Loading...
HomeMy WebLinkAbout17- Contract Documents - Highland Construction Services, LLC - 2017 Baxter Lane Improvements Project Executed Contract Documents 2017 Baxter Lane1 • Project From Cottonwood Road to Ferguson Avenue Montana Bozeman, P ' 11 ' I City of Bozeman, I / / d/Bo2� ty•.. 1883,.•��,� riN co.a+o , - NTAY��I�. STACI FAE\ Prepared by. VENNER S/avnL Robert Peccia&Associates y BOZEMAN-HELENA-KALISPELL-FORT COLLINS www.rpa-hin.com TABLE OF CONTENTS 2017 BAXTER LANE IMPROVEMENTS PROJECT EXECUTED CONTRACT DOCUMENTS& CONSTRUCTION SPECIFICATIONS ADDENDUM NO,T Addendum Pre-Bid Meeting Sign-In Sheet Pre-Bid Meeting Minutes Plan Holder's List CONTRACT DOCUMFNTS Notice of Award Agreement Performance Bond Payment Bond Insurance Forms Approval of Subcontractors BIDDING DOCUMENTS Bid Proposal Bid Bond Power of Attorney Non-Discrimination Affirmation Form Summary of Bid Received Certified Bid Tabulations Recommendation of Award _RTDDTNGRFOUTRF.MFNTS AND INFORMATION Bidder's Checklist Invitation to Bid Instructions to Bidders GFNERAT,CONDITIONS Standard General Conditions(EJCDC C-700) RPA Supplementary Conditions SPECIAL PROVISIONS Contents listed at front of the Special Provisions TECHNICAL.SPECIFICATIONS Contents listed at front of the Technical Specifications PREVAILING WAGE RATES APPENDIX A. MISCELLANEOUS FORMS 1. Notice to Proceed 2. Substitution Request Form 3. Schedule of Values for Contract Payment 4. Application and Certificate of Payment S. Work Directive Change 6. Change Order 7. Affidavit on Behalf of Contractor 8. Contractor's Certificate of Completion 9. Certificate of Substantial Completion 10. Consent of Surety Company to Final Payment 11. Owners Acceptance and Grant of Possession APPENDIX B. EASEMENTS CONSTRUCTION DRAWINGS Bound under separate cover ADDENDUM 1 ADDENDUM NO. 1 f 2017 Baxter Lane Improvements Project Bozeman,Montana Date of Addendum: August 1,2017 Bid Opening Date: August 15,2017 at 2:00 p.m. This addendum modifies the Contract Documents and Construction Drawings for the 2017 Baxter Lane Improvements Project from Cottonwood to Ferguson in Bozeman,Montana, as set forth herein: 1. BID PROPOSAL: Add bid item #48. Temporary Pavement Markings per 1 Lump Sum. See plan sheet S-1 for quantities. Use waterborne paint per MPWSS Specifications. 2. SPECIAL PROVISIONS: 51. ELECTRICAL. Revise powder coat finish to a factory painted finish. Modification: Section 51.A. Electrical work includes new corridor lighting with powder eeating factory painted"Hunter Green"luminaires along Baxter Lane. Modification: Section 51.C.9. Replace powder coat with painted. Revise title to "35' Painted Luminaires with Cobra LED Assembly". Modification: Section 51.C.9.a. General. Revise to "Furnish galvanized steel luminaire standards factory painted p "Hunter Green"," Modification: Section 51.C.9. Revise the sentence on page 34 to"Luminaires shall be painted pewder- at fiffis„,a Hunter Green". Modification: Section 51.C.10. Revise the first sentence to "All poles, mast arms, and luminaires for street lights and signal poles shall be round, tapered steel with galvanized, or galvanized and painted pewdef eeat finish a Hunter Green." Modification: Remove Section 51.C.12.Powder Coat Finish. Replace Section 51.C.12 with the following: All poles, mast arms, and luminaires for street lights shall be round, tapered steel, galvanized and painted finish. Painted finish shall be "Hunter Green" (RAL#6005). Modification: Remove Section 51.C.1.b. Concrete Foundation Pads. 53. MEASUREMENT AND PAYMENT Modification: 53.44. Revise sentence: "Pew der- *rT Factory painted finish as shown on the plans." 2017 BAXTER LANE-ADDENDUM NO. 1 PAGE n Add the followine section: 53.48 Temporary Pavement Markings. This item includes furnishing and installing waterborne paint per MPWSS Specifications including lane lines, words, and symbols. Provide all labor, tools, equipment,materials, and incidentals necessary to complete the work including surface preparation and removal as necessary. Measurement is per one lump sum. Payment is at the unit bid price per lump sum of pavement markings installed and accepted. 3. CONSTRUCTION DRAWINGS: The following changes shall be made to the Construction Drawings: Sheet W-1 &W-2: Modification: In the profile view,remove"FLOWABLE FILL"trench backfill call out along the longitudinal length of the water main. Sheet S-8: Modification: Revise the crosswalk at Andalusian Avenue from a Type A Crossing to a Type B Crossing with a yield line per C.O.B. Standard Drawings 02581-1 and 02581-2, using white thermoplastic. Sheet S-1: Modification: Revise the quantity of 8"Thermoplastic from 334 feet to 132 feet. Revise the quantity of White Thermoplastic Words& Symbols from 573 square feet to 995 square feet. Add the following: Add "TEMPORARY PAVEMENT MARKINGS" bid item per lump sum. The bid item is for waterborne paint during winter shutdown, if necessary,per MPWSS specifications. It includes centerline, median lines, turn lane lines, and turn lane symbols. It does not include bike lanes, bike symbols, crosswalks, and median hatching. The bid item is based on 7,210 linear feet of 4" Yellow Paint, 840 linear feet of 8" White Paint, and 375 square feet of White Paint Words and Symbols. Sheet E-1: Modification: Revise the bid item in the summary frame to "LUMINAIRE ASSEMBLY (145W COBRA LED,PAINTED WIT14 POWDER COAT)" T)" Sheet E-3: Replace the detail for"BREAK AWAY TRANSFORMER BASE"with the attached City of Bozeman Standard Drawing "FIGURE 16, TYPICAL FRANGIBLE - TYPE TRANSFORMER BASE DETAIL". Replace Note 2 under ROADWAY LUMINAIRE detail to "Factory paint the luminaire assembly,pole,base, and mast arm Hunter Green". 4. ADDITIONAL QUESTIONS: Sheet E-1, can the pull box covers be labeled "ELECTRIC" instead of as described in note 2? No, pull box covers are per Note 2. Note 2 is based on Figure 2 in the new City of Bozernan Standard Specifications for Lighting Materials and Installation dated March 11, 2017. 2017 BAXTER LANE-ADDENDUM NO. 1 PAGE 2 Is the Concrete Foundation Pad/Cabinet needed as described in Special Provision 51.C.I.b? No, see sheet E-2 for the standard City of Bozeman standard cabinet mounted on galvanized supports. Is the bending, pull tape,and tracer requirements correct as described in Page 31 and 32 of the Special Provisions? Yes, these requirements are in the new City of Bozeman Standard Specifications for Lighting Materials and Installation dated March l 1,2017. Can Baxter Lane be shut down for construction? Is there any time limit? Yes, the City will allow a closure of Baxter Lane with approval of detours for the duration of the project, except during winter shutdown. Winter shutdown requires two-way traffic and asphalt surfacing per Special Provision#16. 5. ATTACHMENT: i Figure 16 Typical Frangible'Type Transformer Base Detail z I END OF ADDENDUM NO, 1 Issued By: ROBERT PECCIA&ASSOCIATES 3810 Valley Commons Drive Suite 4, Bozeman,Montana 59718 i 3 t �pNTAHq * TACI FAE Staci Venner,P.E.,Project Manager VENNER PE Office: (406)-284-2665 °IFS 6E� ��\=�`t' �DNAt 201713AXTER LANE—ADDENDUM NO. 1 PAGE 3 BOLT CIRCLE SHALL MATCH FOUNDATION - BOLT CIRCLE SHALL MATCH LIGHT .:...,...- .}.. .:-a-..: .....-. .{{{F_�-.....:. STANDARD BASE BOTTOM PLATE FRONT VIEW TOP PLATE NOTE: MATCH EXISTING BREAKAWAY TRANSFORMER BASE AS CLOSELY AS POSSIBLE. BASE COVER ->f..3/ NUT AND WASHER ANCHOR BASE _C BOLT CIRCLE DIAMETERS SHALL CAST ALUMINUM FRANGIBLE BASE BE COMPATIBLE WITH ACCESS COVER 1"TO 1-1,14"x 3"TO 4"CONNECTOR BOLTS WITH TWO FLAT LOCK WASHERS IN CONFORMANCE WITH r ASTM A 307(FOUR REQUIRED) I. BREAKAWAY,WATERPROOF,IN-LINE FUSE HOLDER AND FUSE FOR EACH HOT AND A BREAKAWAY,WATERPROOF I ` CONNECTOR ON NEUTRAL(IF REQUIRED) _I 17"TO 26" BOND ONE#6 SOFT DRAWN BARE i COPPER GROUND WIRE AT GROUNDING LUG IN BASE AND EXOTHERMIC WELD TO ) GROUND ROD IN PULL BOX. BOLT CIRCLE DIAMETER SHALL FIT LIGHT STANDARD FOUNDATION I 1-1/2"PVC CONDUIT STUB I NOTES 1. ALL BREAK-AWAY TRANSFORMER BASES SHALL CONFORM TO AASHTO"STANDARD SPECIFICATIONS FOR STRUCTURAL SUPPORTS FOR HIGHWAY SIGNS,LUMINAIRES AND TRAFFIC SIGNALS'. 2, LIGHT STANDARD FOUNDATIONS MAY BE PRECAST CONCRETE OR CAST-IN-PLACE CONCRETE. 3, ALL CONDUCTORS SHALL BE SIZED IN CONFORMANCE WITH N.E.C.REQUIREMENTS IMSA 19-11 3 CONDUCTOR#14 AWG MINIMUM. 4. HAND HOLE IS NOT REQUIRED IN THE POLE IF A BREAKAWAY TRANSFORMER BASE IS USED. Date: 201 B-08-05 CITY OF BOZEMAN Scale N.T S TYPICAL FRANGIBLE TYPE - --- FIGURE 16 STANDARD DRAWING TRANSFORMER BASE DETAIL f N ELLI N Lo a� W 6 ® 6 Z W J W cJ . W B i pLL V i D o ~ ? t 6 3 a� a L- a � 0 r 6 ® �1 e 04 i -i N^ wW Cl) �}1 N Q z a Jy j I U r _ - PREBID CONFERENCE MEETING MINUTES Project: 2017 Baxter Lane Improvements from Cottonwood to Ferguson Date: July 31", 2017 Time:2:00 Pm Location: 20 East Olive Street, Bozeman Montana Engineer Representative: Staci Venner- RPA Owner Representative: Bob Murray-City of Bozeman 1. Attendees: Bob Murray, City of Bozeman Andy Kerr, City of Bozeman John VanDelinder, City of Bozeman Matt Workman, City of Bozeman Staci Venner, RPA Steve Baeth, Knife River Knox Pilati, Sime Construction Jeff Milesnich,Sime Construction Phil Martin, CMG Construction Trevor Livesay, Montana Lines 2. Project Overview by RPA • Adjacent Project Coordination: Sports Park with DOWL and Dick Anderson working on site grading. Flanders Mill Subdivision with C&H Engineering and Sime. Ferguson Avenue and the water/sewer at Riata Road is complete. Flanders Mill under construction now. Riata Road will be constructed in 2018. • Right of Way: North side two county parcels have fill limits along the existing right-of- way. Easements were obtained from two landowners for driveways and detention pond. • Private Utilities: Have been notified. Only response of potential conflict is from Northwestern Energy gas line at the new storm drain inlet#1. Northwestern is potholing that location, no results yet. Contractor to coordinate relocations performed by utilities at their own cost. • Wetland Impacts:The wetlands on the south side of Baxter Lane were permitted by C&H Engineering. No impacts are expected or permitted on north side of Baxter Lane. • Storm Drain: Contractor to coordinate with Sports Park construction for the pond outfalls. • Water main/Sanitary stub: No temporary water or bypass expected. • Lighting:Per new City Lighting Specifications and refers to MDT specifications. Plans show the bulb used in the lighting design since the standard staggered spacing didn't work with the utilities. • A.D.A.: Must get plan elevations to meet ADA requirements and adjacent project tie-ins. • Traffic Control: City to allow a shutdown of Baxter Lane with approved detours. See Special Provision#16. Winter shut down requires two-way traffic and asphalt surfacing. • Quantities/Bid Items: Summaries are shown on plan sheets and described in Special Provision#53. 3. Instruction to Bidders Review • Bid Opening is August 151h, 2017, 2 pm at City Hall FAHighways\14510_000_Durston Cottonwood Roads\CONSTRUCTION\L. Bid Phase\5. Pre-bid Conference\14510_PREBID_MEETING MINUTES.docx • Bidders must purchase Contract Documents booklet for $50.00 & submit the bound booklet • The award should approved by the City Commission in late August/early September. 4. Contract Time • 90 calendar days (SC#9&SP#5): Based on Monday to Friday from 8am to 5pm. • Liquidated Damages are$500 per calendar day plus Engineering Expenses (SC#10&SP#5) • Question by Steve if Contractor can work overtime to compete the project in fewer working days. City will review and could approve if it results in cost savings. 5. Contract Requirements • Insurance (SC#1,SP #22&#23): Includes two landowners who granted easements. • Permits and Fees Required: o Dewatering of the site if necessary—Submit Dewatering Plan (SP #34) — No borings were performed on this section of Baxter, however borings on other sections of Baxter showed shallow groundwater. o NOI &SWPPP (including fees) are required by the Contractor(SP#17) o Wetlands permitted through Flanders Mill subdivision o Other County,state, local and federal as required (SP#33 &SP#35) • Utilities (SP#13)—discussed previously • Safety Requirements (SP#24&#40)—Contractor's responsibility • Measurement & Payment section (SP #53)—supersedes the MPWSS Measurement and Payment section. • Testing (SP #29) — Owner's Testing Company is DOWL. Special provision outlines who performs which tests. 1 • Electrical (SP#51)discussed previously j • 2 Year Warranty Period (SP#10) 6. Engineer's Cost Estimate—$1.5 Million 7. Questions: • Add item for temporary/interim paint for winter shutdown. Will be added by addendum. • Eliminate callout for flowable fill along the longitudinal length of the water main. Will be revised by addendum. • Is bending, pull tape, and warning tape requirements correct in the Electrical Special Provision?Yes, per new City of Bozeman Lighting Specifications. • Can lights be factory painted instead of powder coated? Yes, will revise by addendum. • Do pull box covers need the specialty stamping as shown in electrical plans? Yes,per new City of Bozeman Lighting Specifications. • Revise crosswalk at Andalusian Avenue to Type B. Will be revised by addendum. • Are Concrete Foundations Pads/Cabinet needed? No, that part of the Electrical Special Provision will be removed by addendum. • RPA updated the electrical detail for break away bases on sheet E-3 to match the most recent version of the City of Bozeman Lighting Specifications. Will be updated by addendum. F:I-lighways\14510_000_Durslon Cottonwood Roads\CONSTRUCTIONC Bid Phase\5. Pre-bid Conlerence\14510_PREBID_MEETING MINUTES.docx 2017 Baxter Lane Improvements Project PLAN HOLDERS LIST Bid Date:August 15,2017(u)2:00 p.m. Revised as of: August 10, 2017 The following have received or requested plans and specs for 2017 Baxter Lane Improvements Project.Bozeman, .SIT. Robert Peccia and Associates DLM Contracting 825 Custer Avenue Raymond Lewis P.O. Box 5653 2066 Stadium Drive Suite 201 Helena, MT 59604 Bozeman,MT 59715 Ph:(406)447-5000 406-586-2881 Fax:(406)447-5036 dim@dimcontractinginc.com Robert Peccia and Associates Highland Construction Services Chris Hayes LLC 825 Custer Avenue P.O.Box 141 P.O. Box 5653 Belgrade, MT 59714 Helena, MT 59604 406-586-2448 Ph:(406)447-5000 high landbuilds cDDgmail.com Fax:(406)447-5036 chris(@rpa-hln.com Knife River Belgrade Steve Baeth Robert Peccia and Associates 21730 Frontage Road Staci Venner Belgrade,MT 59714 3810 Valley Commons Drive,#4 406-388-6832 Bozeman,MT 59718 Steve.baeth@kniferiver.com Ph:(406)284-2665 svennera@roa-hln.com JRCivil LLC 536 Cathy Lane City of Bozeman Billings,MT 59105 Bob Murray jrcivil()jrcivil.com 20 East Olive Street Bozeman,MT Ph:(406)582-2280 BMurray @,,BOZEMAN.NET CMG Construction Phil Martin phiim(ftmgconstruction.com P.O.Box 80252 Billings,MT 59108 406-579-5492 Sime Construction Knox Pilati&Jeff Milesnich 190 Ramshorn Drive Bozeman,MT 59718 ieff4simeconst.com 406-582-9841 knoxixrQmsn.com 406-580-1114 CONTRACT DOCUMENTS ( NOTICE OF AWARD i Dated: bid aILST.? ZO�'� ( TO: Highland Construction Services LLC. ( ADDRESS: P.O.Box 141 Belgrade,MT 59714 ( PROJECT: 2017 Baxter Lane Improvements Project ( CONTRACT FOR:Project Bid Price f ( You are notified that your Bid opened on August 15,2017,for the above Contract has been considered. You are the ( apparent Successful Bidder and have been awarded a Contract for the:2017 Baxter Lane Improvements Project. The ( Contract Price of your Contract is: One Million One Hundred Thirty Nine Thousand Seven Hundred Two Dollars ( ($1,139,702.00). f ( Five(5)copies of each of the proposed Contract Documents(except Drawings)accompany this Notice ofAward. 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 September 12,2017. ( 1. You must deliver to the OWNER Five (5) fully executed counterparts of the Agreement including all the Contract Documents and Drawings. l 2. You must deliver with the executed Agreement the Contract Security(Bonds)as specified in the Instruction to Bidders(Section 24-26),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 6 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 OWNERto 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. CIT F BOZEMAN,MONTANA ATTEST: BY: BY: '' l �.� (C Y MANAGER) ( ITY CLERK) is * . DATE: ��Q�. ��a3 11 TrN co AGREEMENT FORM THIS AGREEMENT is dated as of the 1✓ day of i in the year 2017,by and between CITY OF BOZEMAN, hereinafter called OWNER, and Highland Construction Services LLC hereinafter called CONTRACTOR. OWNER AND CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. SCOPE OF WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The proposed work on Baxter Lane extends from Cottonwood Road to Ferguson Avenue,and includes roadway widening and reconstruction,new corridor lighting with LED luminaires,new sidewalk, new storm drain infrastructure, water main and services, sanitary sewer services, and utility adjustments. The work includes street excavation, subexcavation, gravel base courses, asphalt pavement, curb and gutter, sidewalk, storm drain, utility adjustments and relocations, street lighting, signing, pavement markings, topsoil, and seeding. The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2017 Baxter Lane Improvements Project, from Cottonwood Road to Ferguson Avenue. Article 2. CONTRACT TIME. 2.1 The Work will be completed within 90 calendar 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 calendar day that work continues past the contract time,until such work is substantially complete. Article 3. CONTRACT PRICE. 