. All rights reserved. Page I of 62 27. Notice qf Award—The written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successful. Bidder with the conditions precedent listed therein, Owner will sign and deliver the Agreement. 28. Notice to Proceed—A written notice given by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform the Work, under the Contract Documents. 29. Owner—The individual or entity,with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 30. PCB.v—Polychlorinated biphenyls. 31. Petroleum-—Petroleun-i, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 32. Progi-ess Schedule—A schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 33. Pr(),je,ct—The total construction of which the Work to be perfon-ned under the Contract Documents may be the whole,or a part. 34, Project Alanual—The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s)of contents. 35. Ra4lioactilie ,.A4ater,itil--S,()Urce,,, special nuelpan, or byproduct material, as defined by the Atomic Energy Act of 1954(42 U Section,2,111 et,seq) as amended frorn time to tirne. 36. Resident Piwject RepresenuitNe—The authorized representative of Engineer who may be Assigned to the,Site or Any pan thereof. 31 Seimples—Ph 'ys ical examples of materials,eqLripment, or'WofkManship,that are representative of'some.portion,of the Work and which establish the, standards by which,such portion of the Work will 6e judged. 38. Schedule of Submittals—A schedule, prt pare d and maintained by Contractor,, of, required , submittals the tinq e, requirements, to support ,scheduled, perforib n of related a ce coh.structiOn activities, 39. Seltedule of Vidues—A schedule, prepared and maint iried,by Contractor,,Allocating portions al of the Contract Price to various p9itioDs Of the' ork,and' used"a for reviewing s,,the,basis Contractor's Applications for Payment. ENDC C-*Standard General(.ontiitions of the Consairuction'Contract -Copyriglit�2007 National society of Professional EnginetTs for FJCD,C. All rights reserved. Pap of 02 addition, deletion, or revision in tile Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or tile Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract 1.02 Terminology A. Tile, words and terms discussed in Paragraph 1.02.B through F are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. I. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or temis of like effect or import to authorize an exercise of professional judgment by Engineer. In addition, the adjectives "reasonable," "suitable," "acceptable," Vroper," ,'satisfactory," or adjectives of like effect or import are used to describe an action or determination of' Engineer as to the Work, 11, is intended that such exercise of professional judgment, action, or determination will be, solely to evaluate, in general, the Work for compliance with the infornlati011 in the Contract Documents and with the design concept of the Project as, a functioning whole as shown or indicated in the Conti-act Documents (unless there is a specific statement indicating otherwise). The use of any such term oi- adjective, is not int.ended to and shall not be effective to assign to Engineer any duty or authority to supervise or direct the performance of the Work, or any duty or authority to undertake re,,ponsibility contrary to the provisions,, of Paragraph 9.09 or any other proVision of the Contract Documents. C. Day L The Word "day" means a calendar day of 24 hours, 'measured frorn midilight to the next D. Dej�etive: 1. The word "defective," when modifying the word "Work," refers, to Work, that is unsatisfactory,, faulty,or deficient in that it; a., does notconforni to the Contract Documents;or b. does not meet the reqt1firdments of any,applicable, i.nspectioti,,,,rpfcroncle,,,�tandard, test, of ail Ofoval referred toin the Contract Docu rent, or c has been danfjO . aged prior, to EngineO'$ recommendation of fillal, payment (unless responsibility for the Protection thereof has been assutned by Owl;er At Substantial Completion in accord I ah&,with Paragraph 14,04 61"14,05 EUOW,C-700 Standard Generaltofiditiong of the Construction C'ontraci Copyright 0 2007 National'Society,ofTrofessional Engineers ror,QCDC'. All,ril;Mi regerved, Page 5 of 62 _ } 1 2.04 Swrting the Work, A. Contractor shall stark to perform the Work can the crate, when the Contract Times commence to run. No Work shall be done at the Site prior to the date on which the Contract Times cornmenc;e to run. 2.05 Befi.)r e Starting Construction A. Preliminary Schedules: Within 10 days after the Effective; Date of the Agreement (unless otherwise specified in the General requirements), Contractor-shall subra7it to Engineer for timely review., 1. a preliminary Progress Schedule indicating the times (numbers of days or dates) for starting and completing, the various stages of the Work, including any Milestones specified in the Contract Documents;' 2. a preliminary Schedule of Submittals; and 3. a preliminary Schedule of Values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for 'progress payments during performance of the Work. Such prices will,include an appropriate amount of overhead and profit applicable to each item of Work. 2.010 Preconstruction Ccr77fercXttce;Designation,gfAuthori<ed Representatives A. Before any Work, at the Site is started, a conference attended,by Owner, Contractor, Engineer, and others as appropriate will be held to establish a working understanding among,the parties as to the Work, and to discuss the schedules referred to in Paragraph 2.05'.A,procedures for handling Shop Drawings and other submittals, processin Applicatiorxs ftar Payments and m intaining required records. i B. At this conference Owner and Contractor each shall designate,in writing, a s'pecific individual to act as its afuth6rized representative with respect to the services grid respa'ansi ilities un the Contract;' Such individurtls'siaall have the authority,to transmit iristructiorts,i receive information, reader dec i;iefit relatl re tci tlae Cantra ct, and otherwise'aact pan b liatlf ofe' acwla respective,party, 2.07, Inithil, A. At beast, 1:0 d'a s f6ie:sulrntissiori,of the first;Ap rlicaatidn f rr p'aiyr a rrt;a confem,nee iatteaaded by Contra cfic r, n in er°, and others as appz piiaat, will be held ta`t° review for tac% ptab lity to l ngiriee' as pro rvided; below the schedules subibitted in, accordane With l�`4m raph .05,, . Cc ratractatr 4h ll°haav e ata additit nail l tl days tea ra alte c ontetit r uw and'adlusttnent;~r and to complete pl to and re uirrrrat the scl edule, , loo pTo,gr ss,paynaerit §�a�all be nr4de to Contraactc�r tiatatil acceptaab1e schedules are submitted to Engineer., 1. The Progress Schedule will be acceptable to Engineer if"it provides a6,orderly, progression of e Work to completion'within the Contract "l''inaes; such acceptance will neat-impose on F;1(70C"C-700$0 ndard General Conditions of the Construction Contract Cop.Yripht 02(07 Natiohai So deO of0idessiona[Engineers for F,)f,DC. A11'righta rtserved. Pa—T;of 62 i i I 3.03 Reporting and 17esolv4ng Discrepancies A. Rej.)orting Discrepancies: h 1. C onlrcrc°tor's Review gl'Contrc'ac l Documents:Bc�fiar�� t�rr t xry�� I�tit k: B fare ur��l�rtaksn g e ach part:of the "work; Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, oi- discrepancy which Contractor~ discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work' affected thereby: 2. Coratr°cictor°s Revievl,, cif'Contrcrc°t Documents During PeXdbrrracance clf pf'ork If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to Engineer in writing. Conti-actor shall not proceed with the 19w''ork, affected thereby (except in an emergens 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 liable to Owner or Engineer for failure to report any conflict, error, ambiguity, ' or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1 L Except was may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict,error, ambiguity, or disci paticy between the provisions of the Contract Documents and; i a. the p?ro isions of any standard, specification, manual, or code, or the instruction of any Supplier (whether or not specifically ';incorporated by reference in the Contract Docartrtetrts),or b. the pr6visittns, of gray 1 ays or Re' p (h d()rMance of the Work (unless such ara interpi°ettion t f"the provisions of"the Cntract.'Docairrcrttis r %)ind result in violation of such Lae or lie trlation). 3.04 mendin;,a nd U)itteitc't Documents A. The Contraict IDocun tints may be amended far provide for additions,,deletions,, and revisions in the Work, or to modify the terms and'cor ditions thereof, by either"a Chatt e Order or a "work Change Directive. B. The requirements of the Contract Documents may be supplemented, and Minor variations and deviations in the Work may,be auto rued,by one or-more of the follotiving ways: EKDC",'C-70 Standard Generar C'ondltiow of the Construction C",ontrart Copyrigb O 2007 Natlonal,Sodky orProrewonal Engineers for l,JC'DC;» All rights reHerved, 1 Page 0 of fit ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability qfLaMs A. Owner shall fumish the Site. Owner shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. Owner will obtain in a timely manner and pay for easernents for permanent structures or permanent changes in existing facilities. If Contractor and Owner are Unable to agree on entitlement to or on the amount, or extent, if any, of any adjustment in the Conti-act Price or Contract Times, or both, as a result of any delay in Owner's furnishing the Site or a part thereof,,Contractor may make a Claim therefor as provided in Paragraph 10.05. B. Upon reasonable written, request, Owner shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be perfortried and Owner's interest therein as necessary foi- giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or,storage of materials and equipment. 4.02 Subsurftice and Pl�ysicol Conditions, A, Reportv atul Drawings: The Supplementary Conditions identify: 1. those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to Owner of physical conditions, relating to 'ting surface or exis subsurface,strucaures at the Sitre,,,(except�Undergtound,Facilities)� B. (,ontraetor,oil Tet­hnieal Data�Authori �ed,.- Contractor may rely upon, the accuracy of the "'technical data" contairied' in such reports and drawing gs, butwch reports and ,drawings ate not Contract Documents,, Such `techr(ical data" Is identified in the Supplementary, Conditioin�. 1SXcept,f6r Web felianee�,on­such "technical"da"ta," Contractor maywj1pt rely upon or make any04im,against Owner otEngineer,or any of"their officexs,�,difectors,members, partners, employees, agents�consultants,(,,)Y,subcon,tractors with respect to: I. the completeness-,of such, repo and drawings,for C0fitfac to; As r"s Ouooks,4 including, but not limited lo,_an aspects of,the means, methods, techniql,tesi ptoc'odutes of Y consttucti6til to 'be,' employe "by Con"Iracto 4' d' s�,fety"prec,autions"",aiid progt itipiden n thereto', or 2. other�'d�ta,''int�',,r'p"i�ta�ion�5,'opin'ionsi,,and'inf6rmatio c ntained in�sueh"reports,of'shown or ri, 0, indi,cate'd"t"n'"s'u'c'!"i'd'r'a"w',,ing,s,,or, 3, any COntraef6y'lliterp I of-or"conclusion drawn 6om any,"fe'Imic I datall� or any such c a other data,,interpretations,opinions,,�'O'.t information. FJCI)(,*C-100 Staludard Comm( 0)pyright#2007 National S666ty(if'Pr�ftssknial Fhoneers for EJ6�, Ali righfisxmrved. P— ,1,of"62 contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor's making such final commitment., or c. Contractor failed to give the written notice as required by Paragraph 4.0,3.A. 3. If Owner and Contractor are unable to agree on entitlement to or on the arnount or extent, if any, of any adjustment in the Contract Price, or'Contract Times, or both, a Claim may be made therefor as provided in Paragraph 10,05. However, neither Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors shall be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Conti-actor on or in connection with any other project or anticipated project. 4.04 Undergrouncl Facilities A. Shoivn or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground 'Facilities at or contiguous to the Site is, based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities, including Owner, or by others., Unless it is otherwise expressly provided in the Supplementary Conditions: I� Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall, have full responsibility for: a. reviewing and checking allsuch information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination of tbeWork with the owners of such Underground FAcilities, including Owner,during constrbctioil and d. the safety,and prote6iioh'of,a1V§uch Underground Facilities an6 repairing any 'damage thereto remiltirlg"I't6tri'the Work. B. Not ShownorIndicat0d.- I. 'If an Undergroo lid Fac'Ity, is,urt" vet or r cl("i W evealed,at,or configuous to th6, Site, which was not shown or indicate' 01; Or l0t 06wh of, indicated,wffh,�reasonable,a�&iirla,��,y in the Contract Documents, Coiltraetor shall, pr�imptly after lecon I I,ing aware thereof 'and before further disturbing conditions, affected tbereb , or perforiniAg, anly Work, in,, coanec' , therewith y tion, (eXce erhC pt in an *:rg6noy as r r6d' by 'Oaragraph i& ntify, the owner 'of such Underground Facility' andgive written notice, to that owner, and, to Owner and Engineer. Engineer will promptlyreview the UndO und'Facility, 4nd�deter ine, the, -gro extent, if any, to n which a change is required'. in tfie�' Contract, Doc�uments tp reflect and document 'the ENDC G*)'Stanoard Gient+81464-0—ditioris of the,Omstrurfion Contract Cop.vright'02007N!atii)ntt]SociOlyotP�ofemiona],EiigintersrorF�li2fi�. All righfi�reserved. __..,Vage43 of 62 C, Contractor shall not be responsible. for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work,. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Conti-actor, Subcontractors, Suppliers,or anyone else for whom,Contractor is responsible. D� If Conti-actor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous ErIvironniental Condition, Contractor shall immediately: (i) secure or other-wise isolate such condition; 0i) stop all Work, in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.16,A); and (iii) notify Owner and Engineer (and promptly thereafter confirm such notice in writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such condition or take corrective action, if any. Promptly after consulting with Engineer,Owner shall take such actions as are necessary to permit Owner to timely obtain required permits and provide Contractor the, written notice required by Paragraph 4.06.E. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after Owner has obtained any required permits related thereto and delivered written notice to Contractor: 0) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special. conditions under which such Work, may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or on the arnount or extent, if any, of any adjustment in Contract Price or Contract Times, or both,as a result of such Work stoppage or such.special conditions under which Work, is agreed to be resumed by Contractor, either party may make a Claim therefor as provided in Paragraph 10.05. F. If after receipt of such written notice,Contractor does'not agree to resume such Work,based on a reasonable bellief it is unsafe, or does not agree to resume, such Work under such special conditions,, theh, Owner may order''the p' 'Oftlon' ,'ofthe Work,, that'is, in the ared,affttted by such eondition'to be delotedfrom the"Wo"fk. If,"Owner,,'�frld,Contract' or cannot,dg�ceaslo,entitle nient,to or on the amount or extent, if any, of an adjust it, in Contract,Price or Contract, Times as a result of deleting such; portion of the Work,'then either party may fnake, a, Claim: thef foi- 0 as provided in Paragraph 1,0.05. Owner, may have—such deleted p(,)OjQti of the,Work,perf0rhied by Owner's,,6wu force$,or others,,,,in a 44&c:,WitbAAi&le 7, G. To the fullest extent pei mitied, by, �,,aws� shall indenid nfy and hold harulless, Contractor; Sub� titrA'tors�,, and "18" ',and,, the, offit' ngmepr, cers, direc fs, Merribets, pattner,s,,,e rnployoes',�agent, t ­a, 'd,,,, s,,, consul ants, ii su 4cont�a�tor,,�, oft�ach, �fid4ny�(,)fth Jorn,� 0111 r an d against all claims, costs, losses and, (fhicluding but not.limited toall'tee" 'argesof "dama S I ges engineers, architects, attorn6p-, 4nd Other pr,0�0'ssionals and aJI court or, afhftratio' n, 'or other dispute resolution cost, arising,out of (it,, rellating,io a C6ndit�'on, provided, that. sucliflazard s�,,Envioitrqd t fiditipp. i0 CO3 (i): Nv4,s, not shown of indi tl�in,the Drawings or'Specificatio' 111%, or"i0elft fit�d` the, tn,th prityact, Documents to'b_ i el ncluded with scope of the Work and (ii),'was not,cteA16d:by'C'Qfitract0r or by anyone,for,,whornCoritractor is responsible. Nothitigy in this Pa ' h'41 shall,,ob I If ate OWnei-,,to,indeiiinify,,,41iy,,,individual ragrap, G or entity from and against the consequences,of that individua,Ps or entity"s own negligence, EJCDC`C-71)(I'Standard GentralConditions of the Construction Contract Copyright(D 2007 National Societyof Prof6Monal Enginei�m for EA-W. All rights res-med, Page J$ of 62 meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.03 CertUicates(?f Insur411,1(-e A. Contractor shall deliver to Owner, with copies to each additional insured and loss payee identified in the Supplementaiy Conditions, certificates of insurance (and 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 Conditions, 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 Owner to demand such certificates or other evidence of Contractor's full compliance with these insurance requirements or failure of Owner to identify a deficiency in compliance from the evidence provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. D. Owner does not represent, that insurance coverage and limits established in this Contract necessarily will be adequate to protect Contractor. E. The insurance and insurance limits required herein shall not be deemed as a limitation on Contractor's liability under the indemnities granted to Owner in the Contract Documents, 5.04 Conlractor's Invurance A, Contractor shall purchase and maintain such insurance as is appropriate for the Work, being performed and'as will provide-protelction,from set,forth below which,may arise out 0'f or result from Contractor's oetfbin' an of the Work,and Contractor's Other,obligations under the Contract Documents, whether it,is,to be,peifoi'-iied,by,Contractoil,,any,,$Obcontractor or Supplier, or by anyone directly or indirectly employed by''any of them to, 'perform-any' of tho Work, or by anyone for whose acts an of them may beviiable' 'Y 1. claims under,workers' compensati"on,,,disabi Itty-benefits, and Other si in—flar employee bendit, acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees; 3. claims for damages because of bodily in ury,sickness or disease,or death of any person,Other than:Contractor's employees; 4. claims for damage,,,,, insured hy,xeiiwnably available personal injury liability coverage which are sustained,-. FMOCC-700 standard General Conditions of the(�onslruction Contract Copyright 0 2007 National soci I ety or Professionarpogineers thr FJC I DC. All rights reserved. Page 17 of 62 V 5.05 C}svnei 's Liability Insurance A. In addition to the insurance required to be provided by Contractor under paragraph 5,04, Owner, at Owner's option may purchase and maintain at Owner's expense Owner's own liability insurance as will protect Owner against claims which may arise from operations udder the Contract Documents. 