3.1 OWNER shall pay CONTRACTOR for performance of the Contract,in accordance with the Contract Documents,the sum(subject to adjustment as provided in the Contract Documents) of One Million,One Hundred Thirty Nine Thousand, Seven Hundred Two Dollars and 0 Cents ($1,139,702.00). AGREEMENT Page 1 of 6 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 paragraph 14.07 of the General Conditions,OWNER shall pay the remainder of the contract price as recommended by ENGINEER as provided in said paragraph 14.07. Article 5. INTEREST. All monies not paid when due hereunder shall bear interest at the simple rate established by the Federal Cost of Money Rate commencing at the time of a claim. Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1 CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, locality, and with all local conditions and federal, state and local laws, ordinances, rules and regulations that in any manner may affect cost, progress or performance of the Work. 6.2 CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Special Provisions of Contract Documents,and accepts the determination set forth in the Contract Documents of the extent of the technical data contained in such reports and drawings, and has personally completed his own field investigations. 6.3 CONTRACTOR has obtained and carefully studied(or assumes responsibility for obtaining and carefully studying)all such examinations,investigations,explorations,tests,reports and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site that otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR AGREEMENT Page 2 of 6 considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents,including specifically the provisions of paragraph 4.02 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by Contractor for such purposes. 6.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price,within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.04 of the General Conditions. 6.5 CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations,tests, reports and studies with the terms and conditions of the Contract Documents. 6.6 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. 6.7 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 Bid Documents,together with this Agreement,form the Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR are attached to this Agreement,made a part hereof and consist of the following: 7.1 This Agreement. 7.2 Exhibits to this Agreement(if any). 7.3 Performance Bond, Payment Bond, and Bid Bond. 7.4 Invitation to Bid. 7.5 Instructions to Bidders and Bid Proposal. 7.6 Certificates of Insurance. 7.7 General Conditions. 7.8 Supplementary Conditions. AGREEMENT Page 3 of 6 7.9 Wage Rates. 7.10 Special Provisions including Measurement and Payment. 7.11 Technical Specifications. 7.12 Montana Public Works Specifications,Sixth Edition,and City of Bozeman Modifications to Montana Public Works Standard Specifications, latest edition(by reference). 7.13 Montana Department of Transportation Standard Specifications for Road and Bridge Construction,2014 Edition,and all subsequent Supplemental Specifications(by reference). 7.14 Appendices. 7.15 Addenda listed on the Bid forms. 7.16 CONTRACTOR'S executed Bid forms. 7.17 Documentation submitted by CONTRACTOR prior to Notice of Award. 7.18 Notice of Award. 7.19 Notice to Proceed. 7.20 Any modification, including Change Orders and Work Directive Change, duly delivered after execution of Agreement. 7.21 Any Notice of Partial Utilization. 7.22 Consent of Surety. 7.23 Approval of Subcontractors. 7.24 Substitution Request Form. 7.25 Schedule of Values. 7.26 Notice of Substantial Completion. 7.27 Notices of Final Completion and Acceptance. 7.28 Non-discrimination affirmation form. 7.29 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. NO DAMAGES FOR DELAY—OTHER CONTRACTORS It shall be the affirmative duty of each and every CONTRACTOR on the project to cooperate and coordinate the scheduling and progress of its work with that of all other CONTRACTORS.Under no circumstances shall the OWNER be liable for any damages for delay. It is further stipulated and agreed that the terms of this provision shall govern any other Contract Document as defined in this Agreement. Article 9. MISCELLANEOUS. 9.1 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, AGREEMENT Page 4 of 6 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. 9.3 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 parry giving notice shall be entitled to reasonable attorney's fees and costs. 9.4 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. AGREEMENT Page 5 of 6 1 t IN WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first above written. fed b,-o-kr-e- P-v- o�y (—T q l P�99 i DEVON PARA :"O09 Notary Public (CONTRACTOR) for the State of Montana 1 't SEAL e- Bozeman,Montana By (SEAT, &) `<9�� Pam° My Commission Expires: d6(1-14 r II (ATTEST) March oa, zozi Title S1=• l�(a_ (JOINT VENTURE) By (SEAL &) E (ATTEST) Title ( Citv of Bozeman (OWNER) Bye ( ( Y MANAGER) (SEAL &) ( (ATTEST) , �`' F B 0, APPROVED AS TO FORM: �--- :9�'•• 1883 •�� (CITY ATTORNEY) TIN co.�`� ( AGREEMENT Page 6 of 6 iJCDCZE ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE PERFORMANCE BOND CONTRACTOR(name and address): SURETY(name and address of principal place of business): Highland Construction Services, LLC Contractors Bonding and Insurance Company P.O. Box 141 9025 N. Lindbergh Drive Belgrade, MT 59714 Peoria, IL 61615 OWNER(name and address): City of Bozeman, Montana 121 N. rouse Ave. Suite 202 Bozeman, MT 59715 CONSTRUCTION CONTRACT Effective Date of the Agreement: 9'/15/11 Amount: $1,139,702.00 One Million One Hundred Thirty Nine Thousand Seven Hundred Two Dollars and 00/100 Description (name and location): 2017 Baxter Lane Improvements Project, from Cottonwood Road to Ferguson Avenue BOND Bond Number: CSB0004774 Date(not earlier than the Effective Date of the Agreement of the Construction Contract): Amount: $1.139,702.00 One Million One Hundred Thirty Nine Thousand Seven Hundred Two Dollars and 00/100 Modifications to this Bond Form: 0 None ❑ See Paragraph 16 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 Highland Construction Services, LLC (seal) Contractors Bonding and Insurance Com apt{,,,,. (seal) Contractor's Name and Corporate Seal Surety's Name and Corporate Seal ff DNtmANorN "P,,, `+��.♦o ••�...�� sG�► .,� ,/� (> ' By: �_ M B i C- OV, Oa q SignaturE (S)gnature(attach power of or 1, SEAL Judith A Rapp •• Print Name Print Name �'�,, ••.....••• �.+�� a� Attorney-in-Fact Title ) I Title Attest: / Attest: i Gz-A!,Cz-/LC?. Signa re "Signature Judith C. Kaiser-Smith Agent Title Title Notes:(1)Provide supplemental execution by any additional parties,such as joint venturers. (2)Any singular reference to Contractor,Surety,Owner,or other party shall be considered plural where applicable. EJCDC®C-610,Performance Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 1 of 3 1. The Contractor and Surety, jointly and severally, bind to be secured with performance and payment bonds executed themselves, their heirs, executors, administrators, successors, and by a qualified surety equivalent to the bonds issued on the assigns to the Owner for the performance of the Construction Construction Contract, and pay to the Owner the amount of Contract,which is incorporated herein by reference. damages as described in Paragraph 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the 2. If the Contractor performs the Construction Contract,the Surety Contractor Default;or and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in 5.4 Waive its right to perform and complete, arrange for Paragraph 3. completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 3. If there is no Owner Default under the Construction Contract, the Surety's obligation under this Bond shall arise after: 5.4.1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as 3.1 The Owner first provides notice to the Contractor and practicable after the amount is determined, make payment the Surety that the Owner is considering declaring a Contractor to the Owner;or Default, Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor, and 5.4.2 Deny liability in whole or in part and notify the Surety to discuss the Contractor's performance. If the Owner Owner,citing the reasons for denial. does not request a conference, the Surety may, within five (5) business days after receipt of the Owner's notice,request such a 6. If the Surety does not proceed as provided in Paragraph 5 with conference. If the Surety timely requests a conference, the reasonable promptness, the Surety shall be deemed to be in default Owner shall attend. Unless the Owner agrees otherwise, any on this Bond seven days after receipt of an additional written notice conference requested under this Paragraph 3.1 shall be held from the Owner to the Surety demanding that the Surety perform its within ten (10) business days of the Surety's receipt of the obligations under this Bond, and the Owner shall be entitled to Owner's notice. If the Owner, the Contractor, and the Surety enforce any remedy available to the Owner. If the Surety proceeds as agree, the Contractor shall be allowed a reasonable time to provided in Paragraph 5.4,and the Owner refuses the payment or the perform the Construction Contract,but such an agreement shall Surety has denied liability, in whole or in part,without further notice not waive the Owner's right, if any, subsequently to declare a the Owner shall be entitled to enforce any remedy available to the Contractor Default; Owner. 3.2 The Owner declares a Contractor Default, terminates 7. If the Surety elects to act under Paragraph 5.1, 5.2,or 5.3,then the Construction Contract and notifies the Surety;and the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and 3.3 The Owner has agreed to pay the Balance of the the responsibilities of the Owner to the Surety shall not be greater Contract Price in accordance with the terms of the Construction than those of the Owner under the Construction Contract. Subject to Contract to the Surety or to a contractor selected to perform the the commitment by the Owner to pay the Balance of the Contract Construction Contract. Price,the Surety is obligated,without duplication for: 4. Failure on the part of the Owner to comply with the notice 7.1 the responsibilities of the Contractor for correction of requirement in Paragraph 3.1 shall not constitute a failure to comply defective work and completion of the Construction Contract; with a condition precedent to the Surety's obligations,or release the Surety from its obligations, except to the extent the Surety 7.2 additional legal, design professional, and delay costs demonstrates actual prejudice. resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 5;and 5. When the Owner has satisfied the conditions of Paragraph 3,the Surety shall promptly and at the Surety's expense take one of the 7.3 liquidated damages, or if no liquidated damages are following actions: specified In the Construction Contract,actual damages caused by delayed performance or non-performance of the Contractor. 5.1 Arrange for the Contractor, with the consent of the Owner,to perform and complete the Construction Contract; 8. if the Surety elects to act under Paragraph 5.1, S.3, or 5.4, the Surety's liability is limited to the amount of this Bond. 5.2 Undertake to perform and complete the Construction Contract itself,through its agents or independent contractors; 9. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction 5.3 Obtain bids or negotiated proposals from qualified Contract, and the Balance of the Contract Price shall not be reduced contractors acceptable to the Owner for a contract for or set off on account of any such unrelated obligations. No right of performance and completion of the Construction Contract, action shall accrue on this Bond to any person or entity other than arrange for a contract to be prepared for execution by the the Owner or its heirs, executors, administrators, successors, and Owner and a contractor selected with the Owners concurrence, assigns. E1CDC®G610,Performance Bond Copyright O 2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. 2 of 3 10. The Surety hereby waives notice of any change, including for damages to which the Contractor is entitled, reduced by all changes of time, to the Construction Contract or to related valid and proper payments made to or on behalf of the subcontracts,purchase orders,and other obligations. Contractor under the Construction Contract, 11. Any proceeding, legal or equitable, under this Bond may be 14.2 Construction Contract: The agreement between the instituted in any court of competent jurisdiction in the location in Owner and Contractor identified on the cover page,including all which the work or part of the work is located and shall be instituted Contract Documents and changes made to the agreement and within two years after a declaration of Contractor Default or within the Contract Documents. two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this 14.3 Contractor Default: Failure of the Contractor, which Bond,whichever occurs first. If the provisions of this paragraph are has not been remedied or waived, to perform or otherwise to void or prohibited by law, the minimum periods of limitations comply with a material term of the Construction Contract. available to sureties as a defense in the jurisdiction of the suit shall be applicable. 14.4 Owner Default: Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required 12. Notice to the Surety, the Owner, or the Contractor shall be under the Construction Contract or to perform and complete or mailed or delivered to the address shown on the page on which their comply with the other material terms of the Construction signature appears. Contract. 13. When this Bond has been furnished to comply with a statutory 14.5 Contract Documents:All the documents that comprise or other legal requirement in the location where the construction was the agreement between the Owner and Contractor. to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and 15. if this Bond is issued for an agreement between a contractor and provisions conforming to such statutory or other legal requirement subcontractor, the term Contractor in this Bond shall be deemed to shall be deemed incorporated herein. When so furnished,the intent be Subcontractor and the term Owner shall be deemed to be is that this Bond shall be construed as a statutory bond and not as a Contractor. common law bond. 16. Modifications to this Bond are as follows: 14. Definitions 14.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made including allowance for the Contractor for any amounts received or to be received by the Owner in settlement of insurance or other claims EJCDC®C-610,Performance Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 3 of 3 EJ CDC-_ ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE PAYMENT BOND CONTRACTOR(name and address): SURETY(name and address of principal place of business): Highland Construction Services, LLC P.O. Box 141 Contractors Bonding and Insurance Company Belgrade, MT 59714 9025 N. Lindbergh Drive OWNER(name and address): Peoria, IL 61615 City of Bozeman, Montana 121 N. rouse Ave. Suite 202 Bozeman, MT 59715 CONSTRUCTION CONTRACT Effective Date of the Agreement: y fisl17 Amount: $1,139,702.00 One Million One Hundred Thirty Nine Thousand Seven Hundred Two Dollars and 00/100 Description (name and location): 2017 Baxter Lane Improvements Project, from Cottonwood Road to Ferguson Avenue BOND Bond Number: CSB0004774 Date(not earlier than the Effective Date of the Agreement of the Construction Contract): Amount: $1,139.702.00 One Million One Hundred Thirty Nine Thousand Seven Hundred Two Dollars and 00/100 Modifications to this Bond Form: x❑ None ❑ See Paragraph 18 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 Highland Construction Services, LLC (seal) Contractors Bonding and Insurance Company (seal) Contractor's Name and Corporate Seal S Vety'sName and Corporate Seal ly Sign tore Signature(attach power of at or ey) ���� �N�pND rNs� '0,,�� �� Off.• A�yO �': �- y m QORgT • �` Judith A Rapp P Print Name Print Name SEA . s - a . zr (J f� Attorney-in-Fact ti Title Title Attest: Attes • i L Signature Signature Judith C. Kaiser-Smith Agent Title Title Notes: (1)Provide supplemental execution by any additional parties,such as joint venturers. (2)Any singular reference to Contractor,Surety, Owner,or other party shall be considered plural where applicable. EJCDC®C-615,Payment Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 1 of 3 6. If a notice of non-payment required by Paragraph 5.1.1 is 1. The Contractor and Surety, jointly and severally, bind given by the Owner to the Contractor,that is sufficient to themselves, their heirs, executors, administrators, satisfy a Claimant's obligation to furnish a written notice of successors, and assigns to the Owner to pay for labor, non-payment under Paragraph 5.1.1. materials, and equipment furnished for use in the performance of the Construction Contract, which is 7. When a Claimant has satisfied the conditions of Paragraph incorporated herein by reference,subject to the following 5.1 or 5.2, whichever is applicable, the Surety shall terms. promptly and at the Surety's expense take the following actions: 2. If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies, and holds 7.1 Send an answer to the Claimant,with a copy to the harmless the Owner from claims, demands, liens,or suits Owner, within sixty (60) days after receipt of the by any person or entity seeking payment for labor, Claim,stating the amounts that are undisputed and materials, or equipment furnished for use in the the basis for challenging any amounts that are performance of the Construction Contract,then the Surety disputed;and and the Contractor shall have no obligation under this Bond. 7.2 Pay or arrange for payment of any undisputed amounts. 3. If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this 7.3 The Surety's failure to discharge its obligations Bond shall arise after the Owner has promptly notified the under Paragraph 7.1 or 7.2 shall not be deemed to Contractor and the Surety (at the address described in constitute a waiver of defenses the Surety or Paragraph 13) of claims, demands, liens, or suits against Contractor may have or acquire as to a Claim, the Owner or the Owner's property by any person or except as to undisputed amounts for which the entity seeking payment for labor, materials, or equipment Surety and Claimant have reached agreement. if, furnished for use in the performance of the Construction however, the Surety fails to discharge its Contract, and tendered defense of such claims, demands, obligations under Paragraph 7.1 or 7.2, the Surety liens,or suits to the Contractor and the Surety. shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to 4. When the Owner has satisfied the conditions in Paragraph recover any sums found to be due and owing to 3, the Surety shall promptly and at the Surety's expense the Claimant. defend,indemnify,and hold harmless the Owner against a duly tendered claim,demand,lien,or suit. 8. The Surety's total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney's 5. The Surety's obligations to a Claimant under this Bond fees provided under Paragraph 7.3,and the amount of this shall arise after the following: Bond shall be credited for any payments made in good faith by the Surety. 5.1 Claimants who do not have a direct contract with the Contractor, 9. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance 5.1.1 have furnished a written notice of non- of the Construction Contract and to satisfy claims, if any, payment to the Contractor, stating with under any construction performance bond. By the substantial accuracy the amount claimed Contractor furnishing and the Owner accepting this Bond, and the name of the party to whom the they agree that all funds earned by the Contractor in the materials were, or equipment was, performance of the Construction Contract are dedicated furnished or supplied or for whom the to satisfy obligations of the Contractor and Surety under labor was done or performed, within this Bond,subject to the Owner's priority to use the funds ninety (90) days after having last for the completion of the work. performed labor or last furnished materials or equipment included in the 10. The Surety shall not be liable to the Owner, Claimants, or Claim;and others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be 5.1.2 have sent a Claim to the Surety (at the liable for the payment of any costs or expenses of any address described in Paragraph 13). Claimant under this Bond, and shall have under this Bond no obligation to make payments to or give notice on 5.2 Claimants who are employed by or have a direct behalf of Claimants, or otherwise have any obligations to contract with the Contractor have sent a Claim to Claimants under this Bond. the Surety (at the address described in Paragraph 13). 11, The Surety hereby waives notice of any change, including changes of time,to the Construction Contract or to related subcontracts,purchase orders,and other obligations. EJCDC®C-615,Payment Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. 2 of 3 12. No suit or action shall be commenced by a Claimant under 8. The total amount due and unpaid to the this Bond other than in a court of competent jurisdiction in Claimant for labor, materials, or equipment the state in which the project that is the subject of the furnished as of the date of the Claim. Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a 16.2 Claimant: An individual or entity having a direct Claim to the Surety pursuant to Paragraph 5.1.2 or 5.2,or contract with the Contractor or with a (2) on which the last labor or service was performed by subcontractor of the Contractor to furnish labor, anyone or the last materials or equipment were furnished materials,or equipment for use in the performance by anyone under the Construction Contract,whichever of of the Construction Contract. The term Claimant (1) or (2) first occurs. If the provisions of this paragraph also includes any individual or entity that has are void or prohibited by law, the minimum period of rightfully asserted a claim under an applicable limitation available to sureties as a defense in the mechanic's lien or similar statute against the real jurisdiction of the suit shall be applicable. property upon which the Project is located. The intent of this Bond shall be to include without 13. Notice and Claims to the Surety, the Owner, or the limitation in the terms of "labor, materials, or Contractor shall be mailed or delivered to the address equipment" that part of the water, gas, power, shown on the page on which their signature appears. light, heat, oil, gasoline, telephone service, or Actual receipt of notice or Claims, however accomplished, rental equipment used in the Construction shall be sufficient compliance as of the date received. Contract, architectural and engineering services required for performance of the work of the 14. When this Bond has been furnished to comply with a Contractor and the Contractor's subcontractors, statutory or other legal requirement in the location where and all other items for which a mechanic's lien may the construction was to be performed, any provision in be asserted in the jurisdiction where the labor, this Bond conflicting with said statutory or legal materials,or equipment were furnished. requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal 16.3 Construction Contract: The agreement between requirement shall be deemed incorporated herein. When the Owner and Contractor identified on the cover so furnished,the intent is that this Bond shall be construed page, including all Contract Documents and all as a statutory bond and not as a common law bond. changes made to the agreement and the Contract Documents, 15. Upon requests by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and 16.4 Owner Default: Failure of the Owner, which has Owner shall promptly furnish a copy of this Bond or shall not been remedied or waived, to pay the permit a copy to be made. Contractor as required under the Construction Contract or to perform and complete or comply 16. Definitions with the other material terms of the Construction Contract. 16.1 Claim: A written statement by the Claimant including at a minimum: 16.5 Contract Documents: All the documents that comprise the agreement between the Owner and 1. The name of the Claimant; Contractor. 2. The name of the person for whom the labor was done, or materials or equipment 17. If this Bond is issued for an agreement between a furnished; contractor and subcontractor, the term Contractor in this 3. A copy of the agreement or purchase order Bond shall be deemed to be Subcontractor and the term pursuant to which labor, materials, or Owner shall be deemed to be Contractor. equipment was furnished for use in the performance of the Construction Contract; 18.Modifications to this Bond are as follows: 4. A brief description of the labor, materials, or equipment furnished; S. The date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; 6. The total amount earned by the Claimant for labor, materials, or equipment furnished as of the date of the Claim; 7. The total amount of previous payments received by the Claimant;and E1CDC®C-615,Payment Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 3 of 3 RLI® � � M POWER OF ATTORNEY an RLI Company RLI Insurance Company 9025 N.Lindbergh Dr.I Peoria,IL 61615 Contractors Bonding and Insurance Company Phone:(800)645-2402 1 Fax:(309)689-2036 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Company,required for the applicable bond. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each Illinois corporations (as applicable), each authorized and licensed to do business in all states and the District of Columbia do hereby make,constitute and appoint: Marla J.Davenport,Thomas V.A.Davis,Shanalee E. Steele,James E.Maieskey,II,Judith A.Rapp,Judith C.Kaiser-Smith,Jaclyn R. Kruse iointly or severally in the City of Spokane State of Washington as Attorney in Fact,with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings,and recognizances in an amount not to exceed Ten Million Dollars ( $10,000,000.00 )for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation,and now in force,to-wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings,Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN WITNESS WHEREOF, RLI Insurance Company and/or Contractors Bonding and Insurance Company,as applicable,have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 21st day of July,2017. 0... RLI Insurance Company `gig,"",,,AD OD+HSGq 0�Co Contractors Bonding and Insurance Company o� 4oP 4ri• m ooP �r�••� i Y' SEAL .10= SEAL I State of Illinois l "y�° •..•,,. T= Barton W.Davis Vice President y SS ILL. �CCINONS`` unm`9"° County of Peoria CERTIFICATE On this 21st day of July 2017 I, the undersigned officer of RLI Insurance Company, and/or before me, a Notary Public, personally appeared Barton W. Davis Contractors Bonding and Insurance Company, each Illinois who being by me duly sworn,acknowledged that he signed the,4hQMe,Pi91wer corporations, do hereby certify that the attached Power of Attorney is of Attorney as the aforesaid officer of the RLI Insurance i ►ged.Z, in full force and effect and is irrevocable; and furthermore, that the Contractors Bonding and Insurance Company,Iand nsurance edged,:l�''% Resolution of the Company as set forth in the Power of Attorney, is instrument to be the voluntary act and deed of said corps? • •• ry %now in force. In testimony whereof,I have hereunto set my hand and �oQ•: 0PpORgr •• �the seal of the RLI Insurance Company and/or Contractors G F 0 1W i4« Insurance Company this IS�I day of 2017 • SEAL ' f �Ic� �y�:•t RLI Insurance Company Gretchen retcen L.Johnigk��L '�., �o p.Itblic�to p.Itblic �$Contractors on mg and Ins rance Company i i GRETCHEN L JOHNIGK NOTAFY Barton W.Davis Vice President PAL"! F "OFFICIAL SEAL" ware OFLINOIS, y P M Commission Expires IL May 26,2020 4675141020212 A0059115 HALLCON-02 CSCHNEIDENBACH ACORO`" CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) `.�►-� 09/11/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Bozeman Office PHONE PayyneWest Insurance,Inc. (AIC,No,Ext):(406)586-3351 FAX No):(406)586-0437 1283 North 14th Avenue ADDRESS: Bozeman,MT 59715 INSURERS AFFORDING COVERAGE NAIC# INSURER A:Western National Assurance Company 24465 INSURED INSURER B:Montana State Fund 811212 Highland Construction Services LLC INSURER C:Zurich American Insurance Company 16535 P O Box 141 INSURER D: Belgrade,MT 59714 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTRA X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR CPP107638304 06/16/2017 06/16/2018 DAMAGE TO RENTED 300,000 X E SES E occu e ce $ MED EXP(Any oneperson) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY JET LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ A AUTOMOBILE LIABILITY Ea aBdden SINGLE LIMIT $ 1,000,000 IxANY AUTO CPP107560904 06/16/2017 06/16/2018 BODILY INJURY Perperson) $ OWNED X SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ HIRED X NON-OWNED PerracE,clRdenDAMAGE $ AUTOS ONLY AUTOS ONLY A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,000 EXCESS LIAB CLAIMS-MADE UMB101262504 06/16/2017 06/16/2018 AGGREGATE $ 1,000,000 DED I X I RETENTION$ 10,000 B WORKERS COMPENSATION X STATUTE PER X R 034185462 06/21/2017 06/21/2018 OTH- AND EMPLOYERS'LIABILITY YIN N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBEREXCLUDED? ❑N NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Leased Equipment CPP107638404 06/16/2017 06/16/2018 Ded.500 275,000 C Builders Risk BR10812370 09/07/2017 09/07/2018 All Covered Property 1,139,702 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project:2017 Baxter Lane Improvements Project Owner,Engineer,and Engineer's Consultants are Additional Insured per Endorsment WNGL89 attached. 45 Days NOC endorsement attached.Contractual Liability is included in the Commercial General Liability *The Builders Risk Policy deductible is 1,000. Earthquake and Flood Coverage are included on the Builders Risk policy,however deductible for those coverages is 10,000. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Bozeman THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN tY ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 1230 Bozeman,MT 69771 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD HALLCON-02 CSCHNEIDENBACH CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 0 9/0 812 0 1 7 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on I this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). (PRODUCER ACT NAME: Bozeman Office Paynewest Insurance,Inc. PHONE No,Et).(406)586-3351 j�c,No):(406)586-0437 11283 North 14th Avenue ADDRESS: _ Bozeman,MT 69715 ' INSURERS AFFORDING COVERAGE NAIC# �_ INSURERA:WeStern National Assurance Company 24465 INSUR, ED INSURERB: City of Bozeman INSURERC: PO Box 1230 INSURER D: I Bozeman,MT 59771 — ---- — — -- INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS INSD V M/ D /D IYYYYI A COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE 0 OCCUR BINDERCS 09/07/2017 09/07/2018 DAMAGE TO RENTED X PREMISES Es occurrence $ X Owner's&Contractor MED EXP Any one person $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY JEef D LOG PRODUCTS-COMP/OP AGG $ OTHER: $ A COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY Ea accident $ ANY AUTO BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ HIRED r— NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DID RETENTION$ $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY Y/N STATUTE ERH ANY PROPRIETOERRIPARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $ MaIdM� B EXCLUDED? l story ) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached If more space Is required) Project:2017 Baxter Lane Improvements Project 45 Days NOC applies. . I CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Robert Peccia&Associates THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 3810 Valley Commons Drive,Suite 4 Bozeman,MT 59718 I AUTHORIZED REPRESENTATIVE ACORD 25(2016103) 01988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD MONTCON-09 JSTIGEN CERTIFICATE OF LIABILITY INSURANCE D 0 910 5/2 01 7Y) 09/05/2017 ' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS I CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. I IMPORTANT: if the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on I this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT (Billings Office PHONE PayneWest Insurance,Inc. (A/C,No,Ext):(406)238-1900 (A/C,No):(406)245-9887 P.O.Box 30638 ADDRESS: _ Billings,MT 59107-0638 l INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Safety National Casualty Corp I INSURED INSURERB: Montana Lines Inc. INSURER C: A Member of the MCCF 2800 Upper River Rd INSURER O: _ ( Great Falls,MT 59405 INSURER E: INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS I CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. j INSR TYPE OF INSURANCE ADDL INSD WV� POLICY NUMBER POLICY f EF Y POLICY EXPILTR LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ _. CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ MED EXP(Any oneperson) $ PERSONAL&ADV INJURY $ _ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY❑jE LOC PRODUCTS-COMP/OP AGG $ OTHER: $ A COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY Ea accident) $ _ ANY AUTO BODILY INJURY Per person) $ _ OWNED SCHEDULED — AUTOS ONLY AUTOS BODILY INJURY(Per accident $ WN PROPERTY DAMAGE AUTOS ONLY ARTOI ONLY Per accident _ $ _ I $ ( UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ WORKERS COMPENSATION PER I OTH- AND EMPLOYERS'LIABILITY YIN STATUTE _ ER ANY FICER/RIETOR CLUDEDECUTIVE LJ NIA E.L.EACH ACCIDENT $ ( (Mandatory m NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under I DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ ; I A Workers Compensation SP4054451 01/01/2017 01/01/2018 Coverage A Statutory I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If mores ace Is required) (Subject to the terms and conditions of the policy as issued by the Insurance Company.SIR for Work Comp$1,000,000 per occurrence.Covers Montana State i 2esident Employees.All claims are administered by the Montana Contractor Compensation Fund(MCCF). 