5.06 Proper-ty Insurance A. unless otherwise provided in the Supplementary Conditions, Owner shall purchase and maintain property insurance upon the Work, in the Site in the amount of the full replacement cost thereof (subject, to such deductible amounts as may be provided in the Supplementary Conditions or i required,by Laws and Regulations). This insurance shall: l 1: include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions; and the officers, director., members, partners, employees, agents, consultants, and subcontractors of each and ally of them, each of whom is deemed to have an insurable interest and shall be listed as a loss j payee; ., be written can a Builder's Risk. "all-risk" policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework and materials and equipment in transit, and shall insure against at least the following perils or causes of loss; fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of U,ws and Regulations,; water damage (other than that caused by flood), and such other,perils or causes of loss as may be specifically required by,the Supplementary Conditions. l 3. incline e cp rases incurred in the repair or replacement of any insured property (including but not limited to fees and char efs cat' to ineers an architects),, 1 , cover materials and egpiprpeot sttjr d tit the bite or at an location that was agreed to in writing by,Owner prier to being incorporated itr the 'i ?cark, pvirled that srch rrraterials and equipment have been included in ail ApplicatiIon for Payment recommended,by Etrgineeq : . allow fear partial utilization trf"the WbrlC by wher' 6, include testing and startup-,and: ?. be maitatairred ih effect until fill ajtrrent t rriaele trless otherwise are ra in writ!tt by t !wrier catrtrattor, and,lnineer athf`°tlay, !tittetl notice tea each'either lass payee tt �alicm a certificitt of irrstrrarte has,lieu issued; B. Owner shall purchase and rnainttaitr such equi rnent breakdowtr insurance or additional property insurance as may be requiyed by tlhe, ,o terci�ntary 'Ohdi`taorts rar Laws and'Re o atit�ns which } Will include the interests cif C v n r, Contractor', ' uhc rtrtract rs, grid Rn ilia a, and-any crtl�er, individuals tar entities identified in fh ippldin triry nditicrrih, Ruud the Of'f c rs, directors,, EJC:DC G700Stand6rd Cr ncralc.ottditrom of trac,coitsirtiction contract _1 C:rapy rig btl-)2007;Natiaanal society orProrm4ionolEiginecrs forP-JC0 0'. Atfrightsn-served. Pa a 19 of 62 I, loss due to business interruption, loss of use, or other consequential loss, extending beyond direct physical loss oi-darnage to Owner's property or the Work caused by, arising out of, or i-esulting frorn fire oi-other perils whether or not insured by Owner; and 2. loss or damage to the completed Project or part thereof caused by, arising out of, or resulting from fire oi-other insured peril oi-cause of loss covered by arty property insurance maintained on the completed Project or part thereof by Owner during partial utilization pursuant to Paragraph 14,05, after Substantial Completion pursuant to Paragraph 14.'04, oi- after final payment pursuant to Paragraph 14.07. C. Any insurance policy maintained by Owner covering any loss, damage or consequential loss referred to in Paragraph 5.07.13 shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery against Contractor, Subcontractors, or Engineer, and the officers, directors, members, partners, employees, agents,consultants and subcontractors of each and any of thern. 5.08 Receipt and A17plication qf lnvurance Proceetis A. Any insured loss under the policies of insurance required by Paragraph 5.06 will be adjusted with Owner and made payable to Owner as fiduciary for the loss payees, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.08.13. Owner shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties iti,interest may reach. If,no otherspecial, agreement is reached, the damaged Work shall, be repaired, or replaced, the moneys so received applied, on account thereof,and the Work and the cost thereof covered,by an appropriate Change Order. B Owner as fiduciary shall have power to a4just,and settle any loss'with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to Owner's exercise of this power. If such objection be made, Owner as fiduciary shall make settle, ment with the, insurers in aot,.6rdance,with: such agreement" a 'the parties, in interest rnay reach. If no such ag�reement arniongthe parti6­in interest is, reached, Owner a$ fiduciai 'shall 7Y adjast and settle, the, loss with the;,insur rs-andJUr6quired it), w'riting'by Any ' �t, paity,ib interes Owner as fiduciary shall give bondfbt the,proper,p ,e J4114rice ofsuch d'dties�, 5.09 Acc,-�,pianc e of Bomi.v and lhsueance; pptionto,R lac"o asany, ")' ' J A. If either Owner or'Contikfpr,h 'S""', 'bi 'JiM'to"the',coveragea orded,by Or btlicr provisions of 0 ' c' ,the,bonds,,,o' ired tbtbo.ptii�cba rd cc w,ins ufance,r6q'U Acco An with Ailicle 5'on,the,basJs­6f noil_' (,in act c C()6ft ?b0cu 6,iit�s,,,tbe"pb�jp4�tingpar m ty Jrl 'd , sbalt,0',"itotify the othd' ays,A er f'p in,,, W reo&f t,6 the''C' 40tes (or other p of idence, re ties ev teo) required by Pa'ragraph, 2.011R Owner-and Contractor:shall, each provide:,,o the other such additional inform4tioi!`in" respect or inSprance", provided' as, th other n'a I I I e y rea'sqn4bly request. If either, party does,'not,pii 'or-maiatain,All of,the�bon&a I nd insurance n� se re" d y the'Cofittac.'t poc"o e,it s' sn�hpa, ,,quite , Of'such party'b �,uty`lshall �hot`ff the, other, paity',in, Y ttp iti �g o c ,' 1, rk,or of such failure to maititain, wr n ,fsu'h fail � to,ptirchas,0 pii6r i tire he s art o the pribr to any change in the,,req coVe"It" t­- 4ire '2904; ou piejitidice-to,any other right,oi,renicdy,the other party may elect', to obtain equivalent" bohcls,dr insurance to protect Such, other party's EJCDC C404)Standard G kncral C6ndlikons or tho Canstruclitnt Contract Copyrigbt 0 2007 National Surict�orprofts$46'110 Bngirle&s fbr,EJK,DC, AR rights rose",ed; 21 of 62 B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of (Mood quality and new, except as otherwise provided in the Contract Documents. All special wan•anties and guarantees, required by the Specifications shall expressly run to the benefit of Owner. If required by 'Engineer, Contractor shall furnish satisfactory?evidence (including; reports of required tests) as to the source,kind, and quality of inaterials and equipment. 1 C. All materials and equipment shall be stared, applied, installed., connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents, 6.04 ,Progress Schedule A. Contractor shall adhere to the Progress Schedule established in accordance with paragraph 2.017 as it may be adjusted from time to time as provided below. 1. Contractor shall submit to Engineer for acceptance(to the extent indicated in Paragraph 2.017) proposed adjustments in the Progress,Schedule that will not result in clanging the Contract Times. Such adjustments will comply with any provisions of the General Requirement: applicable thereto, 1 Proposed adjustments in the Progress Schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 1`2. Adjustments in Contract Times may only be made by a Change Order. 6.015 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to estalatish'the type, f6 het" appearance,,and quality required. Unless the §p ification or descriptioh cont4ins or,s olla e l ley"wtrrds rea�id�ig that no Iilre� egti v4bl nt, or "'or-equal" item or no substitution is permitted, other items: cti material or- equipment ,or material or equipment of other Sit" I"*i m b s bm"tte+� to din inecr ferr revien� under the circumstances,described below, t "Oi-,Equal",It(rm : if in .n ineee s s 011 ,discri t'ion.all item:trf aterial or eguipn nt proposed by Contractor is functionally 64441,to that<natit7ed and so that no change in related Work'will: be rewired„ f:may,be ctn idered dry jig ineer as an "or-equal„ item, in which:case review and approval'of th r0, 6sed;iie y, ng, 1Per -sole dicretion,be r accomplished without 'compliance, with some or, sill )0f the requirements for approval of Prop osed substitute item. Por the pl roses cal`this Paragraph r ;l`1�.Aw 1, a proposed item l` material or,equipment will be considered furictiartally:equal;to;a an item so named,if, a, in tine e er ise of reasonabiee jiud ntent Engineer deterrtiines That: l it` is at ]:east, equal it!, iraaaterials cal` ctari�;trttcti5nr quality, durability, appearance,` stren tb�and design ch racter stics,,, FJCF)C,G700 Standard Geneva]C"andititins,f the(onstruction Q'.'n tract 0)pyright 2trtr7 National Soritty of Pr(ifessio'nar i"u'ginters for EJCbC. All rights reserved. Pa ae 23 of b2 r, c) whether incorporation or use of the proposed substitute item in connection with! the,Work is subject to payment of any license fee or royalty; 3) wil I identify: a) all variations of the proposed substitute item from that specified, and b) available engineering,sales, maintenance,repair,and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, oi- 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. Conti-actor shall submit sufficient information to allow Engineer, in Engineer's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The requirements for review by Engineer will be similar to those provided in Paragraph 6.05A.2. C. Engineers Evaluation: Engineer will be allowed a reasonable time, within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05A and 6.05,B�. Engineer may require Contractor to fumish additional data about the proposed substitute item. Engineer will be the sole judge of acceptability, No "or equal" or substitute will be ordered, installed or utilized until Engineer's review is complete, which will, be evidenced by a Change Order, in the case of a substitute and an approved Shop Drawing for an "or equal," Engineer will advise Contractor in writing of any negative determination. D. Spec'ial Guttrantee., Owner may require Contractor to furnish at Contractor's expense a special perforplanec,guaranteeor other surety with resp t: , ",pbst tute. to,any,s i E. Engineer's Cosl Reinibursenzent: Engineer'will reebrdIttigineer's c' osts in evaluating q substitute proposed or sub mi tied by Contractor pursuant to Paraigrao I hs,6.05.A.2, and 6.05.B.,Whether or not En ! ,gjnoa approves a substitute, so proposed: or s mitted, by Contra toT, Contractor shall I I ub reimburse O'Nvnerl for the reasonable char�l Engin r, for I el�,qluating, each such proposed et� substitute.' Contractor shall also reimbdr,e�'Owrer' f6r the reasonabie ebarges''of Engineer,for ro 'is ons,0 An m*ng cha�ngps,ib�the Contract j)ocumerll inthe, vISi f,,,,, y other 4irpet,contract with Owner I ),,,r0sul6kg,,from-thIe,acceptance,of eaekproposW uhstitute'. S F. Contraetors,Exlpense: Contractor shall provide,all data, in,support of any proposed substitute or expense. 6.06 Concerni�ig, Sub(,toIlti-(Ictoi,,v,,Supl.�lie,,rs, and Others, A, Contractor Shall, not employ any Subcontractor, Supplier, orotherindividtal or entity (in riding Ql I I those acceptabl'e', to Ownet as indicated in' Paragraph 6.06,1 R , whet 6r initially or as a rejilacerrie,nt, against whom 0 wrier may have reasonable objection. Contractor, shall not be EJCDC C-709 Standard GmeratCondid0s;of theConstruction Contraot Copyright C 1007 National Society of Professional,Engineers R*EJCDC� Aill rights reserved, age 25 of 02 Contractor, Engineer, and all other individual,, or entities identified in the Supplementary Conditions to be, listed as insureds or loss payees (and the officers, directors, members, partners, employees,, agents, consultants, and subcontractors of each and any of them) for all losses and damages caused by, arising out of,relating to, or resulting frorn any of'the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiverforms to be signed by any Subcontractor or Supplier, Contractor will obtain thesame. 6.07 Patent Fees and R(�yalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patentrights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of Owner or Engineer, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others,the existence of such rights shall be disclosed by Owner in the Contract Documents. B. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, and its officers, directors, members, partners, employees, agents, consultants, and subcontractors from and against all claims,costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals, and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights oi-copyrights incident,to the use, in the performance of the Work or resulting from the incorporation,in the Work of'any invention,design,process,product,or device specified in the Contract Documents,but not,identified as,beingsubject to payment of any license fee orroyalty to others requited by patent rights or copyrights,, C. To the fullest extent, permitted by Laws and R%ulations, Contractor shall indemnify and hold hartriless Ownet and Engineer, and the officers,, dir6ctors,,mdnib� "s,Pattfters�, Offiployees ents, , ,, ag s consultants and subcontractors ofeach,and,any of the,i -,n s,,costs,, f tom,ond,agaif).StAll claii losses, and damages (including but not litnifted tq all"fees and,,6hatgc;s attorneys', of eaginders,, architects and other ptofessimIdsand all,court,or arbitration,or,other'disspuieres I -0luti'on 1costs) arising,out of or felating, to,, any,, infringement 6 'patent, rigfits or, opyngbts�,, i I ncident to the use in the perf'oriTian,pe, of the Work-,or tes ul Ling,,from th ,,incor ',it, rp( ati6ri,iri'the Wotk,of an invention y design, 'process, product,,or,device not,sp 6.08 Pertnio' I A, Unle:ss Con, itions' 'o diall,obtgin,and,pay,for, C titt ct(")r s all coftstfuctiori, its ana li I pejml censds.'Qwn&shaIl ass, Con a btaiping 'yJh ol such pcnhits and, licenses, Contriaotot shaff pay '11,g a yprnfrictit4l, charges, and,inspect on fees i n ece,�aiyt6r,,thi�pr<),5ec,ution, which - "'li- le,at,the,,,titneof o ning of 13ids,or, 'jof the Work, ,app icab ge 1, 1-�',I � - - I , 1 11 if6p6tids,,on theEf ec, iY6 , te-of iffhere.al t" "th A' gyc�Oe Owner siall"pay,ail targe of uti ity owfiers,f6r connections'for 'providing permanent service to,the Work,. FJC0C C-700 standard General Cohditions of(fie Con�.#uaion,C,6ntract Copyrigbt 0-2007 Nalknoil Sod0ky of Professional El*ne�,m,ror WC*, ; AllAghts rewrVed. Vage 27 of 02 by any such owner or occupant against Owner, Engineer, or any other party indemnified hereunder to the extent caused by or based upon Contractor's performance of the Work. B, Removal q( Debi-is During Pei-forinance oj' the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work, Contractor shall clean the Site and the Work and triake it ready for utilization by Owner. At the completion of the Work, Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D� Lotading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work oi- adjacent property to stresses oi-pressures that will endanger it. 6.12 Record Documents A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction, These record documents together with all approved Samples and,a co unterpart of all approved Shop Drawings will,be available to Engineer for reference. Upon completion of the Work, theserecord documents, Samples, and Shop Drawings will be,delivered to Engineer for Owner, 6.13 Sqfety ahel Protection A. Contractor shall be solely responsible for initiating, maintaining 'and supervising all safety, prec,autions ,and pTograrns in contiection with ,the, 'Work. Suph ­',ponsi I bifity does'not relieve re., Subcontractors of their responsibility for the Safety of persons or property in the performance of their work, nor for compliance with applicable s�afetylaws arid ,Reg:UlatiOris. Contractor shall take, all, necessary precautions for the safety of, and shall, provide:the necessar otectio I n to prevent damage,iiii ury or loss,to: y pr I. all persons,on,the Site.or who,,,may be affected�IbY the'Work- I all the"Work afid,mate*ri'als and'equipmerit to be,i:n�c orporated,'th6,reinlwhethcj,-in,st(,)rageon,ot, off(he Site;and' 3. other property, at the Site or adjacent thereto, 'including (yeecr, shrubs, lawns, walks, paveMents,,,,roadways,,,, structures,,,,utilities, and 'UndO.19 und Facilitie n es I ' I , I , ''$11 Ot d ignated for removal,,,relocation i or replacement in,the,001tirse,of:construction. B. Contractor shall comply with,all applicable La ' and R, ulations relating t(Y the safety of persons or property, or to the protection, of persons or property from damage, injury,,or loss; and EJCF)C C-700 Standard,General Conditions of tbe,Constructlou Contract, Copyrigbt,frj,24)(17 National s4xiety,�)rPrort�,ssionalEngineers for EJC0C',, All rig I hts rvwrved, Page 29 of 62 ................ required because of the action taken by Contractor in response to such an emergency„ a Work Change Directive or Change Order will be issued. 6.17 Shop L7rcrav�itrgs and Samples A. Contractor shall submit Shop Drawings and Samples to Engineer for review and approval pp in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified,as Engineer may rewire. i 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 performance,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. 6.17.1 . 2. Saml,,lex: aa. Submit number of Samples specified in the Specifications. b. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as Engineer may require to enable Engineer to review the submittal for the limited purposes required by Paragraph 6.17.13. B. 'Where as Shop Drawing or Sample is required b the Contract� p q y ac Documents or the Schedule of Submittals, any rclated'Worle perfonried prior to -pgine is revie�v and approval of the pertinent suk mittat will be at the sole expense and responsibility,of Contractor. C. Sirs"mittal Pr•ocedur ev L Before-submitting each Shop Drawin g or°Sample, Contractor shall have: . . reviewed and coordinated each Shop Dra'w'ing or Saimple Iith:t�ther SltdP Drawings,and Sanlfile ',and ifh the rdguiretaaetzta»of thye,',,Vl'crrk;aatd th' `Co nttact Ckkaart Batts; b. determined baud verified ail 1Ield , rfteaasurerriertt uatritities, dent r itfns, specified performance and design criteria, installation reclaiiren ertt n aterial ca t Aug op bers;, and 6ffi lar,inforn ation vuith respect,thereto; c. detetmined" aril ti^ rifled`the suitability (,,if alt materialas offered` ` itfr resp et to the; indicated application; fabrication,ihipp'irrg htaiidlin � tiitar ��, asser7i i ;end installation peitailti tia the rf i is ice rrf"th ttrk :aaraid 1 & determined and verified all inforuaation relative to Contractor's, respnnsibihties d'or means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs, incident thereto. FJCDC t;,70«'fit ndard,General,Corf6ions of(leer C onstruciion Con,tr� ct Copyright ,2007 Natio6al�o�ieor or"1'rote io W Engint TS for IFick". Alr rAg s ra;erred, Pa c 31 of 62 i 1 6.19 Contractor Cent rcal FV r'rcanfy and Guarantee . ontraetor warrants and guarantees to Owner =that all Fork will be to ,accordance with the Contract Documents and will not be defective. Engineer and its officers, directors, n-aernbers„ partners, employees, agents, consultants„ and subcontractors shall be entitled to rely on representation of Contractor"s warranty and guarantee. NB. Contractor's warranty and guarantee hereunder excludes defects or daanae caused by: 1. abuse, modification, or improper maintenance or opteration by persons ether than.Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shad be absolute. None of the following will constitute;an acceptance of Work, that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Conti-act Documents: 1. observations by Engineer; 2. recommendation by Engineer oi-payment by Owner of any progress or final.payment; 3 the issuance of a certificate of Substantial Completion " pletaon by Engineer oi' any payment related thereto by Owner; 4. use or occupancy of the Work or any part thereof by.owner, . any review and Ap roval of a Shop Drawing,oi-Sample subrmittal'or the issuance of a notice of acceptability by Eninea`, 6, any in, rectioh, teat, or appr dal by others;or 7. any correction of defective Work by fi ner. 6.20 j"tr&nmi cad,0oi r A. To tie, ul( 9 ex tent pertraftted by Tars ;rod l ulatioras, a�tatr�ct�tl, �kt�ll tndertf ify and hold harnil s ;-Owner anl,, n arteer, arld'lhe officem dirdetors, me, b*ts,�tir'lft ra,,eriiptloyces, a erlts; e e n;tiltant�,and.st begantMe torn trf�t �t urad aa1�eaf�the' �'r�,rrt end a ;ilh�i��1;; ��tr��� ;oasts,Masses, and damtag s (°"incltidioka baaut not limited to tall fees and cNirges of en lztecrs ° rchittrct-s, aattorneyF;, and father arofessionals d all ctaiaa"t or arbitration or other d lute t �itfiatican oasts j arisirt taut of or,elating tci l ie pea cirnaance Of the 6tk, provided,that any such c oss, of damage is attributitble t °bodily to ua y„;�icltratws , iscase or death, or to itt fury t °or destrttcticitt of tangible. prrtftei°t (either than the"fork ifself),, iaactudin the loss of'use;restlltrt tlt c�from but Only to the j extenfi atiked by`an `n fi eat aict or onussic'tn of'iC"ontractor,aaty,; ubcontta� cti any Supplier,or any individuat,or entity directly or indirectly, mployed �by°any of` tlit,n to pa rfcarrn ally'cif the Work or anyone for whose acts any of them may be liable . FJCDt_(,*=7Q0Star lard Genora1 Conditions or the Ganstr�lion Contra d, (A)ffri, 2007 National society,of 1'roreq,5j6naa'F'n9jm*rS for F'JC 6C. ✓"iil'rights(,reserved. M'age 33 of 62 j E. Contractor shall not be responsible for the adequacy of the performance or design criteria required by the Contract Documents. ARTICLE 7_ OTHER WORK AT THE SITE 7.01 Relatccl lVor°k ai Site A. Owner may perform ;other work related to the Project at the Site with Owner's employees, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents,then; 1. written notice thereof will be given to Conti-actor prior to starting any such other work; and '?. if Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Tirnes that should be allowed as a result of such other work, a Claim may be made therefor as provided in Paragraph 10.05. B. Contractor shall afford each father contractor who is a party to such a direct contract, each utility owner, and Owner, if Owner is performing other work with Owner's employees, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the 'uyr'ork with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts came together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering Such wort,, provided, however, that Contractor may cut or alter others' world: with the written,consent of Engineer and the others whose work will be,affected. The duties and responsibilities of Contractor under, this Paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. C. if the prciper eatee,'Oon car results of any part of Contractor's'Work d w ned za � by others under,this Article 7, Contractor shall inspect such other Work, aatt t promptly report,to Engineer, in writing, any delays„ defects, or defiicienc:ies, in such rather work that reader it unavailable, or unsuitable for the proper,excrticrti and results of Contract()r' ri'ork. CotrtractorIs failure to so report will constitute An acceptance, of such other work,, as fit and proper tsar integration with Ontractor'�s'Work except for latent.det"em and deficictaeiey to 8ri�.fr ot�rer work. 7,02 Coordihation. A. if Owner.intetids,to contract with,Others fob° the performatice of othef work,on the Protect At the Otte, the,loltwjn 'v ill beset forthtp' ttpplerrotarry Cotiditlots, 1. the individual or, einity,who Will have- authority,and resptans lrility, 6'r,cbordination of the activities artiong the various contractors will be identified, . the specific maatters to be covered by such aatithorit and,res onsibilit will be itemized;y l? y t°nrzed, and I 3. the extent or such authority and responsibilities will bp,provideO. FJCp(:'(,•7Uir standard Gmral ConditisMus of tnc Construction 'ontr rt C,,Opy,rigbM 007 N&Itionar Sn(,i ty ofProfessionar Engineers fo JCD(' flit right ra erw��d; Page 3 a or Cry r�E 8.0 7 Chv nge Orders A, Owner is obligated to execute Change Orders as indicated in Paragraph 10.03. 8.08 nsI)ectior°s, Tests, aaac7 Aj)7)r-Ova,1,Y aA. Owner's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03,13, 8.09 Limitation. on Owner's Re ponsibilitic;s A. The Owner shall not supervise, direct, or have control oi- authority over, nor be responsible for, Contractor's rneans, methods, techniques,`sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner: will not be responsible for Contractor's failure to perfona-r the Work in accordance the Contract Documents. 8.10 Undisclosed Hazardous Envir-rrnniental Condition A. Owner's responsibility in respect to an undisclosed hazardous Environmental Condition is set forth in Paragraph 4.06. 8.11 Evidence of Financial Arrangements A, Upon request of Contractor, Owner shall furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner's obligations under the Contract Documents, 8.12 C omplian ve with Sq fety Program ' A. While at the Site, Owner's employees and representatives' shall, comply with the specific applicable requirements of Contractor's Safety, programs of which Owner has been h6br teed+ pursuant to Paragfaph 6A,3.D. 3.D. ARTICLE 9—ENGINEER'SSTATUS DURING O TRUCTIO 9 " 9.01 t l)vher,v Rejj rcwetttativer A. Fitgineer will lore Owner's representative during the construction period. The duties and responsibilities and the, limitations of authority of Engineer as Owner's r pr sentative 'oaring construction are set forth in the Contract Documents. 9.412 Visity to,Fite A. Engineer will make Visits to the Site at intervals appropriate to,th various,stgs of construction ash, Engineer d ttt , AecesMsary in carder" to ti�seirve as an experienced; acrd ,qualified design pr fissional the progress that has been: tn"ade and the gtt4lity of the tlri itas aspects of Contractor's executed 'Fork:. Based,op,information obtained during such visits and observations, Engineer, "for the benefit, of Owner, mill; de terrine, in general, if the Work,'n5 proceeding in accordance with the Contract Documents. Engineer will not be required to'make exhaustive or i EJC K1 C-7,00 Standard General, 6ndathms of the C;Uns-trnet on(ontrart Copyright '007'National Sotiety ur'PrtrrvWanal Knginter§for QCDC7. All rights reserved, Pa.e 37 nr 62, A A 9.06 Shop.P�r-cr4smr"�ag,�; Change Orders cxncN Fcayraaca7t�r A. In connection with Engineer's authority, and limitation i l� �'� s thereof, as to drop Drawings and Samples, see Paragraph 6.17: B. In connection with Engineer's authority, and limitations thereof" as t �� . o design calculations and design rawin s submitted in response to a delegation of professional design services, if any, see Paragraph 6.2 1 C, In connection with Engineer's authority as to Change Orders, see Articles 10, 1 Y, and 12. I D. In connection with Engineer's authority as to Applications for Payment, see Article 14. i 9.07 Determinationsfior Unit Price Work A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering, a written decision thereon (by recommendation of an Application for Payment or otherwise), Engineer's written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual conditions or more accurate data) upon Owner and Contractor;subject to the provisions of Paragraph 10,05. 9,08 Decisions on Requirements ref Conn-act Docuinents and Acceptability of Work A. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. All matters in question and other matters between Owner,and Contractor arising prior to the elate final payment is due relating to the acceptability of the Work,, and the interpretation of the requirements of the Contract Documents pertaining to the r3 performance of the Work, will be referred Initially to Engineer in writing within 3'0 days of the event giving rise to the question. fB. Engineer will, with reasonable promptness;, render a 'written decision on the issue referred, if Owner or Contractor believes that any such decision' entitl 4 there to an adjusi rent in the Contract Price or Contract TiMes�or both,a Claim may be made under Paragraph 10.05-The date' of Engineer's decision shall be the:Aate of the event ,giving rise to the issues referenced for the purposes of Paragraph 10.0 5,13" C. Engineer's Nvritten decisiou on the,i,s ue ;:referred will be final acid indin , b g on Owner and Contractor, subject tt the provisions'of"Paragraph 1 ,05,, D. When functioning as int rpr 0 judge, under Ibis Para gra ph 9: 111;,;Engineer will%trot, show partiality to Owner,or Cettatraaet r; and will,no:t-b �iable;irt cpnriek tion with any interpretation or decision reltdered in good laity in such,capacity.; 9.09 Liaafit 'tions,on�ra�,�r`aac��r�M� iarlarr iii ar&:Res')) nY,1'bihties A. Neither Engineer's authority, or responsibility,under,this Article 9 or Mader any other'provision of the Contract Documents not ariy decision ion tirade by Engineer in good faith either to exercise or not FJC DC C'.-70 srs ndard C�enerx�l C; nddtiott aaf kha Canskcuciiskrr C r�ntr k Copyright�D 2007 National S(wi ty6fPraafek,;W rnl FAigitrt*rs rr►ir EX t)c. All right:reserved. Page 30"of 62 I 10.02 ft"atett lhorized Clmnges in the IYork A. Contractor shall not be entitled to an increases in the Contract t ct Prlce or an extension of the Contract. Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.16 or in the case of uncovering Work as provided in Paragraph 13.04.D. 10.03 Execution n oj'Ch anger Orders A. Owner and Contractor shall execute appropriate, Change Orders recommended by Engineer covering: f f i. changes in the Fork which arty. (i) ordered by Owner pursuant to Paragraph 10.01.A, (ii) rewired because of acceptance of defective Work under Paragraph. 13.08.A or Owner's correction of defective'Vk+'ork under Paragraph, 13.09,or(iii) agreed to by the par=ties; . changes in the Contract Price or Contract"Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Lams and Regulations, but during any such appeal, Contractor shall carry on the'Work and adhere to the Progress Schedule,,as provided in Paragraph 6.1.8.A. 10.114 I' otcf c aticaat to starcqy i A. if, the previsions of any htrnd rewire,notice,t be,given to a surety of any,eh;ang ,affecting the general scope of the Work or the provisions;of the Contract Documents (including, but not limited to, Contract Price or Contract Times), the giving of any such notice will be'Contracior's respoansikaility. The arnountof each°:applicable band wid be adjusted:to reflect the-effect of,any such change. 10.05 C'lainty A. �aa&eer'' 17ecis oit r* tcaireil,: All Claims,,eaccept thcase waited pursuant to Paragraph 14.(l , shall be referred to. the Eo eer fir*-decisi h, A 0 is itt by k3ngineer shall,be`required--as a condition precede tit to ariy rcise fry OWtier r oittraetcir cif"zany rights car ren' die; tlr r°rrJay^ otherwise have:under;tbe f cintaact;Dcaaurra irts cat �y l�a�v.�; and'Regolati t oaf" such Claims. 13. Nofice:Writt n notice'stating;the<g-rreral;nature df,eac Cl air a st9all kae, elia gyred kry the,elai,i ant to`Engineer and the rather patty to the,C! ntract prom ptly rbrrt in np gent liter tlatan (I f ys') after the start cif the'event',givirrg rise thereto. Thy rea ponsibilt"ty to substantiate ate a Clairrr shall rot with the party making, the Claim. Notice of'the amount or extent of the claim, with su pca�ing data E.C D[?L`-"t60 standard taener�ar conditions orthe Construction Contract Copyright oe zoo!Nntion�r$ociety of pre>feW nat Engineers for EJC DC. All rights reserved. Pnge#oaf 02 I. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such r employees shall include, without limitation,;superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Mork shall be, apportioned on the basis of their time spent on the 'Work. Payroll costs shall include, but not be limited to, salaries and wages plies the cost of fringe benefits, which shall. include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of regular working hours, on Saturday, Sunday,oi-legal holidays, shall be included in the above to the extent authorized by Owner. 1 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with ' Contractor with which to make payments, in which cage the cash discounts shall accrue to Owner. All trade discounts,rebates and refunds and returns'from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by Conti-actor to Subcontractors for 'Work performed by Subcontractors. if required by Owner, Contractor ;shall obtain competitive bids from subcontractors acceptable to Owner and Contractor and shall deliver such bids to Owner, who will then determine, with the advice of Engineer, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the 'Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cast of the Work and fee as provided iri this Paragraph l 9.01 4. Costs of s recial consultapts (includipg, but not limited, to engineers, 4Nbitects, testing; laboratories, sttrvcyors, attorney,avid ac co ompltiyed for del°vim; specifically related, to the Work. .' .Supplemental costs including the following: a. The proportion of necessary-- ttarnsport,6ii, travel, and 'spbsistonce expenses of orttractbr's critployees 1taeti ` din disc bar o `dtitips connected with the Work,, t d eo, of all materials; sppplib. Cost, including, trn crtnrr es, oquipnroent, rnchinery alplaances,,raft e and tetitaorafy faeilieti; at the Sate; anti hand tools not, owned by the-worWre which are`'ctarrstimed in the performance of the' nark, and cost; less rttatl*et vdlue t f su(hAtt' tt�ed ntif nrrt;ct�ns`ttn�iod Which rieni alir the property a�f Contractor. c. Rentals of all constarucfitrta equiptnerit,66d naa pinery pth of vlethet crtcd,a from " ntracw, ter itlior;in acebrdnrtce with iental a reernents,approved by Owner with the advice tat' n ineetN, tnt?id;tht cost ,,° of transportation, loading, aanloadin , ass rmaly, dismantling, and removal thereof All such costs shad] be ill accordance with the ternlis of` 13,1C OCC°-700,91anda,rd General Condit,i,ons,of the Cyan-tructirin I0wract Copyright 207 National Sudety of6(if sitanstl t tt�icit�r�fear EJCDC.". A6raght.S rewrved. Page 43 of 62 I, limited tam the, correction of defective: Work, disposal of materials oi- equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraphs 11.0 LA. C. Contrarc°tor', Fee: When all the Work is performed on the basis of coast-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Coast of the Work,Contractor's fee shall be detenmined as set forth in Paragraph 12.01.C. D. Docionentation: Whenever the Cost of the Work for any purpose is to be determined p ursuant to Paragraphs 1 LOLA and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.02 Allonwnces A. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer. B. Cash Allowances, 1. Contractor agrees that: a. the cash'allowances include the cost to,Contractor(less,any applicable trade discounts)of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's oasts.for utttoadin and;handlin ,oai,the Site, labor, in tallatio , overhead, profit, and other expenses contemplated foie the cash all o wances have been included'in the Contract Price and not in the allowance, araoi no den7and fora dt itional'' payment on wcount of any of the foregoing wilt-be valid. C. Co it'ingency MoMance,, I. CoMractor agrees that as o orrtlpgeti y'lo�vAnee, if any,, l,,, for the sale use of Owner to,cover unanticipated-costs. Prior tot final payment, an appropriate Inge lrcler will be i< ued recorntnended by 1ngineer to reflect actual, amounts, due, tintractt✓ir°Q0'4lCk* unt; C. Conlractors Fee: The Contractor's fee for overhead and profit shatt be determined as follows: I. a mutually acceptable fixed fee, or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost.of the Work: a. for costs incurred under Paragraphs 11.0 I.A.I and 11.0 I.A.2, the Contractor's fee shall be 15 percent; b. for costs incurred under Paragraph 11.0 LIA.3,the Contractor's fee shall be five percent; c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01-C.2.a and 12.01,C.2.b is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0 I.A.I J and I LOLA.2 and that any higher tier �ubcontractot and Contractor will each be paid a fee of five percent of the amount paid to the next lower fier Subcontractor; d. no fee shall be payable on the basis of costs itemized under Paragraphs 11,01.A.4, 11.0 1.A.5,and 11.0 1.13; e. the amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent of such net decrease; and f, when both additions and credits are involved in any one change, the adjustment in Con'tractor's fee, shall be, computed on,the basis of the netchange,in accordance with Paragraphs 12'.0 1 C.Z.a throtighJ2.0I.C.12'.0' ificlusivIO, 12.02 Change o Cowroct Thne,� V A,. Tbe—Contract,Times may only be changeo; by a Change Order.'Any Claim for an adjustment in the Contract Titritas"sball,he based,,on,'w0R`tpnI,n0tic6,s6buritted by, fb' e,,party making the Claim to the Enginder'and t1k other 04rtyy,:u,,),fhe I Qintiact"i I,I aeordarice with'ibe prov I i S�ibns of Paragraph 10,05. Ti R. Any adjustment, of the, Contract, me,,,,,covprod by a Cbange� Order or any '041m for an a di,Ps,;t m e erm ,�*Jn the, onqiiet:Times,,wilt de t d,in corO (e-with, the,pr(wis4i , of this, 4c, ark Article''tI. 12.03 Del�#,s Where,C6nfi-6ctofIf,,,, v0hWI"66m co�wpl�f "40,�'ParLd th W(irk-Within,the,Contractlimes pre 9 due to delay beyond the control of'Contract(,)r',the"C(iritVkt TimcS'NViIFbe extended in-an amount equal, to the tirrie, lost due to, such,,delay,if a Clair-,GJs made,therefor I as provided, in Paragraph 12.01A, Delays beyond the control ,of Contractor shall ,include, but not be limited to, acts or EJCDC C-700 Standard,Gene�al`C'ondition'S'd the ConsWulctioln,Q)n#act Copyright(D 2007 National$kieky,,of Pnifessiofta)'EO' , ' '0C All rights reserved. Ointers for 10C Page47of,�I 4� 13,03 Tests amd Inspections A. Contractor shall give Engineer time) notice of readiness of the Mork fogy all� �' required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests, t B. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections,tests,or approvals required by the Contract Documents except: 1, for inspections,tests, or approvals covered by Paragraphs 13.03.0 and 13.03,D below, 1 2. that costs incurred in connection with tests or inspections conducted pursuant to Paragraph 13.114.8 shall be paid as provided in Paragraph 13.04.C; and 1 as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection or approval. D. Contractor shall be responsible for arranging and obtaining and shall pay all casts in connection with any inspections, tests, or approvals,required for Owner's and Engineer's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials- inix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be perforated by organizations acceptable to Owner and Engineer. E. If any Work tea the work, of others that is to,be'irt�pectedv tested, of approved is covered by Contractor Without written concurrence of Engineer, Contractor sha l,'if requested by Engineer, uncover suchWork for observatiol . 