3axter Lane Improvements-Bozeman CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Highland Construction Services LLC THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN g ACCORDANCE WITH THE POLICY PROVISIONS. Po Box 141 7400 Thorpe Rd 1 Belgrade,MT 59714 AUTHORIZED REPRESENTATIVE ACORD 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY WN GL 89 07 15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - CONTRACTORS - OPERATIONS AND COMPLETED OPERATIONS - WITH ADDITIONAL INSURED REQUIREMENT IN CONSTRUCTION CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. Additional Insured—Operations 2. Additional Insured—Completed Operations A. Operations Performed For An Additional A. Additional Insured — Completed Opera- Insured tions Section II —Who Is An Insured is amended Section II —Who Is An Insured is amended to include as an additional insured any per- to include as an additional insured any per- son or organization, if you and such person son or organization, if you and such person or organization have agreed in writing in a or organization have agreed in writing in a contract or agreement that such person or contract or agreement that such person or organization be included as an additional in- organization be included as an additional in- sured on your policy, but only with respect to sured on your policy, but only with respect to liability for "bodily injury", "property damage" "bodily injury" or "property damage", arising or "personal and advertising injury" arising out of "your work" performed for the addi- out of your ongoing operations for the addi- tional insured and included in the "products- tional insured. completed operations hazard". B. Limitations B. Limitations The Operations Performed for Additional In- The Additional Insured — Completed Opera- sured coverage is limited as follows: tions coverage is limited as follows: (1) This insurance does not apply to "bodily (1) A person or organization's status as an injury" or"property damage" occurring af- insured under Additional Insured — Com- ter: pleted Operations continues only for the period of time required by any written a. All work, including materials, parts or contract or agreement. equipment furnished in connection (2) The insurance provided to the additional with such work, on the project (other insured does not apply to "bodily injury", than service, maintenance or re- "property damage" or "personal and ad- pairs) to be performed by or on be- vertising injury" arising out of"your work" half of the additional insured(s) at the location of the covered opera- for which a consolidated (wrap-up) in- tions has been completed; or surance program has been provided by the prime contractor-project manager or b. That portion of "your work" out of owner of the construction project in which the injury or damage arises which you are involved. has been put to its intended use by any person or organization other than another contractor or subcon- tractor engaged in performing opera- tions for a principal as a part of the same project. WN GL 89 07 15 Page 1 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 3. Primary and Noncontributory E. With respect to the insurance afforded to The following is added to the Other Insurance these additional insureds, the following addi- Condition and supersedes any provision to the tional exclusion applies: contrary: This insurance does not apply to: Primary And Noncontributory Insurance (1) "Bodily injury", "property damage" or This insurance is primary to and will not seek "personal and advertising injury" arising contribution from any other insurance availa- out of the rendering of, or the failure to ble to an additional insured under your policy render, any professional architectural, provided that: engineering or surveying services, in- (1) The additional insured is a Named In- cluding: sured under such other insurance; and a. The preparing, approving, or failing (2) You have agreed in writing in a contract to prepare or approve, maps, shop or agreement that this insurance would drawings, opinions, reports, surveys, be primary and would not seek contribu- field orders, change orders or draw- tion from any other insurance available ings and specifications; or to the additional insured. b. Supervisory, inspection, architectural 4. Other Provisions Applicable to Additional or engineering activities. Insured — Operations and Additional Insured —Completed Operations This exclusion applies even if the claims A. The Amendment of Insured Contract Defini- against an additional insured allege neg- tion (Endorsement CG 24 26) does not apply ligence or other wrongdoing in the su- to an additional insured. pervision, hiring, employment, training or monitoring of others by that insured, if B. The coverage provided under Paragraph f. of the "occurrence" which caused the "bodi- the definition of "insured contract" under ly injury" or"property damage", or the of- Section V — Definitions does not apply to fense which caused the "personal and an additional insured under this endorsement advertising injury", involved the rendering ".' unless required by a written contract or of or failure to render any professional agreement. services by you with respect to your C. The insurance afforded to such additional in- providing engineering, architectural or sured only applies to the extent permitted by surveying services in your capacity as an law; and engineer, architect or surveyor. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. D. With respect to the insurance afforded to these additional insureds, the following is added to Section III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is: (1) The minimum amount required by the contract or agreement; or (2) The Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. WN GL 89 07 15 Page 2 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. COMMERCIAL GENERAL LIABILITY WN GL 69 12 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following condition is added: If we cancel this policy, for any reason other than nonpayment of premium, we will mail advance notice to the person(s) or organization(s) as shown in the Schedule in accordance with the Cancellation and Nonrenewal conditions of the policy and any applicable endorsements. SCHEDULE Person or Organization (Name and Address) CITY OF BOZEMAN 45 DAY NOTICE PO BOX 1230 BOZEMAN MT 59771 J O WN GL 69 12 10 Page 1 of 1 APPROVAL OF SUBCONTRACTORS PROJECT TITLE: 2017 Baxter Lane Improvements Project (Cottonwood to Ferguson) PROJECT NO: 14510.000 CONTRACTOR: Highland Construction Services LLC Listed below are all of the subcontractors which we propose to use on this project.Your approval of these subcontractors is requested. We certify that these subcontractors,as listed, have been advised of the labor standards and provisions applicable to this project and that these provisions, as incorporated in the Contract between the Owner and the undersigned Contractor, will be incorporated in the contracts between the Contractor and the listed subcontractors.These provisions shall include all necessary insurance,workers compensation, and other legal requirements that the Contractor must carry. NAME AND ADDRESS MONTANA PUBLIC APPROXIMATE OF SUBCONTRACTOR CONTRACTOR'S TYPE OF WORK VALUE OF REGISTRATION NO. SUBCONTRACT 14d64 i%r� �f VD, o"x d3174-� , r-z 1�sZv f e p 4'5,6 • �S•t �ir, air` �vim._ � �•f� �f.:4..f-"���� L& �✓`���GL 6'b...�(Gt-r� (Gib Ae". 3G'x 5'99 517U69 Pe16'-- ? K TOTAL: 5-'06 Any deviation from this list shall be approved by the Owner prior to the subcontractor conducting the work. SIGNED BY(Contractor): _ '`', GNATURE PRINT OR TYPE NAME p !DATE I CHECKED BY(Engineer): —� � �►uCt �/ e(iIV1 -I I��1I SIGNATURE PRINT OR TYPE NAME DATE APPROVED BY(Owner): SIGNATURE PRINT OR TYPE NAME DATE Approval of Subcontractors 1 of 1 4� ROBERT PECCIA&ASSOCIATES copyright©2011 BIDDING DOCUMENTS I BID PROPOSAL 2017 BAXTER LANE IMPROVEMENTS PROJECT CITY OF BOZEMAN ALL BIDDERS MUST CONTACT ROBERT PECCIA & ASSOCIATES OFFICE AT THE ADDRESS STIPULATED IN THE INVITATION TO BID TO OBTAIN THE "OFFICIAL" CONTRACT DOCUMENTS BOOKLET AND TO GET THEIR NAME ADDED TO THE PLANHOLDERS LIST. The undersigned Bidder, having familiarized themselves with the conditions of the work and the contract documents, the site 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 themselves of the expense and difficulties attending performance of the work: Hereby proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City of Bozeman in the form included in the Contract Documents, to perform and furnish all Work as specified or indicated in the Contract Documents.including labor, materials, equipment and services necessary to complete all general construction work, for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents including all Addenda, for a project entitled 2017 Baxter Lane Improvements Project. The undersigned Bidder hereby agrees to commence work under this contract on the date to be specified in a written Notice to Proceed from the Owner and to fully complete the project within the following specified times thereafter as stipulated in the Specifications. Time is of the essence in completing this project. Bidder further agrees to pay liquidated damages for each consecutive day work continues past the contract time. Liquidated damages will be the sum as specified in the Special Provisions plus reimbursement for engineering services per consecutive calendar day the work continues past the contract time. The work shall be completed within the allotted contract times as specified in the Special Provisions. The undersigned Bidder hereby certifies that: 1) this Bid is genuine and is not made in the interest of, or in the 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; 2) the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid; 3) the Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and 4) the Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over the Owner. The undersigned Bidder agrees to complete the Work in accordance with the Contract Documents for the following prices: BID PROPOSAL .' Page 1 of 6 L DID PROPOSAL 2017 BA.XTER LANE IMPROVEMENTS PROJECT t ` Item Estimated unit Description Unit Price Total Price 1' No, Quantity 1 1. 1 LS Mobilization,Bonding,and Submittals(May not exceed 5%of $ ,f o o 0 �,�fi,F� Total Base Bid) f 2. 1 LS Construction.Surveying, Staking c4i Testing $ t?i 6 0 0 e)ew � w_ 3. 1 LS Traffic Control i .t it 4. 1 LS Erosion Control&Permitsv 5. 1, LS De-watering Oa 6, 4 EA Adjust Sprinkler System rw " rc 7. 630 CY Topsoil-Strip, Salvage; &Reuse 61* 1 92 8. 630 CY Topsoil-Imported ' $ $ ' 9. 2.41 LF Remove Pipe 3 10, 141 LF 12"RCP Class 5 Storm Pipe 01 t v $ Tyf " $ 11. 34 LF 12"CSP Storm Pipe eto YA 12. 31 LF 12"Slotted Drain. $ kl 13, 6&5 LF 1.2"PVC A-2000 Storm Pipe 00, n„Pi K r $ :7 5411 BID PROPOSAL Page 2 of 6 BID PROPOSAL 2017 BAXTER LANE IMPROVEMENTS PROJECT item Estimated Unit Description Unit Price Total Price No. Quantity 14. 253 LF 15 PVC A-2000 Storm Pipe z ob $ $ 15. 2 EA- 48" Combination Manhole& Storin 6 6) $Drain Inlet 16.. 1 EA Double Curb Inlet $ $ S 4,61 17. 1 EA Standard Square Inlet 0 0 $ Z a vo 18, 1. FA 481"Manhole (9 0 19. 2 EA Outlet Structure $ $ 20. 14 EA Adjust.Manhole $ $ 21. 1, EA Adjust Water Valve $ & 27, 69 LP: 2"Water Ser-vice 0 U9 $ 23, 131 LF 6"DI Class 51 Water Main $ $ 04 24. 18 LF 8"DI Class 5 lWater Main $ y $ K2 25. 660 LF 11"DI Class 5 lWat.er Main $Jo' $ 26. 3 EA 6"Gate.Valve y 27, 3 EA 12"Gate Valve c 0 $ r BID PROPOSAL Page 3 of 6 z BID PROPOSAL 2017 BAXTER LANE IMPROVEMENTS PROJECT Item Estimated Unit Description Unit Price Total Price No. Quantity � 28. 2 EA Fire Hydrant Assembly „, 29. 1,124 SF Rigid Board Insulation a -- $ r 30, 30 LF 4" SDR 26PVC Sewer Pipe = y $ -`y! 3 W 31. 4,120 CY Street Excavation(Above Subgrade) $ $ 32. 150 CY Subexcavation&Replacement Below Subgrade(Imported $ $ _ Materials) 33. 9,100 SY Separation Geotextile $ ell C_ $ 7 , y 34. 250 SY Geosynthetic eel *04 35. 2,013 CY Sub-base Course(3"Minus) >. ' 36. 1.,435 CY Crushed Base Course(1.5"Minus) � $ l 37. 2,054 TUN Asphalt Concrete Pavement, r PG 58-28 $ 7-4 38. 12,810 SY Asphalt Seal and Chip Coat 39, 1,305 SY Concrete Sidewalk 6"Thick(With 3" Thick Gravel Base) $ Yf1 ' , $ , 40, 1E8 SY Detectable Warning Panels 6 t r $ '' 41. 2;703 LF Concrete Curb and Gutter % 9 ed$ d `� BID PROPOSAL Page 4 of 6 - BID PROPOSAL (coat.) The foregoing unit bid prices shall include all labor,materials, equipment, overhead,profit, insurance, and all incidentals required to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The Bidder agrees that this Bid shall be good and may not be withdrawn for a period of sixty(60) calendar days after the scheduled opening time. Bidder hereby acknowledges receipt of the following Addenda,which have been considered in preparation of this Bid- Addendum.No.: Dated , Addendum No. Dated— Addend-Lim No. Dated that.t ' nation hick as developed b the Engineer, is- _ The undersigned Bidder acknowledges lirs information,w w p y � for design purposes only. The Contractor shall be solely responsible for information required to bid the project. By signing this Proposal, the Contractor acknowledges that he has adequate information independently verified by the Contractor,to prepare and offer this bid. Submitted this /_5 day of ' c F r. ,2017. 17 Prrnl Name: l z: 4dfl A€;I By: g (S NATURE OF hEDDER) Titles Business Address; Montana Contractor's Registration No. 4 i) 6 Fi V Phone No.: 1 .. a Bid See-urity Attached:Yes 131D PROPOSAL Page 6 of 6 Tt�T ��`'\][�} � y��J y+���( [[][y T}}',yyy J,/ryry� ��/jar' ® E Q �;Jww--�'m.. .l.LW L SV;Ti�.i-Ohti.�l.c ENGINEER$JOINT CONTRACT- y ]DOCUMENTS COMMITTEE. Di :Bond Any singular reference to Bidder,Surety,Owner or other party shall be consideredplural where applicable. BWDBR(Name sand Address) Highland Construction Services,LLC P.0, Box141, Belgrade, MT 5971.4 - SURETY(Name, an"ddress of Principal Place of&siness); Contractors Bonding and insurance Company 9025 N. Lindbergh Drive,, Peoria, IL 61615 OWNER(Arame and-Address) City of Bozeman, Montana 121 N, Rouse Ave, Suite 202, Bozeman, MT 59715 BID )Bid Slue Date: August 1.5, 20,17 Description(PaojectArm e—IncludeXocatlon);2017'Baxter Lane Improvements. BOW Bond'Ntin ber; Bid Bond )aatei August'15, 2017 Venal sum Ten Percent of Amount Bid $ 10% (Words) (Figures) Surety and)�iddor,intending to be legally bound hereby,subject to the terms set forth below,dq,q op#l1se this Bid Bond to be,duly executed by an auithorized officer,agent,or representative. h�,�s' Any,,' DIDJDEW SY1Ri✓T Highland Construction Services, LLC (Seal) Contractors Bonding and Insure a p ) Bidder's Name and Corporat Seal Sure !-1-I Name and Coiporate tt Bye ,..i By; r Signa ire Siguature(Attach power o W i Judith A Rapp E PrintName PrintNarne, 1/01"("A Attorney-in-Fact E Titli✓ Title. Attest- Attest: Q ` Sigt`latuYeK Judith C. Kaiser-Smith r na Agent Title Title i Note;Addresses are to be used for giving any required notice. Provide execution by any additional;piratles,,Stich asjoiaat venturers, rfnecesrmy. r;,TCDCOC-430,WdBond(Pcn ISvmcolm).PUblistte 0 3, (6A07115)' Prow A by the n4necrsJoint Contract Documents'CominUtm 00430 I i. ,IC1I3 = PENAL SUM FORM � ENGINEERS J41NT OONTMOT "pQdIIMENT%.GOMMITTEE i ,I i Bidder and Surety,jointly and severally, bind themselves,their heirs, executors,;administrators, successors, and assignato pay to Owner upon default of Bidder the penal sum set forth on the face of this Bored. Payanent of the penal sum is the extent of Bidder's and Surety's liability. Recovery ol'such penal sum under the terms of this Bond shall be owner's sole and exclusive remedy upon default of)3idder, a. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents(or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bidding � Documents and any performance and payment bonds requited by the Bidding Docuinerits. 3. This obligation shall be nulland,vold if 3.1 Owner accepts Bidder's Bid and Bidder delivers'within the time required by the Bidding Documents(or any extension thereof agreed to in writing by Owncr)' the executed Agreement required by the Bidding # Documents and,any performance and payment bonds required bythe Bidding Documents.,or 3.2 All Bids are rejected by Owner,or 3.3 Owner fails to issue a Notice of Award to Bidder within the time speelfled in the Bidding Documents(or any # extension thereof agreed to in writing by Bidder and, ifapplioable?consented to by Surety when required by to Paragraph 5 hereof. 4. Payment under this Bond will be due and payable upon default-of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner,which`notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement:of the amount due. # t I Surety waives notice of any and all defenses based on or arismg:out of any time extension to issue Notico ofAward agreed to in writing by Owner and.Bidder, provided that the total tulle for issuing Notice of Award including y extensions shall notcn the aggregate exceed 120 days;from the Bid due date without Surety's writterx consent. 