1Ji$covering WtarJc as provided in Paragraph 13:113.13 shall be at Contractor"s expense unless Contractor has given 'Engineer timely neitit'e `taf` 'orttract6r's intention to cover, the same and Engineer has not acted with reasonable prornfalness in reporlse to such notice. a X13.04 Uncover�ir? . Mn* A. If any 'fork is covered contrary to the written request of Engineer, it maast, �f reclnested by Engineer, be uncovered ftar Engineer's observation and replaced at Cotitractor's atpense, If` ngine r considers it necessary, or ad,yyvsa, I& that covered Work b observed by Engineer, or in petted 'or tested by others; Contractor, at' Engine is rq q q st� shall uncover,_ expose, or otherwise make uvtttlttbJe for c bsea vMon, `lnsp&tkii ,`4 toh;ting as m ine r eta require, that l portion,of the Work, in question, fumishing,,all necessary lbor; I I I. repair such defective land or areas; or 2. correct such defective Work;o1-` 3. if the defective Work has been rejected by Owner, remove it from the Project 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 work of ethers or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of Owner's written instructions, or in an emergency whore delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or repaired or may have the rejecter[ Work removed and replaced. All claims, costs, basses, and damages (',including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cosh) arising; out of or relating to such correction or repair or such removal and replacement(including but not limited to all costs,of repair or replacement of work of others) will be paid by Contractor; C. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the'Fork, the correction period for that item may start to run from an earlier bate if so provided in the Specifications. D. 'there defective Work (and damage to other Work resulting therefrom) has been corrected or removed and re,placed under this Paragraph 1 3.07 the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal' and replacement has been satisfactorily completed, E. Contractor's obligations under this Paragraph 1107 are in addition to any other obligation or warranty. The provisions of this Paragraph i3.07 drill not,be-construed as a substitute for,,or,as waiver tar,the' pri visions cif airy a lalicI Ae statute of limitation orae use, 1 3.08 'Ac c-eptanc e of,De ,fi?ctive,Work, A. If, instead of r airing a o tiotr or relno± al andf teplacement,of defective Work" +owner, land,, prior to Eogiiieer's recr mmelndation'of"f nal ayrnettt, Brr faeery prefct to accept,its Owner""lay too so. Contractor shall pay all claitris;eo sis, Io�ses, and danaagos(fncluding but notli'mited to all tips cftatr es:of err ineer,s, archit ets attc tr ~x,<and,ether;pr fessi i and all ct°iurt or rbitratiorl pr, palter, disp' e r c Juti�rt, t of s), aitttrib t�t1)le t Crwtter's evaluation of and; determin tiob' to accept sttudi tl fOc ive World (; inch costs trr tae 4pprove ;'b figineer as to reas 04blene.,)-and f'or° the dimiat 0',value of the V�o� to the xtent rift-rather�?�ise aid��by t«ontraetor, pursuant; to this,; seritehee: I'f Any" such aeceptattee crtcur 'prior, tra 1✓n ineer's 1°eomratelidation of final payment, a, Change trey ivil�' be issued incorporating the--necessary reisiaans in the- tntrat Documents,with reeth et t'i: vtershall be rr(ltled t an appropriate decrease it! the C iantr°act Price,,,reflecting the dinriinishe, value of"vilork so accepted. If the parties are.,unable to agree as to the aritount thereof, Owner,,may make:a Claim;therefor as provided nu Par°atgrapdr 1tf,(lS. Itt the-a pt irtee`tte°edrw af`tea°sticGt rer on niendation; um appropriate mount wall be'paid.by Contractor to,Owner. FUCIDU C-7trtr Standard G ener;1:1t:,a6dM Ent 6f lhe,Constr6kti4tvCohttad C mpyrri,ght t 2007 National$OcietV(,If `r i essWnolEngin i rs,toe E,iCD . All rights' reserved. C c 51 4161 l Application for Payment filled out and signed by Contractor covering the Work completed as 1{ of the elate of the Application and accompanied by such supporting documentation as is required by the Contract Documents. U paynnent is requested on the basis of materials and equipment not incorporated in the 'Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accornpanied' by a bill of sale, invoice, or ether documentation warranting that Owner has received the materials and equipment free and clear of all Liens and evidence that, the materials and equipment are covered by appropriate property insurance or ether arrangements to protect Owner's interest therein, all of which must be satisfactory to Owner. 2• Beginning with the second Application for Payment„ each Application shall include an affidavit of Contractor stating that,all previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment: 3. The amount of retainage with respect to progress payments will be`as stipulated in the Agreement. B. Rev eiv oJ'Applicat'ions° 1. Engineer will„ within 10 days after receipt of each A pp lication for'Payment, either nindicate in writing a recornmendation of payment and present the Application to Owner or return the Application to Contractors indicating in writing Engineer's reaaons,for refusing to recommend payment. In the latter case„ Contractor may make the necessary corrections and resubmit the Application. ?. Engineer's recommendation of any payment requested in an Application for pp Payment will F constitute a representation by .Engineer to Owner, bared on Engineer's observations of the execrated Work as an experi uced and qualified design, prufessior,1al, and on Engineer's review,oftfie Application for Payment and the-accompanying data and schedules,, that to the best of'Engineer's knowledge, information,and belief. a. the Work has progressed to the point indicated, f< b. the quality of the Work is g' nernlly in k or'ti�riee with the "oritract Documents (subject to an evaluation of the ''Fork as a funetat�nin wh6'1e prior to or upon Substantial orrrptetion; the results of any "ul�sec dent,tests alte „ a ia ��t final determination of quantities utrd Cl,tissifieatiohs,feat°L l'rtit ra e Jildrk under Paragraph rrrph 9.07 and arty other qualifications st4ted h'he r' cohirne ;atir rr , a acd c. the conditions precedent to htractor's being entftl d to ncl ,paym ent appear to have been'frtl fill ted in so far as,it is Engineer's responsibili ktr obsety fltt ' orl 3. By a eornTelydin any such payrr ent,, Engineer tya�i trot theaeby be deerarterl to have represented that' f a. it sp Lions made to+check the quality or- th' gtiarrtity of the fork as it has been performed have been exhaustive, extended to every aspect of the Work, in progress; or' r?.TC") 4.700 Supoard Gevera i"oaditions of thk;("pntilr60ti(i"Con(ract ucv� r; ht�S 2N1i17 bafizzna}4�rcietr^xxt °rtilkx idanar xd rne�r dui L All rrgbWre5ery d. Page;3;°rrr 62 i I D. Reduction,in PttYrxrenv 1. Owner may refuse to make payment r 1 y.. 1'the fill amount recommended by Engineer because.: a. claims have been made against inst Owner on account of Contractor's performance or # furnishing of the''fork; b. Liens have been filed in connection with the Work-, except where Contractor has delivered a specific bland satisfactory to Owner to secure the satisfaction and discharge of such Liens, c. there are other items entitling Owner to a set-off against the amount recommended; or � r r d. Owner has actual knowledge of the occurrence of any of, the events enumerated in Paragraphs 14.02.B.5.a through 14,02.B.5.c or Paragraph 15.02A A, 2 If Owner refines to make payment of the full amount recommended by Engineer, Owner will give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto,agreed to by Owner and Contractor, when Contractor remedies the reasons for such action. 3. Upon a subsequent determination that Owner's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Paragraph 14.02-C.l and subject to interest as provided in the Agreement. 14.03 Contractor"s, Wales ant q itle A. Contractor warrants and guarantees that title to all Work, materials, and, equipment covered,by any Application fcrr Payment,,, whether,incorporated in the rrojt"at or not, w 91 'pass,tee Owner no Dater than;the time of payment free and clear of All,Liens. 14.04 S"ubsttitatruJ'Cc pl trrraa A. Wherf C"oratra toi considers the entire moor,, ready fog its intended use':Contractor shall notify, !Clwner nd'Engineer"in,writing that the entire ''�' rk is subst4ntfnlly%c trw lete, (; ept fair items sp ific"illy listed byr Contractor as incohiplete) and request that,,,,,' ngiit �r issue a tea�tificatc-of utistatnti l orra letitrn: . Promptly Afton obtir4ct6f's nottficatinn, Cweer, Cotatrai t ir; and l rgiri shall make an inspection of the W'6rk to eten! irie the status,of c 11"Idtion. I1 trig, does hoi consider the dt°k l atrai7iiilly aartttalitd, l nineer wilt" rtcataly tatraetdr, iii,writing,,, ian s the reasons t tlterefdr: sons C. if ngineea-ccansiders the fork sibqaantiall ^+eornplete, Ett itteer will dolly, tot C)wnel a tentative certificate,of atalstaantiaaliatanpletltart awhi¢it slll:fay tltd'`tllate of nstrantiaal`C"tatrtlaletion. There shall be attached to the ce-t-tificate a tentative, list of a"terns to b a onapleted car ccaa�:ected before EjiC i)(:,C-700 S!#ttdard Gentral Conditions,of the Con'saructign "�jntr�c4 Copyright 0 2007 Mitionel society orPr ofesshrnal'Eogineeraf6r KICDc. n'ri�'hkr erved. Page;S ,arf 62 4. No use or occupancy or separate operation of part of�the Work may occur prior to compliance with the requirements of Paragraph 5,10 regarding property insurance. j' 14.06 Final Inspection, A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Engineer will promptly make a final inspection. with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete oa• defective. Contractor shall immediately take such measures as are necessary to complete such Work.or remedy such deficiencies. 14.07 Final Pcayra ent A. .41.plicotion,for•Payrnent. 1. After Contractor has, in the opinion of Engineer, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all ,maintenance and. operating instructions, schedules„ guarantees, bonds, certificates or other evidence of insurance, certificates of inspection, marked-up record documents (as provided in Paragraph 6.12), and ether documents, Contractor may make application for final,payment following the procedure for progress payments. 2. The final Application for Payment shah be accompanied (except as previously delivered) by: a, all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph .04.13.6; d b. consent of the surety, if any,to final payment; c. a list of all Claim,,against Owner that Contractorbelieves:are unsettla di and d. complete and legally effective releases, or waivers (satisfactory to Owner) of all, Lien rights aariing out oftar Liens filed in connection with the Work,. . In lieu of the releases or waivers of Liens specified in Para r p11 l4.07.A.2 arlO as approved by Qwner; Contractor taaay furnish,rec ipt� or��hdleases in�full;anai�an�affid�uit of Contractor that: tii the releases and ,receipts include all, lal fir, services„ rnateria , anti equ ptn tat for which a Lii~n c tx1e3 be tiled, atnd (il) all paj�ti lls, titaf rial and eq aoip n rrt; bills, and other led ntec3tieits caatitiectecl``wi tla -Wor r which Wnea rah last tra%an iu aye lien piirasi lc; or 11, which might��n any way�esult in�liens or t1�dr'�►�%rdens n���C3wnea`s prop �y, have:been paid or'tatlaer va d swaiisfied. If, 6c,(infractor of iappl"r faal's t+ ;fait`n s Much a r leas or rtc,oipt, in flu lt� Contractor may furnish a bond or other collateral satlsf"ac(ry to bvw r e� to indemnif y Owner� ainst'any Lieta, J L, If, on the basis of ngjbeer" observratio (if the Work during cO stntiction an final inspection.; and Engineer's,review of the final, Application for Pay),iaent and acconxpanying 6CDC c-70#,,4tandard(,'enera[Condit+gnsof the Consfruction,Contract Copyright C�2007 National Soddy of Pleore-.slohat Ehgine&sfor M,'M : Ali rit;iitg rcsierved, Pii .57 or'62 RTICLE 15—SUSPENSION OF WORK AND TERMINATION 15,01 Owner-Ma.),Suspend Work A. At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to Contractor and Engineer which will fix the date on which Work will b rewsurned. Contractor shall resume the Work, on the elate so' fixed. Contractor shall be granted an adjustment in the Contract Price or an extension of the Contract Times,or both,directly attributable to any such suspension if Contractor makes a Claim therefor as provided in Paragraph 10.05. 15.02_ Ovvner tl icy Ter ininolefor Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule established under Paragraph 2-.07 as adjusted from time to time pursuant to Paragraph 6.04); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of Engineer; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in Paragraph 15.02.A occur, Owner may, after'giviilg Contracted- (and surety) seven days written notice of its intent to terminate the services of Contractor: 1. exclude C6n`0actor from the Site, and tape poskes�sibn bf"the Work Arid'of ell Contractor's tools, appliances, construction eyttipnient, and machinery at the,bite, un+�muse the sarrre to the full extent they could be used by Contractor (without liability"to Ctiti�acti for trespass �)r' conversion);, 2, incorporate,to in tl e Work, all,m4te4als and t�rtiptttent stored at tlxc it or ftar which Owner leas paid 6mriactcarbut which are stored elsewhere,,,and 3 com lete'the 'fork as maydeehl e e it, C. I t it tiel; pros erls as,provide , ttr etr ,shall hat be ert t ed qr r cei c 1 .0 are fu theta aymeut'tin' the Work is C0ni iletcd If tl'6 unpaid btllance tit thd' ,O trace Price exceeds all claims;costs,"iti�s es, and d.anati es;:(neluditt but not(iritAtt d tea` l feed trrid ch;ti e tat' engineers, architects, attorneys, an outer 0r t s�l�rnals and all COOrt ,or arbitration,or tJ` di the resralt�itaorl costs sustained b Owner aritaln out oaf oa'relatirt to Ot mPlet n the iisrk, such eat ess til b paid (o Crntractor; if such claitns; costs,,losses, and -ttrla txs ex ded sueh unpaid, balaifce C: ,)ti(ractor shall ply the�lif�eru�c� t t��wrier, t�cta ela tt'sT c� �t,; to se8 tend damages;=incurred by Owner will be revie red by,Engineer as 16, and, when r FA I)C C:700 lStaridard G neral Conditiirns of tb, a cunstruetlon contract Copyright@ 2007'NatiOnat 8060'ty ofOrdossional biginum- fdrT4JC[)Cr , 11 rights n%Orwd. Page 59 4,62 i� to pay Contractor any sum finally determined to be due, then Contractor may, upon seven days written notice to downer and Engineer, and provided Owner or Engineer, do not remedy such suspension or failure: within that time, terminate the Conti-act and recover frorn Owner payment on the same terms as provided in Paragraph 15.03' B. In lien of terminating the Contract and without prejudice to any other right ht or remedy, Engineer has failed to act on an Application for Payment within 30 days rafter it is submitted,or downer has failed for 30 clays to pay Contractor any sutra finally determined to be due, Contractor may, seven days after written notice to Owner and Engineer, ~atop the Work until payment is made of all such t amounts due Contractor, including interest thereon. The provisions of this Paragraph 15.04 are not intended to preclude Contractor from making a Claim under Paragraph 10.115 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to Contractor's stopping the Work as permitted by this Paragraph'. ARTICLE 16—DISPUTE RESOLUTION' 16.01 Metho(v and Procedures A. Either downer or Contractor may request mediation of any Claim submitted to Engineer for a decision under Paragraph 10'05 before such. decision becomes-final and binding. The mediation will be ;governed by the Construction Industry Mediation Rules of the American Arbitration= Association in effect as of the: Effective Date of the Agreement. The request for mediation shall be submitted in writing to the American Arbitration Association and the other party to the Contract. Timely submission of the request shall stay the,effect of,Paragraph 10.05.E. B. Owner and Contractor shall participate in the mediation;process in good faith. The,process shall be concluded within 60 days of filing of the request. The date of"termination of" the mediation; shall be determined,by application of the mediation rules referenced above. C. lf'the Claim is not resolved by mediation,Engiltieer s action ender Paragraph,l0.! .5,.0 or a den,ial pursuant to Paragraphs 10,05.C.3 or 10.05.1 shall became final and binding fl days after termination of the,mediation unless,;within`that tiro period, Ownet,or Cdntractofi, 1. elects in writing to invoke any, dispute resolution process provided for in the Supplementary Conditions; or 2. agrees, with'the iatfrer`Party Rt sir b disptt(e r, scalution proeesrx, or 3. gives written" sluice to the other party of the intent to' submit the Claim to a court of corrrgterit-Mwuri.s�lietic)n. ARTICLE 17 MI5CELLA;I E0US 17.01 Giving, otic e A. Whenever any provision of the Contract Documents; requires the giving cif writt i notice, it wvill be deemed to have been validly given if; F,JCI,,)C C4(#)standard Genera[Conditions of tht Cons ructl6n Contract Copyright 0-11)(0 National wcauety or Piolossional Engineers for ,rl. .'. All right»°rt roved. Page 61 of 62 ' | SECTION 00810 ! SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS Tbcxe Supplementary [ooddoox to the General Conditions amend or supplement the Standard General Conditions x[the Construction Contract (Nu. C-7AO, 2OO7 Edition) and other provisions | of the Contract Documents as indicated below, All provisions that are not so amended or / supplemented remain iu full force and effect. ` | Add the following to : 2.0l./\ Engineer xbu0 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 fo,vvozd ibonm to the Owner, ()m/nmr *hmD execute all i copies and return two copies to the Contractor. Owner shall also furnish uunmo7crpur[ nr � conformed copy 10 the Engineer and obu}| 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 | im its place: Following the execution of the Agreement by the Dvvnoz and the Contractor, vvd<<tm � y4ndoe to Proceed with the Work shall he given by the Owner to the Contractor. The Contract Time will commence to run oothe doyjndiouk:diotbeNobcctnPtooeed- | | 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, nvvocd or rented hv the Contractor and all Subcontractors that will be used in the performance of the Work. The equipment list will include information ucuconnzy to \ rontizcu the hourly rates per Paragraph 11.01.A.5.c of the General Conditions and these Supplementary Conditions including: ouukc, model, and year of manufacture as well as } the horse power, capacity or weight, and ucucsaozicm. | | Section 000lO-6hEdition / 8oyplcuemury Conditions m the General Conditions yogc 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, I 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 frorn 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. 7. Per Project Aggregate Endorsement 3. Automobile Liability under Paragraph 5.04,A.6 of the General Conditions: a. Bodily Injury: Each Person $500,000.00 Each Accident $ 1,000,000.00 Property Damage: Each Accident $1,000,000.00 (or) b. Combined Single Limit 1,000,000.00 Coverage to Include I. All Owned 2. Hired 3. Non-Owned 4. Contractor's Liability Insurance under 5.04.A.3 through 5.04.A.6 may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. Primary occurrence limit cannot be less than $1,000,000.00. Deductible not to exceed$5,000.00 per occurrence on property damage. 5. Add a new paragraph at the end of Paragraph 5.04.13. 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 5,04.13.4. of the General Conditions shall provide coverage for not less than the following amounts: Each Occurrence $ 1,000 ,000.0 Aggregate $ 3,000,000.00 Section 00810-6"'Edition Supplementary Conditions to the General Conditions Page 5 of 12 6. include testing and start-up; and T 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. & 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 6-02-13: Regular working hours are defined as 8:00 AK 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—6h 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.e of the General Conditions in its entirety and insert the following in its place: 11.01.