6. No suitor action shall be cornmenced under this Bond prior to 30 calendar days after the notice of default required Ft in Paa'agraph 4 above 7s received by Bidder and Surety and in no case'later than one year after the Bid due date. 1 7. Atiy suitor action under Ibis Bond shall be commended only in a.court of competent jurisdiction located in the state in which the Project.is.located, `l I� 8. Notices required hereunder shall ba in writing and sent to Bidder.and Surety at their•respective addresses shown on t the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered'or Certified Mail, return receipttrequested, hostage pxe-paid, and shall:be deemed to he effective.uposl .q xeceiptby the party concerned, -{t 9. Surety shall cause to be attached to this Bond acurrent and effective Power of Attorney evideticing ibe_authorityof i the officer,agent,or representative who executed this Bond on behalf ofSuretyto execute,seal,and deliver such Bond and bind the Surety thereby. l 10, This 11ond is intended'to conform#o all applioable staftitory requirements, Any applicable requirement of any 1 applicable statute that has been omitted 13,oin this Bond shall be deemed to be included herein as if set forth at letlgth.Tf l any provision of Phis Bond conflicts with any applicable statute,than the provision of said statute shall govern and the l remainder Of this Bond that is not in conflict therewith shall continue in AM force and effect. �l 11. TheJe in"Bid''as used herein inoludes a Bid,offer,or proposal as applicable. ,1 t gJCbCQ C-430,13Ia$ond(Penal Sum Form).hiblkhed 2013; (CA 01115) Prepared by the Engtneers Joinf Committee. it MOM X 1 i 9 POWER OF ATTORNEY „nrri 6r ,,nxRILI Insurance Company �,,,dee ,pr.lPeor;a it blGls Contractors Bonding and Insurance Company a r;gpp)645'�4�2(Fax:(399)689-2434 »o All 1v1en by These Presents;. That iris Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed,but may be detached by the sppiovi ng officer if desired. T#iat this Power of Attornep tnay be effective and given to either or both of RLI Insurance Company and Contactors Bonding and in rance'Company,required for the applicable bond. That RLI Insurance Company and/or Contractors Bonding and Insurance Company,each Illinois corporations(as applicable),each authorized and licensed to do business in all states and the District of Columbia do hereby make,constitute and appoint; Marla J.Davenport;Thomas V.A.Davis,Shanalee E:Steele,James E.Maieskey,II,Judith A.Rapp;Judith G:Kaiser-Smith;Jaclyn R. Kruse,ioiitly or severally in the City of Spokane ;State of Washington as Attorney in Fact,with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings;and recognizances in an amount not to exceed Ten Million Dollars (' $I0,000.400.00 )for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected`officers of this Company. RLI Insurance Company and.Contractors Bonding and Insurance Company, as applicable; have each further certified that the following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation,.and now in force,to-wit: "All bonds, policies, undertakings,Towers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corpor ation by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize: The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings,in the name of the. Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings.Powers of Attorney or other obligations of the Corporation, The signature of any such officer and the corporate: seal-may be printed by facsimile or other electronic image."' IN WITNESS WHEREOF,RLI.Insurance'Company and/or Contractors Bonding and Insurance Company,as applicable,have caused these presents,to be executed by its respective trice President with its corporate seal:affixed this 21st day of Jam,2017. eFfY r z'0,fl;r,�lsntr,, i utfls tiy,rr, P RLI Insurance Company " zc,_c Y i Contractors Bonding and Insurance Company , ° SEAL. SlEiA%1, ` Barton W.Davis Vice President State of Illinois - SS` 4titaG # 1#pt Ct L t . ell'lt}Ifilii5111`S� f ,333�II5SS=f= County,of Peoria CERTIFICATE On this 21st day of July 2017 I, the undersigned officer of RLI Insurance Company, and/or before me, a Notary Public,personally appeared Bartoalmyffffq_iriql. Contractors Bonding and Insurance Company, each Illinois who being by me duly sworn,acknotivledged that he signeda its corporations,do hereby cer{ify that the attached Power of Attorney is of Attorney as the aforesaid officer of the RLI Insur� sejpahy,=A.r`P in full force and effect and is irrevocable; and fiuthermore, that the Contractors Bonding and Insurance Company,.an satf'c . Resolution of the Company as set forth in the Power of Attorney,is. instrument to be the voluntary act and deed of said t rt;iti. %_ .now in force,In testimony whereof,I have hereunto set my hand aiicl., „ffi ;- -the seal of the RLI Insurance Com any and/or Contractors Z;Ilo 2037 nding and Insurance Company this15th day of Au ilSt_, RLI Insurance Company GretchenL:Johnigk V }°+r, r,tone gblic Contractors on ing and Ins ranee Company dR/. r� G GRETCHENLJCHNIGK Ro,aY E Barton W.Davis Vice President. P086h f °OFFICIAL SEAL" sxrepF Commission r«rxms i✓Y Expires Meyxa,zazn 46.751416202t2 A0650115 f. NON=D1 C:R Ii A -TON AFFIRMATION 1a RTAI g d .c r r ti t#_: G14-1name of entity submitting] hereby i ' - y affirms it will not €i di crmnafe on the basis of race;: color, religion, creed; sex, age, marital status, national i origin, or because of actual or perceived sexual orientation, gender identity or disability a iti the performance of work performed for the city of Bozeman, if a contract'is awarded to z 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 , or entity submitting] employees and to all subcontracts it enters into in performance of the agreement with the city ofBozeman. °j signature of Bidder: Yersd'n a thorized to sign on behalf ofthe_bidder a. SS f r { 9 c f a I - 0 0 0 0 i 00 d m kn k _:.69 64 ff3 b4 Lam'` W LLJ W 04 L1 U) . w °° °° O o o Q O U N °a Q - Cg en ,� ITJ Cd N v W 00 pq PQ o O � N a. 0 � X o " 00 t� m N O o o G aU °; W « --------------�����������N��������N o a oePtiN N"aN..t.N mN� ^•aH o �'�° i �drir2*�, �N< ink 12 o$N p 2 <s��ta-�• �fy Nq�o o�.Nn�..^n N°^.N.ten .:..:..o.:..,, �� „„�. � � .:. •"�.,.9.N,..,. �Aw`�� :h « NHop E mNi oNHKNN'^�.6"1 nKNo eN L oK . � D r s o ocoomotno�mm����m��n�S��e `s$-192 S 8 8 29 E; .r n^ ... "'d 0 0 0 0 0 .n�to 3 i i{E 1 I i ml i i j _ a iC i 1 - I i [fit - i i I i3 iE -S3 i i G i i _g p: i3i E - i - o` - _ i tf 1 - F E i - n' °Z u 3 I x —ilia I E 1w; in! In _ I ____ 1 E :EE <�> t S�d� L 'e3'c Ei E 33ala t �F E' w= a a�v - �'°'i_i 31'`1':e s z'N �,li- -7 l�°[.°.�u— •'ic m t =E 2 s°�ia:_ - ,� w a,o i5iLL: t ` 1 iai i � LL 3 - . IN Nlm I� �IN� M: c N Q eN"�rmn Vja m�rPn N�N 3E KEEN I= RORERT PECCIA & ASSOCIATES August 17'',2017 Robert Murray,P.E. City of Bozeman Engineering Department 20 East Olive Street Bozeman,MT 59715 Subject: 2017 Baxter Lane Improvements Project—from Cottonwood to Ferguson Recommendation of Award for Construction Dear Mr. Murray, Bids for the 2017 Baxter Lane Improvements Project were received and opened on August 15`h,2017. We have reviewed those bids,and are furnishing the accompanying Certified Bid Tabulations. We have also conducted an engineering check of the bids for conformance to the Contract Document requirements, including the following: • Mathematical verification of the bid amounts,extensions,and totals. Any mathematical errors are shown or noted on the Bid Tabulations. • Review of bid forins from the apparent low bidder for proper signature and acknowledgments. No irregularities were noted in the low bid. • Acknowledgement of receipt of Addenda Number 1. • Low bidder included the Montana Contractor's license number(#206851) and the required executed certifications in the Official Bid Proposal including a signed Non-Discrimination Affirmation Form. • Review of bid bond from the low bidder. Bid bond appears proper and duly executed. • Contractor background and experience: RPA checked references for past construction projects for Highland Construction and the owner Jim Hall.Those that responded were satisfied with Mr. Hall's performance. See the attached Reference Checks for detailed information. 011 a < e a Based on our review of the Bidder's documentation and references checks,we recommend award of the construction contract for the 2017 Baxter Lane Improvements Project to the following Contractor, contingent on review and/or concurrence from the City Attorney: Highland Construction Services LLC P.O. Box 141 Belgrade,MT 59714 Phone: (406) 586-2448 or(406) 581-2467 Email: highlandbuilds@gmail.com Montana Contractor's Registration#: 206851 Bid Amount: $1,139,702.00 Also enclosed is the Official Bid Proposal from the Contractor. Please feel free to contact me at(406) 580-4438 with any questions. Sincerely, ROBERT PECCIA AND ASSOCIATES Staci Venner,P.E. Project Manager Enclosures FA ighways\14510_000_Ducston Cottomvood Roads\CONSTRUCTION\L. Bid Phase\7. Bid Tabulations\14510 Recommendation ofAward.doc 2 Page BIDDING REQUIREMENTS AND INFORMATION BIDDER'S CHECKLIST Please utilize the following Bidder's Checklist before submitting your bid. _ 1) Original Bid Bond Enclosed? (Personal checks, business checks, and faxed copies are not acceptable.) _2) Bid Proposal: a._ Arithmetic Checked? b._ Unit Bid amounts agree with math calculations? c._ All Addenda acknowledged on proposal sheet and cover? d._ Signature portion filled out? e._ Bid Proposal sheets intact in Official Bid Proposal DO NOT REMOVE f. _ Non-Discrimination Affirmation form completed and signed? _3) Bid Envelope: a._ Addressed properly? (See Proposal, Instructions to Bidders) b._ Contains the Construction Specifications and Contract Documents booklet? c._ Acknowledged Receipt of Addenda? d. Sealed? 4) Bid Submitted prior to required time at specified location? Leave all sheets intact in the Contract Documents booklet and return the complete Contract Documents booklet. ALL BID DOCUMENTS AND BONDS MUST BE ORIGINALS. BIDDERS CHECKLIST Page 1 of 1 CITY OF BOZEMAN, MONTANA CALL FOR BIDS NOTICE IS HEREBY GIVEN that the City of Bozeman, Montana, is accepting sealed bids for: 2017 Baxter Lane Improvements Project Separate sealed Bids for Construction of City of Bozeman 2017 Baxter Lane Improvements Project will be received by the City Clerk at the office at City Hall, 121 North Rouse Avenue, P.O. Box 1230, Bozeman, Montana 59771-1230 until 2:00 p.m. (local time) on August 15tn, 2017 and then publicly opened and read aloud. Original copies must be submitted- no faxed or electronic bids will be accepted. The physical address is: City Clerk's Office, Suite 202, City Hall, 121 No. Rouse Avenue, Bozeman, Montana. The mailing address is: City Cleric's Office, Suite 202, City Hall, P.O. Box 1230, Bozeman, Montana 59771. The proposed work on Baxter Lane extends from Cottonwood Road to Ferguson Avenue, and includes roadway widening and reconstruction, new corridor lighting with LED luminaires, new sidewalk, new storm drain infrastructure, water main and services, sanitary sewer services, and utility adjustments. The work includes street excavation, subexcavation, gravel base courses, asphalt pavement, curb and gutter, sidewalk, storm drain, utility adjustments and relocations, street lighting, signing, pavement markings, topsoil, and seeding. The Contract Documents may be examined at the office of the City of Bozeman Engineering Department, 20 East Olive Street, Bozeman, Montana, (406) 582-2280. The Contract Documents may be examined or obtained at the offices of Robert Peccia and Associates, 3810 Valley Commons Drive #4, Bozeman, Montana(406) 284-2665 and 825 Custer Avenue, Helena, Montana (406) 447-5000, in accordance with the Instructions To Bidders. Required deposit is $50.00 for the Construction Specifications and Contract Documents booklet, which is non- refundable. Digital project documents are available at Robert Peccia & Associates web site (www.r�a hln.com). Click on the link titled "Current Projects Bidding". You may download and print the Contract Documents at no charge, however, all Prime Contractors that intend to offer a bid for this project must obtain and submit the Official Construction Specifications and Contract Documents booklet for the non-refundable deposit of $50.00. A printed set of Construction Drawings may also be obtained for a non-refundable deposit of $250.00, if the Contractor chooses not to download and print their own set of Construction Drawings. There will be a Pre-Bid Conference at the office of the City of Bozeman Engineering Department, 20 East Olive Street, Bozeman, Montana at 2:00 p.m. on July 31', 2017. Interested CONTRACTORS are encouraged to attend. INVITATION TO BID Page 1 of 2 CONTRACTOR and any of the CONTRACTOR'S subcontractors bidding or doing work on this project will be required to be registered with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the DLI, PO Box 8011, 1805 Prospect, Helena, Montana 59604-8011. Information on registration can be obtained by calling (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 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. 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 certificates of that insurance shall be provided. No Bid may be withdrawn after the scheduled time for the public opening of bids. The City of Bozeman reserves the right to reject any or all proposals received, to waive informalities to postpone the award of the contract for a period not to exceed sixty (60) days, and to accept the lowest responsive and responsible bid which is in the best interest of the City of Bozeman. The Contractor is required to be an Equal Opportunity Employer. DATED at Bozeman, Montana,this 23rd day of July, 2017. Robin Crough, CMC Bozeman City Clerk Published Legal Ad,Bozeman,Montana Sunday, July 23rd, 2017 Sunday, August 61h 2017 INVITATION TO BID Page 2 of 2 INSTRUCTIONS TO BIDDERS 1. BIDS A. The Bidder shall submit their proposal on the forms bound in these Contract Documents and shall be subject to all the requirements of the Contract Documents including the Drawings and these Instructions to Bidders. Neither the proposal nor any other pages bound herein or attached hereto shall be detached. All bids must be regular in every respect and no interlineations, alterations, or special conditions shall be made or included in the Bid Proposal by the Bidder. B. Complete sets of bidding documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from downloading,printing and using incomplete sets of Contract Documents. C. Each Bid Proposal shall include the following Bid Documents: (1) Bid Proposal, and (2) Bid Security, and (3) completed and signed Non-Discrimination Affirmation form, all of which are included in this bound volume of Contract Documents. Proposals that do not contain a signed Affirmation form will not be read. D. Submit one copy of the complete bound Contract Documents booklet in an opaque sealed envelope. DO NOT REMOVE THE PROPOSAL NOR ANY OTHER PAGES FROM THE BOUND CONTRACT DOCUMENTS. Bid Proposal shall be enclosed in an envelope which shall be sealed and clearly addressed as follows: Addressed to: City of Bozeman Clerk of Commission 121 North Rouse Avenue P.O. Box 1230 Bozeman, Montana 59771 Mark lower left-hand corner of the envelope as follows: Project Name: 2017 Baxter Lane Improvements Project Bid Date\Time: Contractor Name: Montana Certificate of Contractor Registration Number: Acknowledge Receipt of Addendum No(s): E. Bids will be written in ink and/or typewritten on bid forms furnished herewith. The blank spaces on the forms must be filled in correctly for each item, and the bidder must state the price (written both in words and numerals) for which he proposes to do each item of work contemplated. All Bid Proposals must be totaled and, in the case of errors or discrepancies,the item prices written in words shall govern. INSTRUCTIONS TO BIDDERS Page I of 13 F. The proposal must acknowledge receipt of all addenda issued. G. Erasures or corrections must be initialed by the Bidder in ink. 2. BID SECURITY The Bid must be accompanied by a Bid Security which shall not be less than 10 percent(10%) of the amount of the bid. At the option of the Bidder, the security may be in the form of a cashier's check, certified check, bank money order, or bank draft drawn and issued by a national banking association located in the State of Montana or by any banking corporation incorporated under the laws of the State of Montana or Bid Bond (EJCDC C-430) executed by a surety corporation authorized to do business in the State of Montana. No bid will be considered unless it is accom- panied by the required guaranty. Cashier's checks, certified checks, bank money orders, or bank drafts must be made payable to the City of Bozeman. The Bid Security shall insure the execution of the Agreement and the furnishing of the surety bond or bonds by the successful Bidder, all as required by the Contract Documents. Should the Bidder fail to furnish the properly executed Performance Bond, Labor and Material Payment Bond, Insurance Certificates, and signed Agreement within the time specified, he/she shall forfeit this Bid Security to the Owner. The Bid Security (negotiable instruments other than bonds) will be returned to unsuccessful Bidders when the successful Bidder has signed the Agreement and furnished satisfactory Performance and Labor and Material Payment Bonds. At the option of the Owner, bid security with bids that are not competitive may be returned prior to signature of the Agreement. Revised Bids submitted before the opening of bids, if representing an increase in the original bid, must have the Bid Security adjusted accordingly; otherwise, the bid will not be accepted. If the Bidder elects to furnish a Bid Bond, the Bidder shall use the Bid Bond form (EJCDC C- 430) bound herewith. 3. SIGNING OF BIDS Bids which are not signed by individuals malting them shall have attached thereto a Power of Attorney evidencing authority to sign the bid in the name of the person for whom it is signed. Bids which are signed for a co-partnership shall be signed by all of the co-partners or by an attorney-in-fact. If signed by an attorney-in-fact, there should 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: INSTRUCTIONS TO BIDDERS Page 2 of 13 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. 4. TELEGRAPHIC MODIFICATION Any Bidder may modify their 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 (3) working days following the bid opening or no consideration will be given to the telegraphic modification. 5. BID QUANTITIES Bidders must satisfy themselves by personal examination of the location of the proposed work and by such other means as they may prefer as to the correctness of any quantities. The estimated unit quantities of the various classes of work to be done under this contract are approximate and 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 materials furnished. The Contractor agrees to make no claim for damages, anticipated profits or otherwise on account of any difference which may be found between quantities of work actually done and the estimated quantities. 