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 Equipirient, and the Equipment List submitted according to SC 2.05 and SC 2.07, and as follows: I For working equipment, the hourly rate shall be the monthly rental rate divided by 176 hours per month plus the hourly operating cost. 2. For equipment on standby, the hourly rate shall be 50% of the monthly rental rate divided by 176 hours per month, and the hourly operating cost shall not be applied. 3. For specialized equipment rented for a short duration used for change order work or additional work not part of the scope of work bid, the Section 00810—6t1'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: 1. The Owner will, upon presentation to him of the Contractor's Application for Payment with Engineer's recommendation, review and act upon said payment request once each month on or about the day of each month stipulated by the Owner at the preconstruction conference. Payment will become due when Owner approves the application for payment and when due, will be paid by Owner to Contractor. SC- 14.02.D.I.c Amend the sentence of Paragraph 14.02.D,Lc to read: ...entitling Owner to a set-off against the amount recommended, including liquidated damages;or... SC-14.03 CONTRACTORS WARRANTY OF TITLE Add the following at the end of Paragraph 14.03,A of the General Conditions: Neither recommendation of any progress payment by Engineer nor payment by the Owner to Contractor, nor any use or occupancy of the Work or any part thereof will release the Contractor from complying with the Contract Documents. Specifically the Contractor shall maintain in accordance with Article 5, property insurance on all Work, materials, and equipment whether incorporated in the project or not and whether included in an application for payment or not, for the hull insurable value thereof. Passing title to Owner for materials and equipment included in an application for payment does not relieve the Contractor of the Contractor's obligation to provide insurance (including property insurance) as required in Article 5 of the General Conditions and these Supplementary Conditions. All insurance shall remain in effect as provided in Article 5, SC- 14.05 PARTIAL UTILIZATION Add the following to Paragraph 14,05.A: Owner has the right to take possession of or use any completed or substantially completed portions of the work at any time, but such taking possession or use will not be deemed an acceptance of any work not completed in accordance with the Contract Documents, Owner's use of any facilities so identified in the Contract Documents will not be grounds for extension of the contract time or change in the contract price. Owner's use of any facilities not specifically identified in the Contract Documents will be in Section 00810—6"'Edition Supplementary Conditions to the General Conditions Page 11 of 12 MONTANA PREVAILING WAGE RATES FOR HEAVY CONSTRUCTION 2811 �����,��� January 27, ���� � __' - - _ _ � .�. , ~~,~ . " Brian Schweitzer, Governor State of Montana Keith Kelly, Commissioner Department of Labor & Industry To obtain copies of prevailing wage rate schedules, mr for information relating to public works projects and payment of prevailing wage rates visit EROatxvvmmmtmagehourbopu.com or contact them at Employment Relations Division Montana Department cf Labor and Industry P, 0. Box 201503 He|ema, MT 59620-1503 Phone 406-444-5600 ! TOD4O8444-5549 The Labor,Standards Bureau welcomes questions, comments and suggestions from the public. |m addition,we'll � do our best bm provide information inan accessible format, upon request, in compliance with the Americans with Disabilities Act. MONTANA PREVAILING WAGE REQUIREMENTS / The Commissioner mfthe Department nf Labor and Industry, io accordance with Sections 18-2-401 and 1B-2-4O2ofthe 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. � AHKHontana Prevailing Wage Rates are available on the internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau atpx8EQ444'58OQorTDO (4UO)444-SS4Q� / 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 0o public works contracts and payment of prevailing wage rateo, please uomouK the regulations on the internet atmnxwv.mtmagehour6opo.cem or contact the Labor Standards Bureau mt(4O6)444-58OOorTDD (4DG)444-554Q� | KEITH KELLY Commissioner ' Department of Labor and Industry State ofMontana | , TABLE OF CONTENTS MONTANA PREVAILING WAGE REQUIREMENTS: A. Date of Publication ...... ............ B Definition of Heavy Construction ... .................... .................. C Definition of Public Works Contracts .............. .............. D. Prevailing Wage Schedule .......... _..................._............. ........... E. Rates to Use for Projects .............. .............. .......... ............. ........... F. Wage Rate Adjustments for Multiyear Contracts ....I....... ....... ....... G. Fringe Benefits ..... ...... ......................... ......._...... ......... ............ H. Apprentices ____....... ....... ............ ........... I. Posting Notice of Prevailing Wages .......... .................. .....................__.............. J Employment Preference _.....__....... ............. ..................._............................ WageRates .......... ............. .................................... ............._............. ...... ...... ...... ...... 1-7 A. Date of Publication January 27,2011 13. 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 'building construction , or 'highway construction., Heavy construction projects include, but are not limited to, antenna towers, bridges (major bridges designedfor 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, swimming pools (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. MTl 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 MT100001 Modification No. 8. C. Definition of Public Works Contracts Montana Code Annotated,section 18-2-401(1 ])(a),defines "public works contract"as "a contract for construction services let by the state, county, municipality, school.district, or political subdivision or,for nonconstruction services let by the slate, county, municipality, or political subdivision in which the total cost qf the contract is in excess oj'$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.rntwagehourbopa.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 rmultiyear contracts Section 18-2-417, Montana Code Annotated states'. "(1)Any public works contract that by the terms of'the original contract calls for more that?30 months to fully perform must include aprovision to adjust, as provided in subsection (2), the standard prevailing rate of wages to be paid to the workers performing the contract. (2) The standard prevailing rate of wages paid to workers under a contract subject to this section must he adjusted 12 months after the date of the award of the public works contract. The amount of the adjustment must he 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 role 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 offtinge 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; (h) make an irrevocable contribution to a trustee or a third person pursuant to afringe benefit fund plan, or program that meets the requirements oj'the Employee Retirement Income Security Act of 1974 or that is a bona fade program approved by the U S, department of labor,- or (c) make payments using any combination of methods set forth in subsections (])(a) and(1)(b)so that the aggregate of payments and contributions is not less than the standard prevailing rate of wages, including fringe benefits and travel allowances, applicable to the district for the particular type of work being performed. (2) The fringe benefit fund,plan, or program described in subsection (1)(b) must provide benefits to workers or employees for health care,pensions on retirement or death, life insurance, disability and sickness insurance, or bona fide programs that meet the requirements of the Employee Retirement Income Security Act of 1974 or that are approved by the U. S. department of labor. " Fringe benefits are paid for all hours worked(straight time and over-time hours). However, fringe benefits are not to be considered a part of the hourly rate of pay for calculating overtime, unless there is a collectively bargained agreement in effect that specifies otherwise, H. Apprentices Wage rates for apprentices registered in approved federal or state apprenticeship programs are contained in those programs. Additionally, section 18-2-416(2),Montana Code Annotated states, "...Thefull amount of any applicable fi•inge benefits must be paid to the apprentice while the apprentice is working on the public works contract. " Apprentices not registered in approved federal or state apprenticeship programs will be paid the appropriate prevailing wage rate when working on a public works contract, I. Posting Notice of Prevailing Wages Section 18-2-406,Montana Code Annotated,provides that contractors, subcontractors,and employers who are "performing work or providing construction services under public works contracts, as provided in this part, shall post in a prominent and accessible site on the project or staging area, not later than the first day of work and continuing for the entire duration of the prqieet, a legible statement of all wages andfringe 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 2011 EFFECTIVE JANUARY 27,2011 MONTANA STATEWIDE PREVAILING DAVIS-BACON Effective: January 27, 20111 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 2011 EFFECTIVE JANUARY 27,2011 ZONE DEFINITIONS CARPENTERS, CEMENT MAGONS~. LABORERS, AND TRUCK DRIVERS The zone hourly rates applicable bo each project shall be determined by measuring the road miles over the shortest practical maintained route from the nearest County Courthouse of the following listed towns to the center of the job: BiLLINGS, BOZEMAN, BUTTE, GREAT FALLS, HAVRE, HELENA, KALISPELL, LEWISTOWN, MILES CITY, M|SB()ULA Zone 1� Uto3Umiles - Base Pay Zone 2: 3Qto8U miles- Base Pay+ $2.86 Zone 3: Over 8O miles- Base Pay+$4.7Q *CEMENT MASONS ZONES: The above cities plus D|LLON, GLASGOW, GLEN0VE. SIDNEY ____________________ CARP0828'00205/01/2009 � Rates Fringes � Carpenters: (Zone 1) Carpenter& Pilebuok $2925 $8.00 Mi|kmhQhL $27.25 $8.00 0601/2006 Rates Fringes Diver Tender $27.27 $7.80 Diver $56.54 $7,80 / | DEPTH PAY (Surface Diving) / O5Qto10Dfeet $2.D&per foot 1O1to1GOfeet $3.00 per foot | 151 to22Ofeet S4.00 per foot � 221ft & deeper $5�00 ELEC8044-0018601/2010 Rates Fringes / Lime Construction (1) Lineman $3773 47596 + $10.61 / (2) Equipment Operator $25.13 4.75% + $10�95 (3) Experienced Gnoundman $20.27 4J5% +$10.33 � i �- ��������-- ----- Page ��� ----- -��-- � ����\ry �Uy4�7BO[TlO� S�B�{��� ZVII � EFFECTIVE JANUARY-'7 2 � � �1l ELEG0333-081 08/01/2009 BLAINE, BROADWATER, CASCADE, CHOUTEAU, FERGUS, GLACIER, HILL, JUDITH BASIN, LEWIS & CLARK. LIBERTY, MEAGHER, PETROLEUM, PHILLIPS, PONDERA, TETON, TOOLE, VALLEY,AND WHEATLAND COUNTIES Rates Fringes ELECTR�ClAN $27.96 4759& +$9.36 - ---------------------------------------------- —'' ---------- ELECO233-0820801/2809 BEAVERHEAD' DEER LODGE, GRANITE, JEFFERSON, MADISON, PDVVELL.AND SILVER BOW COUNTIES Rates Fringes ELECTRICIAN $28.10 475% + $18.8O ______________________________________ ELECO532-80106101/2010 GALLAT|N. PARK, AND SWEET GRASS COUNTIES � Rates Fringes � ELECTRICIAN $26.01 $1017 � __ | ELEC0532'0030801/2010 BIG HORN, CARBON, CARTER, CUSTER, DANIELS, DAWSON, FALLON, GARFIIELD, GOLDEN VALLEY, MCCONE, D8USBELSHELLpOWDER R|VER. PRA(R|E. R|CHLAND. RO(JBEVELT. R08EBUD. SHER��AN GT8L�VVATE� ! ' ` TREA��RE, VNB�UX�NOYELL�VVSTDNECOUNTIES Rates Fringes / ELECTRICIAN $29.38 176% + $8.3S ' i / ELEC068-001 06011209 FLATHEAD, LAKE, UNCObW. MINERAL, M|9SOULA, RA\64LLL AND SANDERS COUNTIES | Rates Fringes � ELECTR�C|AN S27.02 *1037 | ' ----' �---�------ -- Page3 ------- HEAVY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY 27,2011 E0G0408-001050112009 ZONE DEFINITIONS FOR POWER EQUPM ENT OPERATORS: The zone hourly rates applicable to each project shall be determined by measuring the road miies over the shortest practical maintained route from the nearest County Courthouse of the following listed towns to the center of the job: BILLINGS, BQZEMAN. BUTTE, GREAT FALLS, HELENA, NAL|SPELL. K6|SSOULA Zone 1� Oto3Omiles Base Pay � Zone 2: 8UboOO miles'Base Pay+$3.SO Zone 3: Over 8O miles- Base Pay+ G5,5O Rates Fringes Power Equipment Operator (Zone 1) Group 1 $23.47 $9.50 Group $23.94 $9.50 Group o24�34 $9.50 Group $26.00 $0,50 Group $25.58 $9�50 Group $26.60 $8.50 Group $2710 $5.50 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Air Compressor;Auto Fine Grader; Belt Finishing Machine; Boring Machine. small; Cement Silo; Crane,A- FnameTrudtCoane; CruaherConvayor; DW-1q. Y5. mnd2QTnadnrRo]}ecFammTuadwr-, FodWdf; FormGnadecFront-End / Loader under I cu yd� Heavy OutyOri||o� Herman Nelson Heater: Mulching Machine; QAor, �l| except & Shovels; �umpmon, | ' ' GROUP 2: Air Doctor; Buokhme/Ezcavator/S hovel tu and including 3 cu yd; Bit Grinder-, Bituminous Pawing Travel Plmrk� � Boring Machine, large; Broom, Self-Propelled- Concrete Travel 8atoher: Concrete Float& Spreader; Concrete Bucket Dispatcher-, Concrete Finish Machine; Concrete Conveyor; Distributor; Dozer, Rubber-Tired, Push &Side Boom; Elevating Gradar/GnadoU; Field Equipment Serviceman; Front-End Loader cu yd to including 5nuyd� Grade Setter; Heavy Duty ' Drills, all types; Hoist/Tugger, all,- Hydralift&similar; Industrial Locomotive; Motor Patrol, except Finish; MoumbeinSkidder; | Oiler' Cronea&Bboven� Pavement Breaker, EK0GCO� Power Saw, Self-Propelled; PugmiU; pumpnreio/GroutMeohine; Punch Truck; Roler, otherthmmAsphalt; RoAer, 8heepafootSelf-Ppope4]ed� Roller, 25 tons and over; Ross Carrier; Robonoip under G ft; Trenching Machine; Washing/Screening Plant. | i GROUP 3: Asphalt Paving Machine; Aephe|tScreodl- Backhoe/Exoovotor/Shovni over 3 cu yd; Cableway Bjgh|lne, Concrete Batch Plant; Concrete Curing k8och|ma� Concrete Pump; Cnamea, Creter; Cranoo, Electric Overhead; Cranes, 24 tons and under-, Curb Maoh|ne/GUpForm Paver; Finish Dozer; Front-end Loader over 5 cu yd; MeuhamicA/Vm|der; Pioneer � Dozer-, Roller,Asphalt(Breakdown &Finish); RotnnniH. over Gft; Scraper, aing/e,twin, or pulling BeUyDump| Yo-Yo Cat GROUP 4/ Asphalt/Hot Plant Operator; Cranes,2S tons ho44toms,- Crusher Openahzc Finish Motor Patrol; Finish Scraper. / GROUP 6: Cranes, 4G tons to including 74toma� } GROUP 6: Cranes, 75 tons to including 148 tons; Crane, VVbidey(aU). i GROUP 7: Cranes, 150 tons to including 250 tons (add$1.00 for every 100 tons over 250 tons); Crane, Stiff-Leg or Oeninh; Helicopter Hoist; Crane, Tower(all). � � / ---- ��� �� �-- --- '--- ..... ------- Page ' --� — ------ ��� —'-----�--- | D8A\n' CQ@3?8OC7ION SERVICES 2011 EFFECTIVE JANUARY 27,2O 11 0RON0014002071 1/2009 FLATHEAD, GLACIER, LAKE, UNC(}LN. MINERAL, k8|OS(}ULA, AND SANDERS COUNTIES Rates Fringes IRONWORKER $25.34 $16.58 _____________________________________ |RO00732-009061 112018 REMAINING COUNTIES Rates Fringes IRONWORKER $25,57 $17.21 ______________________________________ LABO1686-00105101/2008 ' Rates Fringes LABORER(Zone 1) Group $17.14 $6.72 Group $2010 $672 Group $20-24 $872 Group $21.00 $072 LABORERS CLASSIFICATIONS / GROUP 1: F|agpemon � GROUP2: AN General Labor Work; Burning Bar; Bucket Man; Carpenter Tender Caisson VVorkec Cement Mason Tender; Cement Handier(dry)� Chuck Tender;ChokerBottecConomsbeVVorker- CurbMachine-LayDmmo; Crusher and Batch Worker; Fence Erector; Form Setter; Form Stripper; Heater Tender; Landscaper; Pipe Wrapper; Pot Tender; Powdennan Tender; Rail and Truck Loaders and Umloadeoa; Riprepper; Sealants for concrete and other materials; Sign Erecdon, Guard Rail and Jersey Rail, Stake Jumper; Spike Driver; Signalman-, Tail Homeman;Tool Checker and Houseman;Traffic Control Worker. � GROUP 3: Concrete Vibrator; Dumpman (Grademan): Equipment Handler� Geotextile and Liners� High-Pressure Nuzz|eman; Jackhammer(Pavement Breaker); Laser Equipment Non-Riding Rollers; Pipe|ayer; Postho|e Digger i (Power); Power Driven Wheelbarrow; Rigger-, Sandblaster God Cutter-Power. � GROUP 4: Asphalt Raker; Cutting Torch, Grade Setter; HkJh'Boa|or; Power Saws (FaUer& Comonabe)� Pmwdermam ($1.00 per hour above Group 4 rate); Rock& Core Drill; Track or Truck mounted Wagon Drill-, Welder inclu6ng Air Arc. � � � | ' 1 --- ........'----�----------------'------- e ~~Pu� � --- ��--- ----��-�-------��------ / RBA\rYCONSTRUCTION SERVICES 2Ql1 � � EFFECTIVE JANUARY 27.20l1 PA|N0200-00107101&2002 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 aiine running East&West through the Southern city limits of HELMSVILLE), RICHLAND, ROOSEVELT, SHERIDAN, TETON, TOOLE. VALLEY, AND VVHEAJLANDCOUNTIES Rates Fringes PAINTER $13.85 196 + $3.45 ______________________________________ � PAKN0260-0¢20710112002 FL/q-HEAD. GRAN|TE (Northofa|imerunningEaet&VVeotthnoughtheSouUhamcity |inoitmofpH|LL|pSBURG). L4KE, LINCOLN, MINERAL, &8|SGOULA. POVVELL(North ofa line running East&West through the Southern city limits of HELK8SV|LLE)' RAVALL|.AND SANDERS COUNTIES Rates Fringes | PAI NTER $116.85 1Y6 +$3.45 ______________________________________ � P4JN1922'00106/0112009 BEAVERHEAD, BIG HORN, CARBON, CARTER, CUSTER, DAWSON, DEER LODGE, FALLON, GALLATIN, GOLDEN | VALLEY, JEFFERSON, MADISON, MUSSELSHELL, PARK, POWDER RIVER, PRAIRIE, ROSEBUD, SILVER BOW, ST|LLVVATER. SWEET GRASS,TREASURE, NQBAUX.AND YELLOWSTONE COUNTIES � PAINTER / (Iodusb|ai includes industrial plants,tanks, pipes, bridges) Rates Fringes � $21.80 $0�00 | ---------------------- PLAS0110-00108V81C2088 � STATEWIDE (except DEER LODGE, JEFFERSON, POWELL, and SILVER BOW COUNTIES) Rates Fringes � CEMENT MASONS:� one1) � Area 1 $18.83 $6.96 Area *2024 $6.86 / AREA 1: STATEWIDE (except DEER LODGE, JEFFERSON, POVVELL. and SILVER BOW COUNTIES) AREA 2'. DEER LODGE, JEFFERSON, POYVELL.AND SILVER BOW COUNTIES / / 1 ---------------'------ ------�-- Poge6 - - ���� ------��-��- -- ----�------ HEAVY CONSTRUCTION SERVICES ZDl1 EFFECTIVE JANOABY27.2011l PLUM0030-003891 112009 BIGHORN, BLAiNE. CARBON, CARTER, CASCADE, CHOUTEAQ. CUSTER. DANIELS, DAWSON, FALLUN. FERGUS. GARF|ELD. GOLDEN VALLEY, HILL, JUDITH BA3iN. LiBERTY. K8cC{}NE. K&EAGHER` MUSSELSHELL. PETROLEUM, PHILLIPS, PONDERA, POWDER RIVER, PRAIRIE. RICHLAND, ROOSEVELT, ROSEBUD, SHERIDAN, STILLWATER, TETON, TOOLE, TREASURE,VALLEY, WHEATLAND,WIBAUX AND YELLOWSTONE COUNTIES Rates Fringes PLUMBER Commercial $28,25 $1340 induatria|—PowerGnnanadngP\anta $30�80 $13.40 _____________________________________ PLUK88041-0010710112010 BEAVERHEAD, BROADWATER, DEER LODGE, GALLATIN, GRANITE, JEFFERSON, LEWIS AND CLARK, MADISON, � PARK, PQVVELL. SILVER BOW, AND SWEET GRASS COUNTIES Rotes Fringes PLUMBER $28.25 $13,05 � PLUK00459-001050112010 FLATHEAD, GLACIER, LAKE, LINCOLN, MINERAL, K8|GSOULA, RAYALL|. AND SANDERS � Rates Fringes PLUMBER $27.51 $12.08 / TEAD80082-0010$01/2008 | Rates Fringes TRUCK DRIVERS: (Zone 1) Group $ 1414 s5.02 | Group $ 18�84 $5.92 TRUCK DRIVERS CLASSIFICATIONS: � GROUP I: Pilot Car GROUP 2: All Combination Trucks and Concrete Mixers; Distributor Driver; All Dry Batch Truokn� Dumpman^ Gravel | Spnead*rBoxOpeme$nr�AUQumpTruokoandoim||arequipmentino|udin8OVY2O. DVV21. orEuc|idToactor; Dumpabano� | Flat Trucks; Servicemen; Lowboys, Four-WheeY Trailers; Float Semi-Trailer; Lumber Carriers, Lift Trucks & Fork Lifts; Pick-up Driver hauling material; Powder Truck(Bulk Unloader type); Power Boom� Service Truck Drivers, Fuel Truck Drivera.Timmon; All Water TanhOrivem; Peho|eumoPrnductoOhwors; TmoksvWUhPmmerEquipnoenLouohauWinch'A, | FnomeTrunk, Crane, Mydoa|df. Gout-Crete Truck, and Combination Mulching, Seeding & FertMizimg Truck;Truck } Mechanic. _________________________________________ / WELDERS-Receive rate prescribed for craft performing operation to which welding is incidental, END OF GENERAL DECISION � -------_-- -....... .....—.......--------- -- --- -- 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 for the:2013 Water Renovations Project. The Contract Price of your Contract is: Dollars(S J. Five(5)copies of each of the proposed Contract Documents(except Drawings)accompany this Notice of Award. Three (3)sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen(15)days of the date of this Notice of Award, that is,by I You must deliver to the OWNER Five (5) fully executed counterparts of the Agreement including all the Contract Documents and Drawings. 2. You must deliver with the executed Agreementthe Contract Security(Bonds)as specified in the Instruction to Bidders(Article 20),and the General Conditions(paragraph 5,01). 3. List other conditions precedent: You must deliver with the executed Agreement the Certificates of Insurance as specified in the General Conditions(Article 5)and Supplementary Conditions(paragraphs SC,5.04 and SC-5.06). Failure to comply with these conditions within the time specified will entitle 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: (CITY MANAGER) BY-. (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 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: [add 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 Conunittee and endorsed by the Construction Specifications institute. Page 1 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: $mo $0,00 $0.00 Less Materials Used" $0.00 $0.00 KOO 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: #VALUE! 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: 3/30/1900 Contract Cost Data: Amount of Original Contract: $0.00 Approved Changes: MOO Revised Amount: $0.00 Approved by (Contractor): Approved by City of Bozeman (Owner). PAY ESTIMATE 2013 WATER RENOVATIONS CONTRACTOR. ENGINEER- City of Bozeman P 0.Box 1230 Bozeman,MT 59771 PAY ESTIMATE NO to 2011 QUANTITY COMPLETED AMOUNT EARNED PLAN THIS PREVIOUS TO BID THIS PREVIOUS TO ITEM DESCRIPTION UNIT QUANTITY ESTIMATE ESTIMATE DATE PRICE ESTIMATE, ESTIMATE DATE Base Bid:.South Black Avenue 101 Taxes,Bonds,Insurance LS 1 0 0 0 $0 00 $0.00 $000 $000 102 MobiliizaGon LS 1 0 0 0 $000 $000 $0,.00 $000 1.03 Connection to Existing Man EA 19 0 0 0 $000 $0 00 $0,00 $0 00 104 4"MJ Gat Valve w/V B EA 4 0 0 0 $0.00 $0.00 $0.00 $000 405 6"MJ Gat Valve w/V,B- EA 3 0 0 0 $0.00 $0.00 $0.00 $000 106 6"MJ Gat Valve wAl.B. EA. 30 0 0 0 $0.00 $0.00 $000 $000 107 10"MJ Gat Valve wN B EA 2 0 0 0 $000 3000 $000 $0.00 1109 1'2"MJ Gat Valve wN B EA 2 0 0 0 $000 $000 $000 $000 109 8"x 4"'MJ Increaser EA 1 0 0 0 $000 $0.00 $0.00 $000 110 B"x.6"MJ Increaser EA 2 0 0 0 $000 $000 $000 $000 111 8"x 4"MJ Tee EA 4 0 0 0 50.00 $000 $000 $0 00 112 8"x 6"MJ Tee EA 8 0 0 0 $0.00 $000 $0.00 $0.00 113 8"x 8"MJ Tee EA 3 0 0 0 $000 $0.00 $0,00 $0 00 114 6"MJ Cross EA 3 0 0 0 $0.00 WOO $000 $000 115 10"x a"MJ Cross EA 1 0 0 0 $000 $000 s0 00 $0.00 116 12"x a"MJ Gross EA 1 0 9 0 $000 $0 00 $0.00 $000 117 8"11 114 deg Bend EA 21 0 0 0 $0 00 $0..00 $0.00 $000 116 8"22 112 deg Bend EA 6 0 0 0 $0.00 $0.09 $000 $0.00 115 B"45 deg Bend EA 4 0 0 0 $0.00 $0.00 $0.00 $0.00 120 8"CL 51 D IP LF 5.215 0 0 0 $000 $0 00 $000 $000 121 1'0"CL 51 DIP LF 160 0 0 0 60.00 $0.00 $0.00 $0.00 122 12"CL 51 DIP LF 60 0 0 0 $0.00 $000 $0..00 $000 123 Service Reconnection whri trench limits EA 59 0 0, 0 $000 $000 $0.00 $000 2"diameter and smaller 124 Somme Reconnection ouWde of trench LF 290 0 0 0 $000 $000 $0.00 $000 Ir rits 2"diameter and smaller 125 Service Recunneetronwhrl trench LF 5 0 0 0 $0.00 $000 $0.00 $0.00' limits 4"diameter and larger 128 Service Reconnection outside of trench LF 70 0 0 0 $0.00 '$0.00 $000 $000 limits 4"diameter and larger 127 Instil expansion tank and backfpow preventer EA 2 0 0 0 $0.00 $000 soon $0.00 128 Fire Hydrant V bury EA 1 0 0 0 $000 $0.00 $C.00 $000 129 Fire Hydrant.5 112'bury EA 1 0 0 0 $000 $000 $000 $000 130 Fire Hydrant 6 112'bury EA 2 0 0 0 $000 $0.00 $0010 $0.00 131 Fire Hydrant 7 112'bury EA 1 0 0 0 $000 $000 $000 $0.00 132 IFlre Hydrant 3"bury EA 1 0 0 0 $000 $000 $0.00 $000 133 Remove Existing Hydrant EA 3 0 0 0 $000 $000 $000 $000 134 Insulation LF 2.637 0 0 0 $000 $000 $000 ;$0.00 135 Traffic Control LS 1 0 0 0 $:0.00 $000 $000 $000 136 Temporary Water System LS 1 0 0 0 $0.00 $0 0O $000 $0 00 137 Asphalt Surface Restoration LF 5,425 0 0 0 $0.00 $0 0O $000 SO OD 135 Jack and Bare L$ 1 0 0 0 $0.00 $0 DO $0.00 $0.00 139 Type 2(Bedding CY 20 0 0 0 $000 $000 $000 140 Curb BoxNalve Box Removal EA 10 0 0 0 $000 $000 $0 00 141 Locate and Repair Sewer SerViCB EA 10 0 0 0 $0.00 $000 $000 $0.00 142 Signal Loop Installation EA 2 0 0 0 $O.00 $000 $000 $0,00 143 Quality Assurance Testing. LS 1 0 0 0 $000 $000 $00o $OAO 144 Miscellaneous Work EA 20,000 0 0 0 $100 $000 $0.00 $000 SUBTOTAL BID ITEM WORK INSTALLED $0.00 $0 00 $000 Materials in Storage $000 Woo $000 Materials out of Storage $000 $0 D0 $0 00 SUBTOTAL WOO $000 SO GO Total Amount pine $0.00 $0010 $0 00 Less Reladnage 5% Subtotal $0.00 $0.00 $0 00 $0.00 $000 $0 W Less 1%Gross.Recuepts Tax $0.00 $000 $0 D0 SL l©lal $000 $000 $000 Less Previous Payments $000 $000 Total Due This Payment $000 $040 CITY OF BOZEMAN ACCOUNTS PAYABLE P.O. Box 1230 . Bozeman, MT 59771-1230 (406)582-2334 WARRANT# PAY TO; DATE PAID: WARRANT TOTAL$ VENDOR# DATE. INVOICE# FUND ACCOUNT OBJECT PROJECT DESCRIPTION AMNT $ TOTAL $ CERTIFICATION THATGOODS OR SERVICES HAVE BEEN RECEIVED: 1. 2. DEPARTMENT HEAD OF DESIGNEE APPROVAL: FINANCE DEPARTMENT REVIEW: I, the undersigned„ do solemnly swear, that I am of OFFICIAL TITLE COMPANY OR CORPORATION I am authorized to sign for said claimant, and the amounts shown therein are a true and lawful claim against the City of Bozeman and wholly unpaid. Sign here: Phone S'S#or Tax ID## Business License# THE CITY OF BOZEMAN MUST HAVE YOUR SS# OR TAX ID#AND BUSINESS LICENSE NUMBER BEFORE THIS CLAIM WILL BE PROCESSED. Certificate of Substantial Completion Project: Owner: Owner's Contract No.• . Contract: Engineer's Project No.: This [tentative] [definitive] Certificate of Substantial Completion applies to: Fl All Work under the Contract Documents: 7)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: 0 Amended responsibilities 11 Not Amended Owner's Amended responsibilities: Contractor's Amended responsibilities: EJCDC C-629 Certificate of Substantival Completion Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute, Page I 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 EJCDC 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 F JCDC C-942 Field Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction specifications Institute. Page 1 of 1 Work Change Directive No�. Date of Issuance: Effective Date: Project: Owner: Owner's Contract:No.: Contract: Date of Contract: Contractor:: Engineer's Project No.: Contractor is directed to proceed promptly with the following change(s): Item No. Description Attachments (list documents supporting change): Purpose for Work Change Directive: Authorization for Work described herein to proceed on the basis of Cost of the Work due to: El Nonagreeent 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-9401 work Change Directive Prepared by the Engineers Joint Contract.Documents Committee and endorsed by the Construction Specifications Institute,. Page I of I CHANGE ORDER No. ------------- . ..... DATE OF ISSUANCE EFFECTIVE DATE ................ OWNER CONTRACTOR Contract: Project: OWNER's Contract No. ENGINEER ENGINEER's Contract No. You are—directed to make the following changes in the Contract lDocuments: Description: Reason for Change Order: Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price Original Contract Times: Substantial Completion: $ Ready for final payment:_ (days 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: (das or dates) Net increase(decrease) of this Change Order: Net increase (decrease)this Change Order: Substantial Completion: $ Ready for final payment: (days) Contract Price with all approved Change Orders: Contract Times with all approved Change Orders: Substantial Completion: $ Ready for final payment: (days or dates) Contractor certifies and agrees that there are no additional costs or claims for extra work, additional time, delays or omitted items, of any nature whatsoeverassociated with the subject change order items, except as identified and set forth herein and unless expressly stated otherwise in the Change Order. And further,that the price agreed-upon herein represents the full cost and value for the subject work performed and the materials supplied under the terms of the contract and that the work quantities and value were properly determined and are correct CONTRACTOR (Authorized Signature) Date RECOMMENDED BY: APPROVED BY: (ENGINEER- Signature) Date OWNER(Authorized Signature) Date EJCDC 1910-8-B (1996 Edition Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors ofAmerica and the Construction Specifications Institute, Page 1 of 2 C:1Backup12013 Water Renovations\Specs\COB Change Order Form.doc CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION This document was devel(ped 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 Agreemett, 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, all copies should be setto Owner or Contractor for approval, depending on whether the Change Order is a true order to the Contractor or the formalization of a negotiated agreement for a previously performed change. After approval by one contracting party,all copies should bKent 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 CABackup\2013 Water Renovations\Specs=B Change Order Form.doc ORDER TO CONTRACTOR TO SUSPEND WORK Federal/State Project Number Suspend Work Order No. DAT -671ty of Bozeman Project Number E: 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), at the 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 I of 1 CABackup12013 Water Renovations\Specs\7 suspend—wrk.doc 12/6/12 ORDER TO CONTRACTOR TO RESUME WORK Federal/State Project Number Resume Work Order No. DATE City of Bozeman Project Number TO� PROJECT AND LOCATION OWNER: The Suspend Work Order, dated directed you to suspend work on your contract, for the reasons and conditions described therein. Conditions are now favorable to the continuation of the work, you are hereby directed to resume major operations on this project effective . Under the terms of your contract for this project, 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. calendar days were charged during the period work was suspended. therefore, on the date this resume work order is effective, _calendar days of Contract Time remain. The (revised) contract completion date �s 20____ � Please sign all five copies,|nthe space provided and return them to this office. One approved copy will be returned for your file. � � CONTRACTOR OWNER Receipt Acknowledged, Date: BY: � BY: TITLE: � T[TLE� Address for Correspondence: � ' Order to Contractor to Resume Work —Page 1 of 1 SPECIAL PROVISIONS 1. 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 MP SS,6th Edition,including Addendums,which is hereby included as part of these specifications. All references to MPWSS sections, unless otherwise noted, are a reference to said Montana Public Works Standard Specifications. All correspondence and official authorization concerning the work shall be with the City Engineer or his designated representatives as identified at the preconstruction meeting. Any changes in the Work or schedule not authorized by the above shall be deemed as unauthorized and shall be done at Contractors risk at no cost to the Owner. All damages,reparations, and costs thus incurred during the progress of such unauthorized work shall be borne exclusively by the Contractor. 2. SCOPE OF WORK The project work is generally described as follows-, Replacement of existing mains,valves, fittings and appurtenances in Mendenhall Street from North 7 1h 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 concurrently, unless the City agrees to issue separate notices to proceed. The Contract Time will expire automatically the number of calendar days stated as Contract Time, except as the Contract Time may be extended by change order, SPECIAL PROVISIONS 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, C. 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. lie shall be in a position to direct the work and make decisions either directly or through immediate contact with his superior. Absence or incompetence of the superintendent shall be reason for the Owner to 2 SPECIAL PROVISIONS stop all work on the project. 10. WARRANTY If, within two years after acceptance of the work by the Owner, any of the work is found to be defective or not in accordance with the Contract Documents, and upon written notice from the Owner, the Contractor shall correct any work beginning within seven (7) calendar days of said written notice. Should the Contractor fail to respond to the written notice within the designated time, the Owner may correct the work at the expense of the Contractor. 11. SCHEDULING Prior to or at the PRECONSTRUCTION CONFERENCE, the Contractor shall provide the City Engineer the following schedules: A. A practicable CONSTRUCTION PROGRESS SCHEDULE showing the order,timing, and progress in which the Contractor proposes to prosecute the work. This schedule shall be in Bar Graph, CPM or PERT format. The schedule shall be updated and re-submitted as necessary to reflect project changes. B. A PAYMENT SCHEDULE showing the anticipated amount of each monthly payment that will become due the Contractor in accordance with the Construction Progress Schedule, C. A TRAFFIC CONTROL PLAN detailing the methods and means of controlling traffic for thespecific conditions involved with each construction schedule. The Contractor shall limit working hours to 7:00 a.m. to 7:00 p.m., Monday through Friday. No work shall be done outside of these hours unless specifically approved by the City Engineer, 12. PRECONSTRUCTION CONFERENCE After the contract(s) have been awarded, but before the start of construction, a conference will be held at the City Engineer's Office,20 E. Olive Street,for the purpose of discussing requirements on such matters as project supervision, on-site inspections, progress schedules and reports, payrolls, payment to contractors,contract change orders,insurance,safety,and any other items pertinent to the project. The Contractor shall arrange to have all supervisory personnel and a representative from each of the affected utility companies connected with the project on hand to meet with a representative of the Owner to discuss the project and any problems anticipated. 13. SHOP AND FABRICATION DRAWINGS The Contractor shall prepare and submit fabrication drawings, design mix information, material testing compliance data, and other data, in accordance with the General Conditions. Following review,the Contractor shall resubmit copies of any drawings which required revision or correction, 3 SPECIAL PROVISIONS Any review by the Owner will not relieve the Contractor from responsibility for errors or omissions, inadequate design performance requirements, schedule requirements, and proper operation of any item required under the Contract. Notwithstanding any such review,Contractor shall remain solely responsible for full and complete performance in accordance with the terms,conditions,provisions, drawings and specifications set forth in the Contract Documents, 14. UNDERGROUND UTILITIES The Contractor shall be responsible for checking with the Owners of underground utilities such as the City, County, power and telephone companies, etc. as to the location of their underground installations in the project area. The Contractor shall be solely responsible for any damage done to these installations due to failure to locate them or to properly protect them when their location is known. It shall be solely the responsibility of the Contractor to fully coordinate his work with the agencies and to keep them informed of his construction activities so that these vital installations are fully protected at all times. A Montana One-call system,phone number 1-800-424-5555 has been set up to facilitate requests for underground facility locate information. The Contractor is responsible for contacting the One-call system prior to any excavation, 15. EASEMENTS, RIGHTS-OF-WAY, ADJOINING PROPERTY The Contractor shall contain all of his construction operations within the easements and rights of way unless written approval is secured from the owner of the adjoining property or written approval is given by the Owner to utilize the adjacent land area. 16. TRAFFIC CONTROL A. General. The Contractor shall at all times conduct his operations so that there is a minimum interruption in the use of the City's streets affected by the work. Exact procedures in this respect shall be established in advance of construction with the City Engineer. Barricade function, design and construction shall conform to the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD) and the Standard Specifications for Road and Bridge Construction of the State Highway Commission of Montana latest Edition. Should construction of the project require the closure of any streets, roads or highways or require night-time or long-term traffic control, the Contractor will be required to prepare a detailed TRAFFIC CONTROL PLAN to address the methods and means of controlling traffic under the specific conditions. Traffic control plans shall be in conformance with the requirements of the Manual on 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 minimum the impact of the construction upon the public and the duration of the work. At least three days prior to the street closure, the Contractor shall submit the news release to all local news media, and shall cause the news release to be published as a display ad in the Bozeman Daily Chronicle. E. 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 falls 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 offransportation. 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 pen-nits associated with groundwater de-watering operations and storm water runoff. Contractor's shall include all clean-up, restoration, etc., of any detention or discharge areas. All debris or waste materials shall be cleaned up by the end of the work day, 18. PROTECTION OF EXISTING PAVEMENT All equipment shall be fitted with pads on the outriggers and other accessories as necessary to prevent damage to existing pavement during the course of the project. Any damages to pavement shall be corrected by the Contractor, at his expense, in a manner as directed by the Engineer, 19. MANHOLES, VALVE AND MONUMENT BOXES All manholes, valve and monument boxes shall be protected with heavy builders paper until final coating and compaction has occurred. Contractor shall dig out and clean completely all boxes and manholes which are not protected. All manholes and boxes which are at the edges of the defined limits of construction shall be treated as if they are completely within the construction area and the area immediately surrounding the raised and/or protected manholes and boxes shall be feathered in so as to provide a gradual transition over such manhole and/or box. It is imperative that manholes and valve boxes be accessible to the City for emergency maintenance of its utilities. The Contractor shall schedule his work to provide timely access to manholes and valve boxes. Manholes, and valve and curb boxes overlaid by the Contractor and not immediately re-exposed shall be subject to being uncovered by City crews without notice in response to emergency maintenance needs. The Contractor shall be responsible for reasonable restoration at no cost to the City. 7 SPECIAL PROVISIONS 20. OPERATION OF EXISTING VALVES All existing City of Bozeman water main valves shall be operated by authorized personnel of the City of Bozeman only. The Contractor shall not operate any existing valves without the written consent of the City of Bozeman. 