6. BID REQUIREMENTS The Bidder is expected to base their bid on materials and equipment complying fully within the plans and specifications and, in the event the Bidder names in their bid materials or equipment that does not conform, the Bidder will be responsible for furnishing materials and equipment which fully conform at no change in the bid price. Before submitting a proposal, each Contractor should read the complete Contract Documents (including all addenda), specifications and plans, including all related documents contained herein, all of which contained provisions applicable not only to the successful Bidder, but also to the subcontractors. 7. EXAMINATION Examine documents and conditions at existing site carefully. No extra payments will be given for conditions which can be determined by examining documents and existing conditions. S. QUESTIONS Submit questions to the Engineer. Replies will be issued to Bidders of record as an addenda. Engineer and Owner shall not provide nor be responsible for any oral clarification. INSTRUCTIONS TO BIDDERS Page 3 of 13 9. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT The successful Bidder, upon his failure or refusal to execute and deliver the contract and bonds required within ten (M) days after the successful Bidder has received notice of the acceptance of their bid, shall forfeit to the Owner as liquidated damages for such failure or refusal, the security deposited with their bid, as provided in 18-1-204 Montana Code Annotated. 10. GROSS RECIEPTS HOLDING In accordance with Section 15-50-205, Montana Code Annotated, the City of Bozeman must withhold one percent (1%) of incremental payments due the Contractor for remittance to the Department of Revenue for any contracts greater than$5,000.00. 11. CITY OF BOZEMAN BUSINESS LICENSE All Contractors conducting work within the City of Bozeman are required to have a current City of Bozeinan Business License. Applications for Business Licenses may be obtained at City Hall, 121 N. Rouse Avenue, Bozeman, Montana. 12. 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 the work; and(d)has appropriate technical experience. Each Bidder may be required to show that former work performed by them 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 they are engaged in any other work which impairs their ability to finance this contract. The Bidder shall demonstrate their ability to meet all requirements herein stipulated, if requested. 13. CONTRACT DOCUMENTS It is intended that the Montana Public Works Standard Specifications, 6th Edition (MPWSS), shall be used to govern the contractual and performance aspects of this project, and is hereby incorporated at part of these Contract Documents, as modified by the City of Bozeman Modifications to Montana Public Works Standard Specifications 61h Edition (COB MODS), dated March 31, 2011, including all addenda which is hereby incorporated as part of these Contract Documents, and as further modified herein. All standard forms of MPWSS shall be utilized in executing these Contract Documents unless otherwise noted or revised in these bound Contract Documents. 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 their bids. INSTRUCTIONS TO BIDDERS Page 4 of 13 Selected sections of the Montana Department of Transportation Standard Specifications for Road and Bridge Construction, 2014 Edition, and applicable Supplemental Specifications, are hereby incorporated by reference and made part of this contract. The selected sections are listed elsewhere in these Contract Documents. 14. CONTRACT DOCUMENTS MAY BE VIEWED AT THE FOLLOWING LOCATIONS: Robert Peccia and Associates City of Bozeman Engineering Dept. 3810 Valley Commons Drive, Suite 4 20 East Olive Street Bozeman, MT 59718 Bozeman, MT 59771 Phone: (406)284-2665 Phone: (406) 582-2280 Robert Peccia and Associates On-line at www.MontanaBid.com 825 Custer Avenue ^ Helena,MT 59601 On-line at www.r a-hhi.com Phone: (406)447-5000 under"Current Projects Bidding" 15. SUBSTITUTE AND "OR-EQUAL" ITEMS The Contract, if awarded, will be based on materials and equipment specified or described in the Contract Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Contract Documents that a substitute or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. 16. INTERPRETATIONS AND ADDENDA All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by the Engineer as having received the Bidding Documents. Questions received less than ten days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. It shall be the responsibility of the Bidder to obtain such Addenda prior to submitting his proposal, and to acknowledge receipt of all addenda issued in the Bid Proposal. Any addenda issued during the time of bidding, or forming part of the Contract Documents used by the Bidder for preparation of their 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. 17. EXAMINATION OF CONTRACT DOCUMENTS AND SITE CONDITIONS A. Before submitting a bid, each Bidder must (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local laws, ordinances, rules and regulations that may affect cost, progress, performance or furnishing of the INSTRUCTIONS TO BIDDERS Page 5 of 13 Work, (d) study and carefully correlate Bidder's observations with the Contract Documents; and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 1. Each Bidder should visit the site of the proposed work and fully acquaint themselves with the existing conditions relating to construction and labor, and should fully inform themselves as to the facilities involved, and the difficulties and restrictions regarding the performance of the Contract. In submitting a bid for this project, the Bidder is thereby acknowledging that he can perform the specified work on the site. The Bidder should thoroughly examine and familiarize themselves with the Drawings, Technical Specifications, and all other Contract Documents, and shall verify the accuracy of the estimated quantities in the Bid Proposal. Failure to do so will not relieve the successful Bidder of their obligations to carry out the provisions of this Contract. 2. The submission of a Bid will constitute a representation of familiarization by the Bidder. There will be no subsequent financial adjustment for lack of such familiarization. B. The Contractor may refer to the following for information regarding site conditions: 1. Those drawings of physical conditions in or relating to the existing surface and subsurface conditions which are at or contiguous to the site (except underground facilities) which 'have been utilized by Engineer in preparation of the Contract Documents. Bidder may rely upon the accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. 2. Information and data reflected in the Contract Documents with respect to underground facilities at or contiguous to the site is based upon information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Special Provisions. 3. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, underground facilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in Sections 4.02 and 4.03 of the General Conditions. 4. Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the work which Bidder deems necessary to determine their bid for performing and furnishing the work in accordance with the time, price and other items and conditions of the Contract Documents. 5. On request in advance, Owner will provide each Bidder access to the site to conduct such explorations and tests as each Bidder deems necessary for submission of a bid. Any administrative requirements and associated costs of such investigations are the INSTRUCTIONS TO BIDDERS Page 6 of 13 responsibility of the Bidder. The Bidder shall fill all holes, clean up and restore the site to its former condition upon completion of such explorations. 6. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto are designated for use by Contractor in performing the Work are identified on the Contract drawings. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by Owner unless otherwise provided in the Contract Documents. 7. The submission of a Bid will constitute an incontrovertible representation by Bidder that the Bidder has complied with every requirement of this section, and that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 18. 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. 19. TIME FOR RECEIVING BIDS Bids received prior to the advertised time of opening will be securely kept sealed. The officer whose duty it is to open them will decide when the specified time has arrived, and no bid received thereafter will be considered. 20. OPENING OF BIDS Bids will be opened at the time set for opening in the Invitation To Bid and, unless obviously non-responsive, read aloud publically. Bidders and other persons properly interested may be present, in person or by representative. 21. WITHDRAWAL OF BIDS Bids may be withdrawn at any time prior to the scheduled closing time for the receipt of bids if through written confirmation or in person. The Bid Security of any Bidder withdrawing his bid in accordance with the foregoing conditions shall be returned promptly. If, within twenty-four (24) hours after Bids are opened, any Bidder files a duly signed written notice with the OWNER and promptly thereafter demonstrates to the reasonable satisfaction of the OWNER that there was a material and substantial mistake in the preparation of its Bid, that the Bidder may withdraw its Bid and the Bid security will be returned. Thereafter, if the Work is rebid or negotiated, that Bidder will be disqualified from further bidding on the Work. INSTRUCTIONS TO BIDDERS Page 7 of 13 22. METHOD OF AWARD a. Award of the contract shall be to the lowest "responsible" Bidder whose total base bid or the lowest combination of base bid and additive alternate bid(s), taken in consecutive order, and within the funds available, is the lowest "responsible" bid for the work. b. If such lowest bid exceeds the budget, the Owner may reject all bids. C. The Owner reserves the right to reject any or all bids or to waive any irregularity or informality in any bid received. The Owner reserves the right to determine what constitutes material and/or immaterial informalities and/or irregularities. d. The Owner shall award such contract to the lowest "responsible" bidder (18-1-102 MCA). The term"responsible" does not refer to pecuniary ability only, or the ability to tender sufficient performance and payment bonds. The term "responsible" includes, but is not limited to: 1. Having adequate financial resources to perform the contract or the ability to obtain them; 2. Being able to comply with the required delivery, duration, and performance schedule; 3. Having a satisfactory record of integrity and business ethics; 4. Having the necessary production, construction, technical equipment, and facilities, and; 5. Having the technical skill, ability, capacity, integrity, performance, experience, lack of claims and disputes, lack of actions on bonds, lack of mediations, arbitrations and/or lawsuits related to construction work or performance, and such like. e. Unless otherwise stated in the Special Provisions, all contracts will be awarded in conformance with the laws of the State of Montana. Pursuant to Section 18-1-102, Montana Code Annotated, the Owner, in awarding public contracts for construction, repair, and public works of all kinds, shall award such contract to the lowest responsible Bidder without regard to residency. However, a resident bidder must be allowed a preference on a contract against the bid of any non-resident bidder from any state or country that enforces a preference for resident bidders. The preference given to resident bidders of this state must be equal to the preference given in the other state or country. f. The Owner may make such investigations as it deems necessary to determine the ability of the Bidder to perform the Work, and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any Bid if the evidence submitted by, or investigation of, INSTRUCTIONS TO BIDDERS Page 8 of 13 such Bidder fails to satisfy the Owner that such Bidder is properly qualified and responsible to carry out the obligations of the Agreement and to complete the Work contemplated therein. 23. PRE-AWARD CONFERENCE The Bidder submitting what appears to be the lowest responsible bid may be required to meet with the Engineer prior to the award of the contract for the purpose of discussing pertinent details pertaining to the proposed Work. The following points will be considered: a. The Contractor's organization and equipment available for work and the Contractor's proposed sources of materials or installed equipment; b. Contractor's financial status and capability to execute the contract; C. The Contractor's proposed schedule of operations; d. The interpretation of the Specifications; e. The Contractor's proposed wage rates for use on the project; f. Bidder status concerning"responsibility"; g. Approval of subcontractors; h. Unbalanced bids, either in excess or below the reasonable cost analysis value. Should the conference indicate that the Contractor does not appear to be in a position to properly undertake the Work or that he has not properly familiarized himself with the Plans and Specifications, the Owner reserves the right to reject the bid of this Contractor and to consider the next Bidder. 24. EXECUTION OF AGREEMENT a. After the award and within 10 days after the date of the Notice of Award, the successful Bidder shall execute and deliver to the Owner an Agreement, the Performance Bond, Labor and Material Payment Bond, Insurance Certificates, and an Approval of Subcontractors form in such number of copies as the Owner may require. The standard Agreement form as issued by the Owner shall be used as the contracting instrument. b. The Agreement form shall be signed in longhand by the proper representatives of the contracting firm as follows: 1. The principal of the single-owner firm. 2. A principal of the partnership firm. 3. An officer of the incorporated firm, or an agent whose signature is accompanied by a certified copy of the resolution of the Board of Directors authorizing the agent to sign. 4. Other persons signing for a single-owner firm or a partnership shall attach a Power of Attorney evidencing his authority to sign for that firm. INSTRUCTIONS TO BIDDERS Page 9 of 13 C. The Owner within 30 days of receipt of acceptable Performance Bond, Labor and Material Payment Bond, required Insurance Certificates, and Agreement signed by the party to whom the Agreement was awarded shall sign the Agreement and return to such party an executed duplicate of the Agreement. Should the Owner not execute the Agreement within such period, the Bidder may by written notice withdraw his signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the Owner. 25. PERFORMANCE, LABOR AND MATERIAL PAYMENT BONDS AND INSURANCE a. The Owner will require the successful Contractor to furnish a Performance Bond (EJCDC C-610) in the amount of 100 percent of the contract price as security for the faithful performance of his Contract. b. The Owner will require the successful Contractor to furnish a Labor and Material Payment Bond (EJCDC C-615) in the amount of 100 percent of the contract price as security for the payment of all persons performing labor and furnishing materials in connection therewith. C. The bonds will be signed by the Attorney-in-fact and countersigned by a Montana Resident Agent. d. Prior to beginning work, Insurance Certificates as proof of insurance coverage shall be filed with the Owner. The specifications for the Workers' Compensation, Commercial General Liability, Separate Owner's and Contractor's Protective Policy, and other related insurance are listed in these Contract Documents. 26. POWER OF ATTORNEY a. Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their Power of Attorney. b. One original shall be furnished with each set of bonds. C. Additional copies furnished with a set of bonds may be copies of that original. 27. LABOR AND WAGES a. For projects more than $25,000 let for state work, the Contractor(s) shall pay the standard prevailing rate of wages, including fringe benefits for health and welfare and pension contributions and travel allowance provisions in effect and applicable in the county or locality in which the work is being performed (18-2-403, Montana Code Annotated). b. On any state construction project funded by state or federal funds, except a project partially funded with federal aid money from the United States Department of Transportation or when residency preference laws are specifically prohibited by federal law and to which the state is a signatory to the construction contract, each Contractor shall ensure that at least 50 percent of the Contractor's workers INSTRUCTIONS TO BIDDERS Page 10 of 13 performing labor on the project are bona fide Montana residents, as defined in 18-2- 401, (18-2-409, MCA). C. Montana Prevailing_ Wage Rates. The Montana Commissioner of Labor and Industry has established the standard prevailing rate of wages in accordance with 18-2-401 and 18-2-402, Montana Code Annotated. A copy of the wage rates are bound herein. It is the Contractor's responsibility to classify their workers in accordance with the craft of trade to be performed and pay the appro rp iate established prevailing wage rate. d. The Contractor shall classify all workers on the project in accordance with the Department of Labor Wage Rate Determinations. In the event the Contractor is unable to classify a worker in accordance with these rates, the Contractor shall contact the Department of Labor and Industry, Labor Standards Bureau, Wage and Hour Unit, Helena, Montana 59604, for a determination of the prevailing wage rate to be paid that worker. e. Should the prevailing rate of wages change during the life of the contract, the wage rates included in the Contract Documents at the time of the bid opening shall be the prevailing wage rate for the life of the contract. f. Section 18-2-406, Montana Code Annotated, provides that Contractors, subcontractors, and employers who are performing services under public works contracts as provided in this part shall post in a prominent and accessible site on the project or work area, not later than the first day of work, a legible statement of all wages and fringe benefits to be paid to employees on such site or work area. g. Travel allowance, if applicable, may or may not be all-inclusive of "travel" and/or subsistence and travel time due employees. It is incumbent on the employer to determine the amounts due for each craft employed per the method of computation outlined for each craft where applicable. h. Any notice of infraction of the labor laws of the State of Montana received by the Owner or Engineer will be forwarded to the State of Montana, Department of Labor and Industry, Wage and Hour Unit, Helena, Montana. i. Safety Training. Contractor shall comply with the Occupational Safety and Health Act (OSHA). 28. CITY OF BOZEMAN NON-DISCRIMINATION POLICY Attention of Bidders is particularly called to the requirement for ensuring that the Contractor's employees and applicants for employment are not discriminated 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 Contractor's employees and to all INSTRUCTIONS TO BIDDERS Page 11 of 13 subcontractors. The Owner is an equal opportunity employer. 29. PAYROLLS AND BASIC RECORDS Payrolls and basic records relating thereto shall be maintained by the Contractor during the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work, or in the development of the project. Such records will contain the name and address of each employee, his correct classification, rates of pay, daily and weekly number of hours worked, deductions made, and actual wages paid. In addition, the Contractor will submit weekly a copy of all payrolls to the Owner and Engineer. The copy shall be accompanied by a certification signed by the employer or his agent indicating that the payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the Montana Department of Labor and Industry, and that the classifications set forth for each laborer or mechanic conform with the work he performed. The prime Contractor will make the record required under the labor standards clause of the Contract available for inspection by authorized representatives of the Owner and the Montana Department of Labor and Industry and will permit such representatives to interview employees during working hours on the job. Payroll reports and certificates of compliance shall be submitted to the Owner and Engineer prior to or with each Payment Request. The copies sent to the Owner and Engineer are for archive purposes only, because neither the Owner or Engineer are trained in the interpretation of payroll reports, and thus will rely on the Contractor's certification that all employees are being classified and paid appropriately. 30. BUY AMERICAN REQUIREMENTS The Contractor agrees that preference will be given to domestic construction material by the Contractors, subcontractors, and suppliers in the performance of this Contract. a. Domestic Preference. Domestic construction material must be used in preference to non-domestic materials if it is priced no more than 6 percent higher than the Bid or offered price of the non-domestic materials including all costs of delivery to the construction site, including any applicable duty, whether or not assessed. Computations will normally be based on costs on the date of opening Bids or Proposals. b. Waiver. The Owner may waive the Buy-American provision based upon those factors that it deems relevant, including: 1. Such use is not in the public interest; 2. The cost is unreasonable; 3. The available resources of the Owner are not sufficient to implement the provision; 4. The articles, materials, or supplies of the class or kind to be used or the articles, materials, or supplies from which they are manufactured and not mined, produced, or manufactured in the United States in sufficient and INSTRUCTIONS TO BIDDERS Page 12 of 13 reasonable available commercial quantities or satisfactory quality for the project; or 5. Application of this provision is contrary to multilateral government procurement agreements. 31. MAINTENANCE OF RECORDS Contractor shall maintain all required records for three years after the Owner makes final payment and all other pending matters are closed. 32. NOTICE TO PROCEED The Notice to Proceed will normally be issued within 30 days of the execution of the Agreement by the Owner. Should there be reasons why the Notice to Proceed cannot be issued within such period, the time may be extended by mutual written agreement between the Owner and Contractor. 33. CONTRACT TIME The Contract Time will be as set forth in the Special Provisions. 34. LIQUIDATED DAMAGES Liquidated damages will be as set forth in the Special Provisions. 35. MONTANA CONTRACTOR'S REGISTRATION The Contractor and any of the Contractor's subcontractors doing work on this project will be required to be registered with the Montana Department of Labor and Industry prior to bidding this project. Information pertaining to the Montana Contractor Registration requirements may be obtained from the Montana State Department of Revenue, Helena, Montana. (1-800-556-6694) 36. NOTICE OF EXTENDED PAYMENT PROVISION This Contract allows the Owner to make payment within 21 calendar days after the Owner's approval of the payment request. INSTRUCTIONS TO BIDDERS Page 13 of 13 SECTION 11 BIDDING DOCUMENTS BID PROPOSAL 2017 BAXTER LANE IMPROVEMENTS PROJECT CITY OF BOZEMAN ALL BIDDERS MUST CONTACT ROBERT PECCIA & ASSOCIATES OFFICE AT THE ADDRESS STIPULATED IN THE INVITATION TO BID TO OBTAIN THE "OFFICIAL" CONTRACT DOCUMENTS BOOKLET AND TO GET THEIR NAME ADDED TO THE PLANHOLDERS LIST. The undersigned Bidder, having familiarized themselves with the conditions of the work and the contract documents, the site 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 themselves of the expense and difficulties attending performance of the work: Hereby proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City of Bozeman in the form included in the Contract Documents, to perform and furnish all Work as specified or indicated in the Contract Documents including labor, materials, equipment and services necessary to complete all general construction work, for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents including all Addenda, for a project entitled 2017 Baxter Lane Improvements Proieet. The undersigned Bidder hereby agrees to commence work under this contract on the date to be specified in a written Notice to Proceed from the Owner and to fully complete the project within the following specified times thereafter as stipulated in the Specifications. Time is of the essence in completing this project. Bidder further agrees to pay liquidated damages for each consecutive day work continues past the contract time. Liquidated damages will be the sum as specified in the Special Provisions plus reimbursement for engineering services per consecutive calendar day the work continues past the contract time. The work shall be completed within the allotted contract times as specified in the Special Provisions. The undersigned Bidder hereby certifies that: 1) this Bid is genuine and is not made in the interest of, or in the 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; 2) the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid; 3) the Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and 4) the Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over the Owner. The undersigned Bidder agrees to complete the Work in accordance with the Contract Documents for the following prices: BID PROPOSAL Pagel of 6 BID PROPOSAL 2017 BAXTER LANE IMPROVEMENTS PROJECT Item Estimated Unit Description Unit Price Total Price No. Quantity 1. 1 LS Mobilization,Bonding, and Submittals(May not exceed 5%of $ $ Total Base Bid) 2. 1 LS Construction Surveying, Staking& Testing $ $ 3. 1 LS Traffic Control 4. 1 LS Erosion Control &Permits 5. 1 LS Dewatering 6. 4 EA Adjust Sprinkler System $ $ 7. 630 CY Topsoil-Strip, Salvage, &Reuse $ $ 8. 630 CY Topsoil-Imported $ $ 9. 241 LF Remove Pipe 10. 141 LF 12"RCP Class 5 Storm Pipe 11. 34 LF 12" CSP Storm Pipe 12. 31 LF 12" Slotted Drain 13. 68.5 LF 12"PVC A-2000 Storm Pipe BID PROPOSAL Page 2 of 6 BID PROPOSAL 2017 BAXTER LANE IMPROVEMENTS PROJECT Item Estimated Unit Description Unit Price Total Price No. Quantity 14. 253 LF 15"PVC A-2000 Storm Pipe 15. 2 EA 48" Combination Manhole & Storm Drain Inlet $ $ 16. 1 EA Double Curb Inlet 17. 1 EA Standard Square Inlet 18. 1 EA 48"Manhole 19. 2 EA Outlet Structure 20. 14 EA Adjust Manhole 21. 1 EA Adjust Water Valve 22. 69 LF 2"Water Service 23. 131 LF 6"DI Class 51 Water Main 24. 18 LF 8"DI Class 5lWater Main 25. 660 LF 12"DI Class 5lWater Main 26. 3 EA 6"Gate Valve 27. 3 EA 12" Gate Valve BID PROPOSAL Page 3 of 6 BID PROPOSAL 2017 BAXTER LANE IMPROVEMENTS PROJECT Item Estimated Unit Description Unit Price Total Price No. Quantity 28. 2 EA Fire Hydrant Assembly $ $ 29. 1,124 SF Rigid Board Insulation $ $ 30. 30 LF 4" SDR 26 PVC Sewer Pipe 31. 4,120 CY Street Excavation(Above Subgrade) 32. 150 CY Subexcavation&Replacement Below Subgrade(Imported $ $ Materials) 33. 9,100 SY Separation Geotextile 34. 250 SY Geosynthetic 35. 2,913 CY Sub-base Course(3"Minus) 36. 1,435 CY Crushed Base Course(1.5"Minus) 37. 2,054 TON Asphalt Concrete Pavement, PG 58-28 $ $ 38. 12,810 SY Asphalt Seal and Chip Coat $ $ 39. 1,305 SY Concrete Sidewalk 6"Thick(With 3" Thick Gravel Base) $ $ 40. 11.8 SY Detectable Warning Panels 41. 2,703 LF Concrete Curb and Gutter BID PROPOSAL Page 4 of 6 BID PROPOSAL 2017 BAXTER LANE IMPROVEMENTS PROJECT Item Estimated Unit Description Unit Price Total Price No. Quantity 42. 798 SF Concrete Double Gutter/Fillets/Modified Valley Gutter $ $ 43. 2 EA Reset Mailbox 44. 1 LS Electrical 45. 1 LS Signing 46. 1 LS Pavement Markings 47. 1 LS Seeding,Fertilizer&Compost PROJECT BID PRICE: $ (Total Project Bid Price-Written in Words) BID PROPOSAL Page 5 of 6 BID PROPOSAL (cont.) The foregoing unit bid prices shall include all labor,materials, equipment, overhead,profit, insurance, and all incidentals required to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The Bidder agrees that this Bid shall be good and may not be withdrawn for a period of sixty(60) calendar days after the scheduled opening time. Bidder hereby acknowledges receipt of the following Addenda,which have been considered in preparation of this Bid: Addendum No. Dated Addendum No. Dated Addendum No. Dated The undersigned Bidder acknowledges that this information, which was developed by the Engineer, is for design purposes only. The Contractor shall be solely responsible for information required to bid the project. By signing this Proposal, the Contractor acknowledges that he has adequate information independently verified by the Contractor, to prepare and offer this bid. Submitted this day of , 2017. Firm Name: By: (SIGNATURE OF BIDDER) Title: Business Address: Montana Contractor's Registration No. Phone No.: Bid Security Attached: Yes BID PROPOSAL Page 6 of 6 / ` / ` ��0�� - ��"~'^�~'=. PENAL SUM FORM � BUD BOND � ` Any singular reference toBidder, Surety Owner or other party shall be considered plural where applicable. ` ` BIDDER (Name and/l : � � ` � ` SURETY/Name\ and Address of PrincipalPlace of8usivexd: � � ` OWNER (Name and A : � � ~ � ^ BID � . Bid Due Date: � Description Name— Include Lo : � ' BOND � ^ Bond Number: � Dote: Penal sum � ` (Words) (Figures) � ` - ' ` ~ ' `- Surety and Bidder, intending tobe legally bound hereby, subject to the terms set forth below, dn each cause � this Bid Bond to be duly executed by an authorized officer, agent, or representative. � B|00E0 SURETY � (Seal) (Seal) Bidder's Name and Corporate Seal Surety's Name and Corporate Seal ` K By: By: � Signature Signature (Attach Power of Attorney) ` � Print Name Print Name ` Title Title � Attest: Attest: � Signature Signature � Title Title ` Note:Addresses are hobeusedfnr giving any required notice. � Provide execution by any additional parties, such as joint venturers, if necessary. , ucoc°eo30,Bid Bond(Penal Sum pvnn).Published aozs. � Prepared mv the Engineers Joint Contract Documents Committee. Page z ofz � 8 UC DC � PENAL SUM FORM Er<curt:as Ji:INT covraneT UUC�lh1Etv7'o CO',tAiITTE'E 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond shall be Owner's sole and exclusive remedy upon default of Bidder. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents, or 3.2 All Bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from the Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after the Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "Bid" as used herein includes a Bid, offer, or proposal as applicable. EJCDC®C-430,Bid Bond(Penal Sum Form),Published 2013. Prepared by the Engineers Joint Contract Documents Committee. Page 2 of 2 NON-DISCRIMINATION AFFUZMATI(}N FORM [name of entity submitting] hereby affirms it will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability in the performance of work performed for the city of Bozeman, if a contract is awarded to it, and also recognizes the eventual contract, if awarded, will contain a provision prohibiting discrimination as described above and that this prohibition shall apply to the hiring and treatment of the [name of entity submitting] employees and to all subcontracts it enters into in performance of the agreement with the city of Bozeman. Signature of Bidder: Person authorized to sign on behalf of the bidder GENERAL CONDITIONS SECTION III INCORPORATION OF EJCDC STANDARD GENERAL CONDITIONS Incorporation of the Montana Public Works and Engineers Joint Contracts Documents Committee Standard General Conditions and Supplementary Conditions to the General Conditions. The following are hereby incorporated by reference and made a part of this Contract: 1. The Standard General Conditions of The Construction Contract as Prepared by the Engineers Joint Contract Documents Committee as found in the Montana Public Works Standard Specifications, Sixth Edition,April 2010. 2. The Supplementary Conditions to the General Conditions as found in the Montana Public Works Standard Specifications, Sixth Edition,April 2010. The following RPA Supplementary Conditions are modifications to Montana Public Works and Engineers Joint Contract Documents Committee Standard General Conditions of the Construction Contract: SECTION III RPA SUPPLEMENTARY CONDITIONS The intent of this Section is to supplement the conditions outlined in the Standard General Conditions. CONTENTS 1. Insurance 2. Bonding 3. Estimated Quantities 4. Unit Price Work 5. Project Meetings 6. Governing Standards and Regulatory Requirements 7. Submittals S. Weed Control 9. Regular Hours and Weather Days 10. Contractor Reimbursed Engineering Costs 11. Construction Progress 12. Repair and Replacement Quality 13. Rejected Work 14. Project Close-out 15. General Equipment Stipulations 16. Blasting 17. Contract Document Discrepancies 18. Systems and Cleanup 1. INSURANCE Without limiting any of the other obligations or liabilities of the CONTRACTOR, CONTRACTOR shall secure and maintain such insurance from an insurance company (or companies) authorized to write insurance in the State of Montana,with minimum"A.M.Best Rating"of A-,VI,as will protect the CONTRACTOR,the vicarious acts of subcontractors,the OWNER,the ENGINEER,the Engineer's Consultants, and the respective directors, officers, partners, agents, employees and other consultants and subcontractors of each and any of all such additional insured's from claims for bodily injury(including sickness, disease and mental anguish), death and 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, and certified copies of the insurance policy(s)shall have been filed with the OWNER and the ENGINEER. All insurance coverage shall remain in effect throughout the life of the Agreement, except that the CONTRACTOR shall maintain the Commercial General Liability Policy including product and completed operations coverage for a period of two years following the substantial completion date for property damage resulting from occurrences during the agreement period. A. Contractor's Liability Insurance Add the following new paragraphs immediately after Paragraph 5.04.13: C. The limits of liability for the insurance required by Paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Law or Regulations: RPA SUPPLEMENTARY CONDITIONS Page 1 of 19 1. Workers' Compensation and related coverages under Paragraphs 5.04.A.I and 5.04.A.2 of the General Conditions. a. State Statutory b. Applicable Federal(e.g. Longshoremans) Statutory C. Employer's Liability $1,000,000 2. CONTRACTOR'S General Liability Insurance under Paragraphs 5.04.A.3 through 5.04.A.6 of the General Conditions which shall include a Commercial General Liability insurance policy based on Insurance Services Office (ISO) Form CG 00 01 12 07 (or 12 04, or 10 01 edition dates). The coverage shall be based on an occurrence form and shall include, but not be limited to, coverage for Premises/Operations, Products/Completed Operations, Personal and Advertising Injury, Subcontractors, and Liability assumed under an insured contract. There shall be no endorsement or modification of the Commercial General Liability policy form that modifies the standard general liability policy arising from pollution, explosion, collapse, underground property damage, subsidence, or work performed by subcontractors. The General Aggregate Limit shall apply separately to each of the Contractor's projects per the latest edition of Form CG 25 01, CG 25 03, or equivalent. a. GENERAL AGGREGATE PER PROJECT $3,000,000 b. Products-Completed Operations Aggregate $3,000,000 C. Personal and Advertising $2,000,000 d. Bodily Injury and Property Damage (Each Occurrence) $2,000,000 e. 