21. SALVAGEABLE ITEMS Any items removed from the existing system under the terms of this contract shall remain the property of the Owner and shall be delivered to asite 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 SPECIAL PROVISIONS Code. See the Water Inspection Requirements document at http://www.bozeman.net/Departments-(])/Public-S ervi ce/Water-Sewer/Co ntractors-Corner.4VA 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, 1 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 P separation) for pipe 12 inches diameter and greater, shall be installed on the piping if other means (fire hydrants, tapped plugs, etc.) are not available. CONTRACTOR shall be responsible for the proper disposal of all chlorinated water. For bleeding air, it shall require a minimum of 3/4" tap (corp and saddle) on the piping if other means (fire hydrants, tapped plugs, etc,) are not available. Corps shall be removed after testing is completed and replaced with brass plugs. Any corp, saddles, or other pipe or fittings required for flushing or bleeding air from water lines shall be incidental to the water main construction. Chlorine If the "tablet"method of chlorination is used, only the granule hypochlorite shall be used. 11 SPECIAL PROVISIONS 33. TEMPORARY WATER SYSTEMS - GENERAL The CONTRACTOR shall provide temporary water service to all interrupted service connections associated with the water main replacement projects. The areas where consumers are affected by the work and require a temporary water supply should be verified with both the ENGINEER and OWNER at least 72 hours (excluding weekends and holidays) prior to the anticipated suspension of water service. Temporary water service shall include temporary service for fire protection. In lieu of providing temporary service for fire protection, the Contractor may provide a fire watch in each building for all times that the fire service is inactive and the building is unoccupied. This method shall only be allowed with the approval of the property owner. The person doing the fire watch shall have no other duties during the time they are on fire watch duty. Temporary water service to fire systems shall be sized as necessary to meet the demands of the building sprinkler system. Following the ENGINEER's and OWNER's review and approval of any proposed shutdown request, the CONTRACTOR shall be required to give a minimum 24-hour advance notice (excluding weekends and holidays) to all residential consumers whose service will be temporarily affected, by means of individual notices delivered to each consumer. The CONTRACTOR must have available all the necessary materials to complete the restoration of water to each of these residential services within eight (8) hours after the suspension begins or before 5:00 p.m., whichever comes first. Failure to complete the work within the 8 hour period will result in the assessment of Liquidated Damages. See Article 2.3, Special Event Liquidated Damages. For commercial services, special arrangements shall be made by the CONTRACTOR to provide temporary water service. The CONTRACTOR will not be allowed to take a commercial service out of service except in emergency conditions, The CONTRACTOR shall supply all hoses, fittings, etc., for providing temporary water service. Copper piping or other "non- taste" inducing pipe shall be necessary if the commercial consumer serves food or water products as part of his business. The CONTRACTOR will be required to supply temporary water to the residential consumer if the above 8-hour limitations are expected to be exceeded. The CONTRACTOR shall submit a shop drawing including all materials proposed to be used for temporary water. Additionally, a temporary water plan shall be submitted for each zone prior to starting to layout the temporary water system. This submittal shall include connection points, hydrants and/or valves to be operated by City of Bozeman personnel, layout for connection to each service, and the location of all asphalt trench cuts as a minimum. Depending on the circumstances of the zone, additional information may be required by the ENGINEER, These submittals shall be submitted in accordance with the submittal section of these specifications. 34. TEMPORARY WATER SYSTEMS - EXECUTION 12 SPECIAL PROVISIONS 1.01 The CONTRACTOR shall be solely responsible for all activities of locating and exposing curb stop valves to the individual properties. The OWNER will operate all curb stop valves. All notes of existing condition shall be identified on forms as supplied by the ENGINEER. Any existing condition that is suspected to indicate a defect of the curb stop valve, box, or service shall be reported immediately to the ENGINEER, Other than the operating curb stop valves, the OWNER will not participate in any activity up to this point. If the notices are not issued or the service is not ready to be connected to restore service, the City shall be free to exercise its authority in not closing down the existing valves and water main system. 1,02 The water piping of temporary hoses, piping, etc. shall be a 160-psi rating, NSF approved hose, flexible polyethylene pipe, or PVC pipe. All pipe used for the temporary water system must have a visible NSF approval stamp by the manufacturer. A short section of high pressure flexible rubber hose may be used for the connection to each residence. The temporary system must be leakproof 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 p ior to being put into service. L_ 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 i.io 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: I. 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 embankinents 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. is 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 thisauthorization 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 specifloations. 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-EXCAVATBLE Cement, Type I or 11 75,6-102.6 lb/,yd' 75.6-151.2 lb/y 3 (45-60 kg/m.') (45-90 kg/m3) Fly Ash None 151.2-596,7 lb/yd' (90-355 kg/rn') Water Mix designs must produce a Mix designs must produce a consistency that results in a consistency that results in a flowable, self-leveling product flowable, self-leveling product at time of replacement. at time of replacement. Air 5% to 35% 5% to 15% Unit Weight (Wet) 2,430-2,,970 lb/yd 3 2,700-3,375 lb/yd (1,440-1,760 kg/M3) (1,600-2,000 kg/M3) 16 SPECIAL PROVISIONS Furnish fine aggregate meeting Subsection 70 1.0 1.1 requirements. The fine aggregate has no fineness modulus requirement. High air generators or foaming agents may be used in lieu of conventional air entraining admixtures and may be added at the j obsite and mixed in accordance with the manufacturer's recommendation. The requirements for percent air, compressive strength and unit weight are for laboratory designs only and are not intended for j obsite acceptance requirements. Proportion fine aggregate to yield I cubic yard (I cubic meter). Flowable fill shall be considered an incidental work item with no separate measurement and payment. All costs associated with this item shall be included in other bid items. 37, USE OF REMOVED ASHPALT PAVEMENT Asphalt concrete pavement removed during trenching operations may be used as backfill material in areas with Type A backfill if mechanically processed to 4"minus size with a cold planer,rotomill,or similar equipment and mixed at no more than a 50/50 ratio with other backfill material. Asphalt concrete pavement removed during trenching operations may be used as pavement base course material if mechanically processed with a cold planer, rotomill, or similar equipment to meet the gradation requirements of the base course and mixed at no more than a 50/50 ratio with other base course material. 38. FIRE SERVICE VALVE BOX LIDS Valve box lids for all valves on fire service lines shall have the word"FIRE"on the lid,and shall be East Jordan Iron Works Product No. 06800029 or approved equal. See attached drawing in the standard drawing section of this specification book. 39. PROTECTION OF TREES, SPRINKLER SYSTEMS, AND PROPERTY PINS The Contractor shall take special care when working around trees to avoid any unnecessary damage to the roots,branches or the trunks of trees. If any roots have to be removed to complete the work, the roots shall be neatly cut with a sharp tool. Indiscriminate ripping of tree roots will not be permitted. Protective barriers shall be placed around trees as necessary to prevent inadvertent damage by equipment. The Contractor shall take care to locate any existing sprinkler heads or lines prior to excavation. Any sprinkler systems which are damaged shall be repaired by the Contractor, The Contractor shall be responsible for preserving existing property pins in the field. The cost of resetting property pins removed by the Contractor shall be the responsibility of the Contractor. 40. USCHEDULED EMPLOYMENT OF CITY WATER/SEWER SERVICE WORKERS One City Of Bozeman Water/Sewer Operations Dept service worker will be available 7:15 AM till 17 SPECIAL PROVISIONS 5:15 PM Monday-Friday with the exception of City recognized holidays. Work scheduled outside these times with less than 24 hours notice will be billed at 1.5 times the service worker's base pay rate of$21.00 per hour, Call outs(emergency response with no notice)will be billed 2 hours double time the base rate. Each succeeding hour thereafter 1.5 times the base rate, 41. DELAYS The Contractor shall schedule the Work to be completed within the Contract Time(s) stipulated in the Agreement, including an allowance for time lost due to abnormally cold weather, abnormal precipitation,or other natural phenomena. Time extensions will not be granted for rain,wind,flood, or other natural phenomena of normal intensity for the locality where Work is 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" LD. (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 rums where called for) Loop shall have one continuous wire through the loop head and lead-in to prevent loop 18 SPECIAL PROVISIONS malfunctions due to splicing. Lead-in wire shall be encased in a non-conductive 2250 psi (15.000 Kpa) flex hose constructed with a seamless extruded polyester fiber braid reinforcement and a non-conducive, seamless extruded urethane non-perforated jacket. Fill lead-in hose completely with hot rubberized asphalt. Twist wires in all lead-ins a minimum of three turns per foot (30cm) for the entire length of the lead-in. Attach lead-ins to loop heads with a schedule 80 CPVC tee, Loops shall be Model A, manufactured by Never-Fall 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 1 shall be from North 7'h Ave. to North 3 d Ave., Zone 2 from North 3 rd 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 7t". Bozeman Ave and Rouse Ave shall be fully open from Main to Mendenhall. Monday May 27, 2013, 8.00 am to 2.00 pm: Memorial Day Parade. One lane of Mendenhall shall be open from Wallace to 7"'. 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 7th. Rouse shall be fully open from Main to Mendenhall. 19 SPECIAL PROVISIONS Sunday July 28, 2013: Profitness Basketball Tournament, One lane of Mendenhall shall be open from Rouse Ave. to 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 71h. 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 7h, 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 7th. Church shall be fully open from Main to Mendenhall. Sunday September 8,h 2013: Bozeman Marathon. One lane of Mendenhall shall be open from Church Ave to 7th. Church Ave shall be fully open from Main to Mendenhall. Friday October 4, 2013, 5:00 pm to 9-00 pm: MSU Pep Rally, One lane of Mendenhall shall be open from Rouse to 7`h. 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'h. Wallace Ave shall be fully open from Main to Mendenhall. Failure of the Contractor to meet any of the requirements for special events listed above shall result in the assessment of Liquidated Damages. See Article 2.3, Special Event Liquidated Damages. 20 SPECIAL PROVISIONS SECTION 00100 MEASUREMENT AND PAYMENT The quantities listed in the Bid Form are estimates for the purpose of bidding only. Payment to the Contractor will be made based on the actual satisfactorily completed work quantities measured in the field. Under the terms of this contract,the unit price as contained in this Bid Form shall be applicable to quantity overruns. The following measurement and payment sections do not necessarily name every incidental item required by the Contract Documents to complete the work. Cost of all such incidental items shall be included in the various related bid items. Item 101: (Taxes, Bonds,Insurance) To be paid on the first progress pay estimate one-hundred percent (100%) upon mobilization to begin construction, only if the bid price for this item is less than five percent (5%) of the total price. For that portion of the taxes, bonds, and insurance greater than five percent(5%),if any,payment shall be made on the basis of the percentage of the work completed of each progress estimate. There will be no separate measurement and payment for the Additive Alternates. Item 102: (Mobilization)Fifty percent(50%)to be paid on the first progress estimate when mobilizing to begin construction, and fifty percent(50%)to be paid following substantial completion and acceptance of the work. There will be no separate measurement and payment for the Additive Alternates. Item 103: (Connection to existing main)Measurement and 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, 106, 107,& 108. (Valves) Measurement and payment shall be as per MPWSS Section 02660 4.6 A. Items 109, 110, 111, 112, 113, 114, 1.,1 5, 116, 117.,_118, & 119: (Tees, bends, crosses, reducers, and increasers) Measurement and payment shall be as per MPWSS Section 02660 43 A. Items 120, 121 & 122: (Ductile iron pipe) Measurement of water mains is made in lineal feet along the centerline of pipe through all valves, fittings, and appurtenances. Payment for water mains will be made at the contract unit price bid per lineal foot of the various sizes and classes of ductile iron pipe called for, which includes furnishing and installing pipe, furnishing and placing Type I pipe bedding, trench excavation, backfill,and compaction,including furnishing and placing any required flowable fill backfill, cleaning, testing, and disinfecting the water main, providing any and all necessary joint and thrust restraint, dewatering, proper disposal of all waste materials, and all other work necessary or incidental for completion of the item. Item 123: (Service reconnection within trench limits,2"diameter and smaller)Measurement shall be by the numerical count of each service that is reconnected within the limits of the main line trench.Payment 1 MEASUREMENT AND PAYMENT at the contract unit price shall constitute full compensation for furnishing and installing all service clamps, corporation stops, water service pipes, fittings, testing and disinfection, and for tapping of the new main and providing all tools, equipment and incidentals necessary to complete this item. Item 124: (Service reconnection outside trench limits, 2"diameter and smaller) Measurement shall be by the lineal foot of each service that is reconnected,beginning at the connection to the main,up to the connection to the existing service, either outside or inside of the building. Payment at the contract unit price shall constitute full compensation for furnishing and installing all service clamps, corporation stops, water service pipes, fittings, curb stops and curb boxes, and for tapping of the new main, for all excavation, backfill, compaction, removal and replacement of any curbing or sidewalk removed to complete the item, proper disposal of all waste materials and providing all tools, equipment and incidentals necessary to complete this item. Item 125: (Service reconnection outside trench limits,4"diameter and larger) Measurement shall be by the lineal foot of each service that is reconnected, beginning at the connection to the main, up to the connection to the existing service,either outside or inside of the building,including any fire hydrant lead reconnections. Payment at the contract unit price shall constitute full compensation for furnishing and installing all water service pipes, fittings,joint restraints, testing and disinfection, for all excavation, backfill, compaction, removal and replacement of any curbing or sidewalk removed to complete the item,proper disposal of all waste materials,and providing all tools,equipment and incidentals necessary to complete this item. Any gate valves required to complete the reconnection shall be measured and paid for separately. Item 126: (Service reconnection outside trench limits,4"diameter and larger) Measurement shall be by the lineal foot of each service that is reconnected, beginning at the connection to the main, up to the connection to the existing service,either outside or inside of the building,including any fire hydrant lead reconnections. Payment at the contract unit price shall constitute full compensation for furnishing and installing all water service pipes, fittings,joint restraints, testing and disinfection, for all excavation, backfill, compaction, removal and replacement of any curbing or sidewalk removed to complete the item,proper disposal of all waste materials,and providing all tools,equipment and incidentals necessary to complete this item. Any gate valves required to complete the reconnection shall be measured and paid for separately. Item 127: (Install expansion tank and backflow preventer) Measurement will be by numerical count indicated where services are replaced into the house and there currently is not an expansion tank or backflow preventer. Payment shall include all materials,equipment,appurtenances,and labor to provide and install the expansion tank and backflow preventer. Item, 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 MPW S5 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-sure 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 I l. Item 139: (Type 2 Bedding)This item shall be measured and paid for as per MPWSS Section 02221 4A, 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, ewatering,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—SITEWORK PIPE BORING AND JACKING PART GENERAL 1.1 WORK INCLUDED A. This item of work shall consist of furnishing all labor, materials, and equipment necessary to do all work and related items as shown on drawings,herein specified,or incidental to proper execution of the work to complete the boring and jacking at the required locations. 1.2 SUBMITTALS A. Submit for review complete working drawings showing details of the proposed method of construction and the sequence of operations to be performed during construction. Show the method of jacking and boring to be used and dewatering techniques that are proposed to be used. B. Complete information on Contractor's safety plan for personnel conducting the tunneling or jacking operations,shaft installation and appurtenance installation. The plan shall include provisions for lighting,ventilation, electrical safety and confined space entry. C. All Contractor submittals requiring structural design shall be signed by a professional civil or structural engineer registered in the State of Montana . D. Submit carrier pipe casing spacers, end seals, and pipe installation method. E. Submit information as may required for the exterior grouting of the casing pipe to the surrounding ground.Equipment,methods to be employed and check valve to be used. F. Submit a mix design for the exterior grout to be placed immediately after completion of the boring and jacking operations. The exterior grout shall be a cementation grout that will achieve 150 psi within 30 days, 1.3 QUALITY ASSURANCE A. Safety: The Contractor shall be responsible for the complete safety and protection of all individuals and any public or private properties associated with the boring and jacking operations required for this work. It shall be the Contractor's responsibility to see that the work is done in conformance with all applicable federal,state, DNRC, and local safety requirements. B< The Contractor shall give the Engineer a minimum of 4 working days advance notice of the start of an excavation or boring and jacking operation. 02602 - 1 SECTION 02602 DIVISION 2—SITEWORK PIPE BORING AND JACKING C. All work shall be performed in the presence of the Engineer,unless the Engineer has granted prior approval to perform such work in its absence, D. The Contractor shall be solely responsible for the structural integrity and safety associated with his means,methods,design and installation of 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 8" DIP 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 1.021. 2.5 GROUT CONNECTIONS. The Contractor shall provide Grout/Lubrication ports within the pipe wall with no fewer than I hole per 25 feet of pipe located at the inside top edge of the pipe. Grout/lubrication ports to be 1 1/2" to 2" with check valves installed. Grout connectionstobe plugged prior to installation of the carrier pipe. 16 END SEALS End seals shall be rubber/clastomeric 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 M 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 02602 DIVISION 2—SITE WORK 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 I The installation of the casing shall be in accordance with the Contract Documents and subject to the approval ofthe agency having jurisdiction over the area containing the boring or jacking operations. 2. The Contractor shall remove or penetrate all obstructions encountered. Dewatcring shall be performed as necessary to prevent loss of ground, sloughing, subsidence, or liquefaction. 3. Any pipe damaged during the jacking operation shall be repaired by the Contractor in a manner acceptable to the Engineer at no expense, to the Owner. 4. Should a deviation in grade of the pipe occur due to the jacking(or boring) operation, no additional payment will be made for the resultant change in depth of upstream or downstream piping. 5 Special care shall be taken during the installation of the jacked or bored pipe to ensure that no settlement or caving be caused around the pipe or to the ground surface above. Any such caving caused by the placement of the pipe shall be the Contractor's responsibility. The Contractor shall repair any structure so affected as directed by the Engineer, at the expense of the Contractor. E. Casing Pipe: Casing pipe shall be so constructed as to prevent leakage from the casing throughout its entire length. Casing pipe shall be installed to prevent the formation of a waterway along its length. Casing shall have an even bearing on the surrounding soil throughout and shall be sloped. - F. Stream Crossings: Install the casing as per the depths provided on the plans. G. Install the casing by jacking it through the earth, while excavating by boring or 02602 - 4 SECTION 02602 DIVISION 2—SITEWO�RK 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 maybe installed by open cut methods 1. Provide adequate equipment so as to insure a smooth, continuous and uniform operation leaving no exterior voids along the casing pipe. J. As pipe is jacked forward,excavate and remove soil through the pipe. Do not allow excavation to precede jacking operation. K, After each section of casing pipe has been jacked to the limits,the following section shall be connected to the preceding by a full penetration butt weld around the entire circumference of the joint. The quality around the weld for steel casing pipe shall conform to AWWA Standard 0206,and shall develop 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 A STANDARD - 0) OM 0 wM h Caj `n ►� wz ui LO D U4 ry if Dt4 ,(TaVOk3 x 0 in 0 W T x, ° ry n " Uzi t/7 n a CL` in �( o N o to � Lj �w 3 tan- W-j xo to t l C3 m°�� .° Orf 00 F- pp a Z mz Hd zo Nt 1W a13 c _ C va "t'a u r U c a m c u u a u Lt m rucc emu- n`a u x c E m Ts tiov ro Q �y Na 4 c c a v v -c v w o� © r, V) to L Lx1 � ° <0 a ,° u ° e Svc a Z 7f1 RIS a L O y c a c u a u u� E 62 `o o c Z v a c c D E C ° ix m ° � E �n orr aci E w r1 c ay 'c " o EZv .00 wy be v E rr • ®0 � 4) 10 a 4d C h 9 ND t'1J � 4A r °va c t? E acu L _ /- c u a V ur c , dT C Y :3 ap r :C U')0� V, a 3: a m 2 �"K7 a E^•-1 u• � �{1 �.c � �E© vine cal a 'Z tlC.Y Z '�Ate-•� Z W.2 p O [polo t/.f T7 m 0< try � 'D M ®,,,,2.4`}.-to A C C 0 a 0<:LZ CE iT 622 oz ao m w° �Ow Q,-M -Y c PY ICrj'°g CC) C (1''A L a R. -2 p C a 3 0 vu w '3 Q9 a a ci rn c E � c av 0amcFr Em�wi t5 .�t9 0ZO o., a> m aJ° d" 44) V) >Fr cuD V <ao< OM > v LLI r- 0 z T cv Mi L6 16 t•- V6 rn Y c Q �[ > dE vu a Q E 8 m x 0 L cQn a a Y e .La d u I o�> a '� c E� Q" Y Y � L�Y V�Lj W 0 Y Q W a _ 4 N Q D V i m Z Q co xp 0d `Nxs E 0 c J� e'Y E ✓ F— `o® o � %..; CAS.. as u'w d : c E. a:�:,t Z aic Q'v E$ dd d� ..._� Z —.. uEx c C` av ° Ems ft: QW Z cr o Q o E° q d E Q U ....,�...,, Y 4} n Y u p a- h.J .cc -- YV tc E a FQ Q.M 64 -0 cci o 0 o m°a C��d.' f]] �- a rpi ro.a E .0 z Z c° °Yfl r_ap°°Q Q __1 .91 1 Cl' q.Xi w �Q nY rZ�eesI �dro M� F Q I d 9 c v.,ci I v n.o z 6`2 c .� LO CL. QY N�... �C pg I W Dui W7w sQu o '}g rid Z z Q . .L.^-(4/'.�I (� Z Z0,8 u W....qSa.J fl D .J n1C,,.Wb ca @,tg g n.. d o CD 0 �^ Qa{.,�vm`� n°—E Y U dw Z �.e 4e1 ° C, V) Z.. K.aY Uaccn m� a Qn _v tat 2 49 V x �z c I tq $V e31V.,-. x w� a Y wC 7 p CL � 4 111 iC5 eY W uj CL in [N ry P7 F Lj c f Ifs t, X0 VY_1 9?91r-I'A: Vl L0 r G d p ( (°] °u m p C7) " n CF) LO w D� p— C r y �+ L 3 0 CD 05 °T 9 C < •5 '02, 7 {_ E�} D LO 0 I x ^ m O cca C z ° c t aoo c c � s�r ° a tY_ I- 0 ' C �{ Ok o + o? o w - t o W o C2 p aC w o d z ° rn� V) ° ; r.7 z °z ui- E � er w" Q a 0 , G5 Z a� n c VI 0 -j Ln I O 4? o �i 4ti.:� H O. F'#1 r� It Ln W w 000- R9-1 1(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 • SIDEWALK EXISTS ON THE OTHER SIDE OF THE ROADWAY. SIDEWALK CLOSED 24"X 18'" R9-11(R) SI[?EWALK CLOSED AHEAD CROSS HERE 30"X24" SIGN WORK SITE TRAFFIC DRUMS OR CONE CITY OF BOZEMAN SCALE: PEDESTRIAN TRAFFIC NO. 01570-7 DONE CONTROL FOR TEMPORARY STANDARD DRAWING SIDEWALK CLOSURE FEB 2Qp7 �r surr,�Wc J6" V- o" "M WU ASPPAL1 AND fiC%IPSM NSL C2'W!4Y 2' M WM) NOTES: 1.Adjust manholes upward with 4usting rings under fi=e. 2.Adjust manhole downward by removing canoe and barrel sections as nmsmry and replacing with section of length required to match grade. 3.Slope manhole fi=e as required to mathch slope of street. 4.Final whole adjustment shalt be made before paving. 5.All joints between manhole sections,top cone,adjusting rings,and mnhole ring shall be watertight. Joint material shall be"Ram NeV or approved equal. b.Manhole ring and cover shal be adjusted to match final crown and grade of street Use Anderson Pre cat or approved equal ooncrete'angled adjustment rings to obtain required angle, 7.Manhole ring and cover:use MCI 305 fire,305A cover,lFOO 77:2 franc, 772-B cover,or Deeter 1025,or D&L A-1172.with I"cover. CITY OF 13OZEMAN 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, WHERE NEAT LINE CS LESS THAN 3' (O.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 OS.H.A. REGULATIONS' 12"(30 cm) MIN,. SUBGRADE OR GROUND SURFACE 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) O.S.H.A. REGULATIONS' REGULATIONS• \'/fl TYPE "A","B", OR "C 6'(15cm) TRENCH BACKFILLl \/ _.� ✓! SELECT TYPE I BEDDING MATERIAL PLACED ' C. IN 6`(15cm) LAYERS do TYPE I PIPE BEDDING c c c ! / \ COMPACTED AS SPECIFIED PLACED IN 8"(15cm) MAX. cy I / z;l IN SECTION 02221., LAYERS AND COMPACTED , 4"(10cm) THOROUGHLY.. TRENCH WIDTH-0.D,OF PIPE PLUS 2'(6fkm) j MIN. TRENCH WIDTH 3.5'(1.1-) TYPE 2 PIPE BEDDING WHERE REQUIRED FOR {����e�'\\/✓fie\ SOFT OR UNSTABLE y,�/�/` ✓.�/f\`�/%�f�/✓\o/�� FOUNDATION NOTE: SEE CONTRACT SPECIAL PROVISIONS FOR ANY MODIFICATIONS TO STANDARD TRENCH MATERIALS AND/OR OTHER TRENCH DESIGN FEATURES SEE O.S.H.A. CONSTRUCTION STANDARDS FOR EXCAVATIONS. REVISED: 10/25/02 CITY OF BILLINGS SCALE: STANDARD DRAWING STANDARD SPECIFICATIONS NONE TYPICAL UTILITY TRENCH DETAILS N©. 02,221-1 A Ground Surface T(.90 cm) /y�y rf`,✓,✓rr`yr�✓ ,^'/, ,''r,fr ✓..ry ry y' r/�r r r ✓ r '' / y r r r ' r r rr r ✓ / f 'r r r rr j ` Std.Trench Backfill � s ✓ r ✓ s ✓ r r r✓y, r r y ✓"' Trench Plug Malerial ✓r ✓ f ,' r �r...r ,. r ,✓ f r Select Pipe Bedding r,^' r r',✓ r '',✓✓r rrff✓ Type 1 Bedding Bottom ofiTrenclt� YP A L— I U(3 m) Section A-A Sid.Trench Backfill Ground Surface. y y ✓ r ✓Trench gall ',✓'y'r✓'r'f',''✓'r','r ✓s�Trencl Wall , r y ✓ r f, r / f, r Plug Limit Plug Limit :_]3'(90 cm)Limi1 .../ Treneh Bottom 3'(90 cm) L3'(90 cis) RE''A$M 10/21/02 MONTANA PUBLIC WORKS SCALE: TRENCH PLUG STANDARD DRAWING STANDARD SPECIFICATIONS NONE EXCAVATION DETAIL NO. (72222--1 2" TO 2 1/2° DIAMETER. BRASS CAP WITH ROUNDED TOP, SET FROM REFERENCE POINT'S. 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. GRAVEL BASE a 2 MIN. d LEAVE GRAVEL EXPOSED FOR DRAINAGE. MIN. `" ., a a STANDARD CONCRETE (6 1/2 SACK MIX OR BETTER) POURED IN PLACE OR PRECAST AND SOLIDLY PLACED, r r A NON REINFORCED 6" MIN., ROUND OR SQUARE WITH 1/2" CHAMFERED CORNERS OR a 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, CITY OF BOZEMAN SCALE: TYPE 1 STREET MONUMENT NO. 02529-3 STANDARD DRAWING NONE Dec. 1999 i A e t•' ,A REDUCER UNDISTURBED EARTH ' l W TEE TEE (Plu'gg'ed) BEND STANDARD DIMENSIONS FOR THRUST BLOCKING TEES PLUGS F7777NG fW E END SIZES A B A B A B A B 4" 1'-7° 1"-2" 1"" 1`-8' 0"°-10' r•-7" W-6° 6" 2,-0" 1'-11' 2'-S" 2'-2 1'-10" 1'-7, 1'-g" w-1G" 8" 2'-8' 2'-6' 3'-3" 3'-0" 2'-5° 2'-l* 1'-g" 1•_6" 10° 3`-4" 3"-3" 4'-0" 3'-10" t,3'- 2'�-9" 2•-2" 1'-11" 12" 4._0" 3., 10" 4=8" 4`-8" 3'-3' 2'-7' 2'-3" 14' 5'-5' 3'-10" 6=6" 4"-1?' 3"_5" 3'-5' 2+-5° A4ETRIC DIMENSIONS FOR THRUST BLOCKING R777NG 7EES k PLUGS 90°BEND 45°BEND & WYES REDUCERS ND SIZES A B A B A B B 10cm 0.5m 0.4m 0.5m o.5m 0.5m O 3m 015m 0.2m 15cm 0.6m 0.6m 0.7m 0,7m 0,6m 0-ft 0.5m 0.3m 20cm 0.am 0.8m 1.0m 0.9m 0.7m 0.6m 0.5m 0.5m 2: n 1.0rn 1,0m 1.2m 1.2m 0.9m 0.8m 0,7rrr 0.6m 30cm 1.2m 1.2m 1.4m 1,4m 1,1 m 1.0m 0.8m 0.7m 36cm 1.6m 1.2m 2.0m 1.5m 1.4m 1.()m 1.0m 0.7m N S I. THESE TABLES ARE BASED ON 150 PSI(1030 kpc) MAIN PRESSURE 2.WRAF' ALL FMINGS IHTH p0LYE7FIYLENE.. E 2000 PSF(9800 kg/ml) SOIL BEARING PRESSURE REIASEID 12 27 93 MONTANA PUBLIC WORKS SCALE: THRUST BLOCKING STANDARD DRAWING STANDARD SPECIFICATIONS NONE FOR WATER MAIN FITTINGS NO. 02660-1 REBAR ANCHOR c. 4 . 0 0 0 0 a b e \ CONCRETE a \ \ ANCHORS "B" "A." NOTE: COAT RODS WITH "KOPPERS' BITUMASTIC NO, 50 COATING OR EQUAL. THRUST BLOCK DIMENSIONS MCs°` vonw 100 PSI 150 PSI 200 PSI 250 PSI 300 PSI. Rod sxe A B" C A B C A B C A B C 78 C 2.-0.2'-0.2'-D 2'-0'2'-0' 2'-0'2'-D'2'-0`.'..2'...7 1/2 10" 2'-0' 2'-0 2'-0'2"-6 2'-6.2'-0 2 / '-9`2'•-6'"2'-6" 3'-9 V-0'3'-0 Y-7 3'-0'.3'-p 1 ' 2'-3' 2'-^0 MY-0-E4'- 3"-0 2'-5 3`.-5`3^-p^"3�_0. 4'-3 3'_0. 3'-0 5'-1 3"-0'3°^0 1 14" 2'-3` 2'-0 3'-0 3'-0 4'-6`3'-0'3'--0' 4'-0 4'-0'4'-0 4'-9 4'-0'4'-0 1 16" 3°-0" 3'-0 3'-0 3'_p 4-1'4•-0°4'-p b' 1 4`-0' 4'x-0 6'^1 w'-0'4'-0 18" 3'-6` 3'-0 3-0 3` p 5'_1°4`_0.4°_0' 6'_4 4'_p°4"-0 5_g 5"_0 5•-p 3 8 24" 4'-p w'-p s'-s`5"-p'S'-o' s'-s'6" p• 6'-0 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 LIME w w 2` MIN. ' w w w w w w w w w w w w w w .� -� w FIRE HYDRANT VARIABLE w v w .y w w w w w w w w w w w w - SIDEWALK WATER MAIM CURB & GUTTER CURB WALK DETAIL PROPERTY LIME 1` CURB & GUTTER FIRE HYDRANT VARIABLE 3' MIN, VALVE WATER MAIN (TYP.) BOULEVARD WALK DETAIL CITY OF BOZEMAN SCALE: HYDRANT LOCATION NO. 02660-5 STANDARD DRAFTING NONE DETAIL Dec 2003 R 1` FINISH GRADE CURB 61111-\ VALVE BOX TOP SECTION 8'MIN MUELLER H--15428 STRAIGHT COUPLING WITH GALVANIZED OR BRASS CAP 6.5' MIN COPPER SERVICE LINE 2" COPPER SERVICE LINE 1/4 BEND COMPRESSION 2 COUPLING 1/8" DIAMETER 1' 4 CURB STOP CORPORATION STOP PROVIDE1/8" DIAMETER GRAIN HOLE /,WATER MAIN CITY OF BOZEMAN SCALE: STANDARD DRAWING NONE TYPICAL BLaV`V��'F NQ, 02660-7 Dec. 2003 UNDIURBED EARTH(TYP,) j�\\\�/•\�!/�\fir f �*/ CONCRETE THRUST .• •.. „ BLOCK (TYP.) MJ GLAND MJ GLAND D.1. MJ D.I. D.I. PIPE TEE PIPE PIPE \\-MJ VALVE D,1, MJ GLAND PIPE 3/4" MIN, CORROSION RESISTANT ALL THREAD RESTRAINING ROD, CONFORMING TO ASTM A242-81„ MJ VALVE---------' ALVE INSTALLED IN HALF THE AVAILABLE MECHANICAL JOINT BOLT HOLES (TYP.) INHERE NECESSARY, CLAMPING LUGS (ROMAC "DUCTILE LUG" OR EQUAL) DESIGNED TO FIT DUCTILE IRON (D.I.) PIPE, AND CONFORMING MJ GLAND TO ASTM 536-BO MAY BE USED IN CONJUNCTION D.I. WITH THE RESTRAINING RODS, PIPE CITY OF RCZEMAN SCALE: TYPICAL. VALVE/TEE NC. 02660- 10 STANDARD DRAWING NONE RESTRAINT DEC 2003 SIZED SAME AS INCOMING LINE — NO EXCEPTIpNS,THE TEST PORTS OF NO PRESSURE 13AUGES Olt NxFLa'r!PRE'JENTK9NSASSEwB�LYI�.aE FnITW a{S wV'LL BE METER' �ry. °"""„'•` Z BacxFLOw PREVENTFOW.A55CwBLY MUST CONNECT DIRECTLY TO METER/ FLANGE TO BE THREADED ON STANDPIPE, RtOUI ER. MJ.TO FLANGE ADAPTORS NOT ACCEPTABLE DLMCE T 9ACtt ETE PREM'ENTION ,/� (TYPICAL.FOR ALL RISER CONF�'YGURATIONS) WAMRE SUPERINT DENT EA BY 4” OR LARGER CLASS 5t /e`f DUCTILE IRON PIPE (TYP,) t'uIN., z` WOX ABOVE FINISHED FLOOR FLOOR MECHANICAL 7/4" watt. Red Rod, INSIAJ.ED IN EVERY OTHER AMNLABLE 11,J. JOINT BOLT HOLES CTYPICALi-• 5/8• RODS ACCEPTABLE FOR+4'LINES MAIN, THRUST ,.`k 90' BEND WITH THRUST BLOCK BLOCK LEGEND TAPPING TEE & VALVE„ FLANGED OS&Y VALVE OR INSTALL VALVE AT PROPERTY LINE (TYPICAL FOR ALL RISER CONFIGURATIONS) PROVIDE FLEXIBLE„ 'HATER—TIGHT CONNECTION FOR ALL WALL OR FLOOR CITY OF BOZEMAN REQUIREMENTS FOR INSTALLATION OF PIPE PENETRATION. BACKFLOW PREVENTION ASSEMBLY 1. The FIRST fitting inside of the building shall be a UL listed flanged Kennedy or Mueller OS&Y valve the some size as the service line. Combination stroiner/meter immediately following OS&Y valve or elbow attached directly to OS&Y valve -- meter must set horizc.Ital, V w9N., 2 MAX.ABOVE 2. All Bockflow Prevention Assemblies shall be: FINISHED TLOOR FLOOR a. UL or FM listed. b. Approved by the University of Southern Colifornio Faundotion for Cross Connection Control 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 floor. 4. The service riser must be a minimum of 2' from any outside wall. 90' BEND WITH y 5. The incoming service line shall be a minimum 6.5', and a max— THRUST BLOCK imum of 7..5' below the finished grade.. 6. All service line appurtenances shall have a minimum pressure rating of 175 PSI. 7. All service lines 4" and larger shall be Class 51 Ductile Iran Pape. �1' 'MIN., 2' MAX, 6. Line sizing: The Bockflow Prevention Assembly and meter shall be equal in size to both the incoming pipe diameter (upstream) and outgoing p'iae diameter (downstream). For example, a 4' service line shall have a R meter and Bockflow Prevention Assembly. 2' MIN., a' MAX CLEARANCE COATED STEEL ABOVE FINISHED FLOOR wALL PLATE, 5196°MIN. - THlCKNESS CITY OF BOZEMAN SCALE: WATER SERVICE LINE NO. 02660-12 STANDARD DRAWING NONE FOR SIZES 4" AND LARGER DEC 2003 REV: APRIL 2006 ONLY FITTINGS ALLOWED BETWEEN nRST os&,y vALvE AND NO PRESSURE CAUG£S OR PRESSURE "WE FTMNGS WILT BE BACKIROW ASSEMBLY TO BE 90' BEND. SEE NOTE 5 ALLOWED ON THE TEST PORTS OF ANY BAiCKFLOW ASSEMBLY FLANGE TO BE DWWADED ON MANDPI••PE, M,J.TO FLANGE ADAPTORS NOT ACCEPTABLE 4" OR LARGER CLASS 51 (TYPICAL FOR ALL RISER CONFIGURATIONS) LECTEND DUCTILE IRON PIPE (TYP,) /_1 1' MIN., 2' MAX, ABOVE `E FLANGED 05&Y VALVE FLOOR FINISHED FLOOR '6 MECHANICAL REDUCED—PRESSURE BAOK FLOW-PREVENTION JOINT 3/4'" MIN. Red+ Rod, INSTALLED IN ASSEMBLY(NKNINum REaUIREYEM)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 BOZEMAN REQUIREMENTS FOR INSTALLATION OF REDUCED PRESSURE BACKFLOW PREVENTION ASSEMBLY PROPERTY LINE (TYPICAL 1. The FIRST fitting inside of the building shall be a UL listed FOR ALL RISER flanged American Flow Control, Kennedy or Mueller OS&Y valve the CONFIGURATIONS. some size as the fire service line. 2. All Reduced Pressure Bockflow Prevention Assemblies sholi be'.' O. UL or FM listed. PROVIDE FLEXIBLE, b. Approved by the University of Southern Colifomio Foundation for 5 Cross Connection Control and Hydraulic Research (USCFCCCHR) for WATER-TIGHT CONNECTION operation in the proposed position (vertical or horizontal) as shown on approved plans, FOR ALL WALL OR FLOOR c. Installed as shown on the approved plans. PIPE PENETRATIONS' 3. A flow detection device shall be installed immediately following the Reduced Pressure Bockflow Prevention Assembly (alarm check valve, flow sensor/�olorm, meter, etc. os shown on the approved plans. Paddle—type flow olorms not permitted)on dry systems. i' FNIN.. '�' MAX. ABOVE FINISHED FLOOR FLOOR 4. Horizontal installations must be a minimum of 2` above the finished 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 fine shall be a minimum of 8.5', and a max- imum of 7.5' below the finished grade. 7, All fire service line appurtenances shall hove a minimum pressure rating of 135 PSI. 8. All fire service lines 4" and larger shall be Class 51 Ductile Iron Pipe. 9O' BEND WITH + . g, 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. 1' MIN., 2' MAX. C'T—' STEEL 2. MIN., 3" MAX. CLEARANCE 1A,TE. ABOVE F WALL PINISHED FLOOR 5/1 e" "I. '..... 1FHICKp4ESs STANDARD FIRE SERVICE CITY OR BoZE1A SCALE: LINE INSTALLATION N0, 02660- 14 STANDARD DRAWING NONE FOR 2003 Foy cL,ass iv SYSTEMS v sSr��S v' � o G i 60' R.O.W. f g, (te.) X .) 19. WATER a 3c,' (rrP.) SEWER UJ uJ P ROP R u7 E TY LINE i l) 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 DRAWONG NO. 02660-6 FOR DETAILS, 3, WATER MAIN VALVES LOCATED AT PROPERTY LONE. 4. SEWER MAINS LOCATED ON STREET CENTERLINE FOR STREETS 35' IN WIDTH OR GREATER. SEWER MAINS LOCATED 5,5' EAST OR SOUTH OF STREET CENTERLINE FOR STREETS LESS THAN 35' IN WIDTH 5. SEWER SERVICE STUB LOCATED 15' UPSTREAM FROM DOWNSTREAM PROPERTY LINE, 6, WATER & SEWER MAIN CROSSING; SEE M.P.W, STANDARD DRAWING NO. 02660-2 FOR DETAILS. 7. HYDRANTS LOCATED 5' FROM VALVE OR ON PROPERTY LINES EXTENDED FOR MID—BLOCK LOCATIONS, CITY OF BOZEMAN SCALE: WATER & SEVER 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 OgB�0 2.2 FOR SPECIFIED ON PLANS BACK ON POST SIGN SIZES bliI 2" MIN, 2 MIN. 10' 2" PREFORAT'EO SQUARE TUBE POST (TELSPAR OR APPROVED EQUAL) 7` MIN. ATTACH SIGNS TO POST WITH 3/8" 'DRIVE RIVETS (MIN. 2 PER SIGN) STREET MARKER SIGN REGULATORY SIGN 2" PREFORATED SQUARE TUBE POST (14 GAUGE) 0 FASTEN POST TO SLEEVE WITH MI6" CORNER BOLT ::�' a (A325) 1 Y2" ABOVE FINISH GAAGE, INSERT BOLT FINISH GRADE Q HEAD FROM OPPOSITE SIDE OF EXPECTED IMPACT. INSERT DRIVE RIVET INTO OPPOSITE SIDE. 4 77— y '. 2 A" X 30" 12 GAUGE NON'—PREFORATED SQUARE TUBE SIGN POST SLEEVE (TELSPAR "QUIK PUNCH" OR APPROVED EQUAL) ALL SLEEVES AND SIGN 24° POSTS SHALL BE INSTALLED INSERT SIGN 'POST 18" INTO SLEEVE PLUMB. M-4000 CONCRETE ANCHOR 9" SIGN POST FOUNDATION DETAIL CITY OF BO EIMAN SCALE: SIGN INSTALLATION NJ. 19810-1 STANDARD DRAWING NONE STANDARDS AUG. 1994 Revised 6/2.00'2 cp c `c CL v L r r ti X + _ V, < C G S ` fl co Z Cj© C 1 CL., C' ! L i W Lr) > u CD G Q W LO LLI Oo a J Lij / r ' ! w � 7 L� w � 0 1�1 �D Li i I C) Ln Ln e Ld CNI Li a r, C k ..� cc / 1 , uI l- V i?..� Lr� CL LU Ni° \ ...._. f mm cc