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. The deductible, if any, may not exceed $5,000.00 per occurrence on property damage. f. In addition to other requirements in the General Conditions, Coverage will include at a minimum: 1. Premises - Operations 2. Operations of Independent Contractor 3. Contractual Liability 4. Personal Injury 5. Products and Completed Operations 6. NO additional exclusions that modify the standard ISO Commercial General Liability policy form CG 00 01 12 07 (or 12 04, or 10 01 edition dates) in regard to pollution, explosion, collapse, underground property damage, RPA SUPPLEMENTARY CONDITIONS Page 2 of 19 subsidence, or work performed by subcontractors will be acceptable. 7. Per Project Aggregate Endorsement 3. Automobile Liability under Paragraph 5.04.A.6 of the General Conditions: a. Bodily Injury: Each Person $2,000,000 Each Accident $2,000,000 Property Damage: Each Accident $2,000,000 (or) b. Combined Single Limit $2,000,000 Coverage to be written with a symbol 1 (One) any auto basis to Include: 1. All Owned 2. Hired 3. Non-Owned C. Contractor's Automobile Liability Insurance under 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. The deductible, if any, may not exceed $5,000.00 per accident. 4. The Contractual Liability coverage required by Paragraph 5.04.13.3 of the General Conditions shall provide coverage for not less than the following amounts: Each Occurrence $2,000,000 Aggregate $3,000,000 a. Contractual Liability Insurance under 5.04.13. 3 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. The deductible, if any, may not exceed$5,000.00 per occurrence. 5. OWNERS and CONTRACTORS Protective Policy - Purchased By CONTRACTOR: In addition to the insurance required to be provided by Contractor under paragraph 5.04.A.1 through 5.04.A.6 inclusive, Contractor shall purchase and maintain a separate Owners and Contractors Protective Policy (OCP) to protect Owner against claims which may arise from operations under the Contract Documents, with limits of liability as specified below. The policy must be in the name of the Owner. This liability insurance shall include as additional insureds the Engineer and the Engineer's Consultants, and include coverage for the RPA SUPPLEMENTARY CONDITIONS Page 3 of 19 respective directors, officers, partners, employees, agents and other consultants and subcontractors of all such additional insureds. a. General Aggregate $2,000,000.00 b. Each Occurrence $1,000,000.00 (Bodily Injury and Property Damage) The OCP policy shall remain in effect until completion of the project and final payment is made to the Contractor and all times thereafter when the Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07 of the General Conditions. The insurance policy will contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed or renewal refused until at least forty-five (45) days prior written notice has been given to Owner and to each other additional insured (and the certificates of insurance furnished to Owner and each other additional insured will so provide). 6. AdditionalInsured's: The CONTRACTOR'S insurance coverage shall name the OWNER, and ENGINEER and Engineer's Consultants and applicable landowners (if any) as an additional insured under Commercial General Liability,Automobile Liability and Excess or Umbrella policies. A list of the known additional insured's for this project is contained in the Special Provisions. a. With respect to insurance required by paragraphs 5.04.A.3 through 5.04.A.6, inclusive, include the following as additional insured's on a primary, non-contributory basis. Use the following Additional Insured Endorsements: ENTITY FORM Owner and Landowners - use Additional Insured Endorsements; CG 20 10 11 [See Special Provisions] 85 or combination of CG 20 10 10 01 & CG 20 37 10 01 or CG 32 87 05 10 & CG 32 90 05 10 Montana only—or subsequent editions; Additional insured must include On-going Operations as well as Completed Operations. Engineer—Robert Peccia use Additional Insured Endorsement; CG 20 32 and Associates Engineers' Consultants— use Additional Insured Endorsement; CG 20 32 See S ecial Provisions b. With respect to the Owner's and Contractor's Protective Policy (OCP) insurance required by paragraph SC-5.04.C.5, include the following as additional insureds. Use the following Additional Insured Endorsement: ENTITY I FORM Engineer—Robert Peccia I use Additional Insured Endorsement; CG 20 31 RPA SUPPLEMENTARY CONDITIONS Page 4 of 19 and Associates Engineers' Consultants— use Additional Insured Endorsement; CG 20 31 See Special Provisions B. Cancellation Notice Amend paragraph 5.04.B.4 of the General Conditions by striking out the words "30 days" and replacing them with the words"45 days"and as so amended paragraph 5.04.9.4 remains in effect. C. Property Insurance Delete Article 5.06.A of the General Conditions in its entirety and insert the following in its place: 1. CONTRACTOR shall purchase and maintain property insurance upon the work at the site in the amount of the full replacement cost thereof(subject to such deductible amounts as may be provided in these Supplementary Conditions or required by Laws and Regulations). This insurance shall: a. Include the interests of OWNER, CONTRACTOR, Subcontractors(All Tiers — Contractor to list Subcontractors), ENGINEER, ENGINEER'S Consultants, and any other persons or entities identified in the Special Provisions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; b. Deductible may not exceed $10,000 unless approved by an appropriate change order with the following exception: Deductible may be higher than $10,000 for Flood and Earthquake perils, but the Contractor shall be responsible for paying the entire cost of the higher deductible should a claim be submitted against the policy for Flood and Earthquake perils. A letter from the Contractor stating what the deductible is and that they will cover the deductible amount is required as part of the insurance submittal. C. be written on a Builder's Risk special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, false work and Work in transit and shall insure against at least the following perils: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, flood, and other perils as may be specifically required by the Supplementary Conditions; d. include expenses incurred in the repair or replacement of any insured property(including but not limited to the fees and charges of engineers and architects); e. cover materials and equipment in transit for incorporation in the Work or stored at the site or at another location prior to being incorporated in the Work,provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; f. be endorsed to allow occupancy and partial utilization of the Work by OWNER; g, include testing and start-up; and RPA SUPPLEMENTARY CONDITIONS Page 5 of 19 h. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR, and ENGINEER with forty-five days written notice to each other additional insured to whom a certificate of insurance has been issued. i. CONTRACTOR shall be responsible for any deductible or self-insured retention. j. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this Article 1.0 shall comply with the requirements of Paragraph 5.06.0 of the General Conditions. k. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this Article 1.0 shall comply with the requirements of GC-5.06.C. The qualifications of the insurance company shall comply with the requirements of Article 1 of these Supplementary Conditions. 2. BONDING In addition to all bonding requirements indicated in Article 5 of the General Conditions, all Contractors shall be responsible for meeting the Montana Workers Surety Bond Requirements per MCA 18-2-201. Bonds shall remain in effect during the warranty period. 3. ESTIMATED QUANTITIES All estimated quantities stipulated in the Proposal and other Contract Documents are approximate and are to be used only (a) as a basis for estimating the probable cost of the work; and (b) for the purpose of comparing proposals submitted for the work. It is understood and agreed that the actual amounts of work done and materials furnished under unit price items may vary substantially from such estimated quantities. The actual quantities will depend on the conditions encountered at the time the work is performed, and the unit prices apply, subject to the exceptions in Supplementary Condition 4—Unit Price Work. 4. UNIT PRICE WORK Paragraph 11.03 of the General Conditions is hereby deleted in its entirety and the following is substituted in its place: A. The unit price of an item of Unit Price Work shall be subject to reevaluation and adjustment under the following conditions: 1. If the total cost of a particular item of Unit Price Work amounts to 10% or more of the Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by Contractor differs by more than 25%from the estimated quantity of such item indicated in the Agreement; and 2. If there is no corresponding adjustment with respect to any other item of Work; and 3. If Contractor believes that Contractor has incurred additional expense as a result thereof or if Owner believes that the quantity variation entitles Owner to an adjustment in the unit price, either Owner or Contractor may make a claim for an adjustment in the Contract Price in accordance with the General Conditions if the parties are unable to agree as to the effect of any such variations in the quantity of Unit Price Work performed." RPA SUPPLEMENTARY CONDITIONS Page 6 of 19 5. PROJECT MEETINGS Project meetings shall be held monthly to review progress and requests for payment, maintain coordination, update and modify scheduling requirements, and resolve any problems that might develop. The Engineer shall preside at the meeting. 6. GOVERNING STANDARDS AND REGULATORY REQUIREMENTS 6.1 Jurisdiction. The performance of this work shall be under the jurisdiction of the following agencies, departments, and standards and compliance with the requirements thereof is required: Federal Level: United States law;United States Corps of Engineers;Environmental Protection Agency. State Level: Montana Code Annotated; Montana Department of Environmental Quality; Dept. of Fish, Wildlife & Parks (SPA); Department of State Lands; the Department of Natural Resources and Conservation; the Montana Building Codes Division; Uniform Building Code, (latest edition); Uniform Plumbing Code, (latest edition); Uniform Mechanical Code, (latest edition);Uniform Fire Code(latest edition);National Electric Code, (latest edition). Permits. The Contractor must also comply with the requirements of any permits obtained for the project by the Owner. These permits may include stream permits, wetland permits, floodplain permits, etc. Copies of any of these permits are available upon request from the Engineer. However,the Contractor shall be responsible for obtaining any permits regarding the discharge of any water related to the construction of this project(this includes a Montana Department of Environmental Quality 3A Permit). Local Level: City ordinances and regulations. 6.2 Contractor's Responsibility. The Contractor shall familiarize himself with the requirements of all regulatory agencies pertaining to the performance of the work on the project. The Contractor shall perform all work in accordance with the regulatory requirements. Any conflict between the Contract Documents and the regulatory requirements shall be brought to the immediate attention of the Engineer. 7. SUBMITTALS 7.1 Construction Schedule. The Contractor shall submit to the Engineer for review a schedule of the proposed construction operations. The construction schedule shall indicate the sequence of the Work,the time of starting and completion of each part, and at a minimum one entry for each bid item and trade involved therein. Whenever 10 percent or more of the schedule items are inconsistent with the original schedule, the Contractor shall prepare a revised schedule and narrative plan that indicates corrective action that will bring the progress of the work back to the original schedule completion dates. The revised schedule and narrative shall be submitted to the Engineer for review, approval, or comment before any further pay requests will be received or recommended for payment. The construction schedule shall be acceptable to the Engineer before the Notice to Proceed is issued. RPA SUPPLEMENTARY CONDITIONS Page 7 of 19 7.2 Schedule of Values. The Contractor shall prepare and submit to the Engineer a schedule of values for each lump sum bid item on the Proposal. Each item shall be subdivided to show the portion of payment assigned to each work location and work item or trade involved. The schedule of values, showing the value of each kind of work at each site, shall be acceptable to the Engineer before any application for payment is prepared. The sum of the items listed in the schedule of values shall equal the lump sum price for the bid item. Items such as bond premium, temporary construction facilities, and office expense may be listed separately in the schedule of values, provided the amounts can be substantiated. Overhead and profit shall not be listed as separate items. An unbalanced schedule of values providing for overpayment of the Contractor on items of 1 work which would be performed first will not be accepted. The schedule of values shall be revised and resubmitted until acceptable to the Engineer. Final acceptance by the Engineer shall indicate only consent to the schedule of values as a basis for preparation of applications for progress payments and shall not constitute an agreement as to the value of each indicated item. 7.3 Schedule of Payments. Within 10 days after the effective date of the Agreement, the Contractor shall furnish to the Engineer a schedule of estimated monthly payments. The schedule shall be revised and resubmitted each time an application for payment varies more than 10 percent from the estimated payment schedule. 7.4 Approval of Subcontractors. Contractor shall submit a list of Subcontractors to be used on the project and it shall be acceptable to the Owner prior to starting work. For each Subcontractor include name, address, phone, type of work, registration number, approximate contract value and a list of projects completed within the last 5 years by the Subcontractor. 7.5 Shop Drawings and Engineering Data. In addition to the construction schedule, the Contractor shall submit to the Engineer a Shop Drawing Schedule indicating the title and appropriate date that all anticipated shop drawings will be submitted to the Engineer before the Engineer will proceed with the review of any submittals. All submittals, regardless of origin, shall be stamped with the approval of the Contractor indicating his review and identified with the name and number of this Contract, Contractor's name, and references to applicable specification paragraphs and Contract Drawings. Each submittal shall indicate the intended use of the item in the work. When catalog pages are submitted, applicable items shall be clearly identified. The current revision, issue number, and date shall be indicated on all drawings and other descriptive data. Substitutions will be considered through completion of a Substitution Request Form(bound into the Appendix of these documents). All deviations from the Contract Documents shall be identified on each submittal and shall be tabulated in the Contractor's letter of transmittal. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by the Contractor (including modifications to other facilities that may be a result of the deviation) and all required piping diagrams. The Contractor shall accept full responsibility for the completeness of each submission and, in the case of a resubmission, shall verify that all exceptions previously noted by the Engineer have been taken into account. In the event that more than one resubmission is required because RPA SUPPLEMENTARY CONDITIONS Page 8 of 19 of failure of the Contractor to account for exceptions previously noted, the Contractor shall reimburse the Owner for the charges of the Engineer for review of additional resubmissions. The costs of additional review shall be deducted from the Contractor's progress payments. Any need for resubmission or any other delay in obtaining the Engineer's review of submittals will not entitle the Contractor to extension of the Contract Time unless delay of the work is directly caused by a change in the work authorized by a Change Order or by failure of the Engineer to return any submittal within three(3)weeks after its receipt in the Engineer's office. Five (5) copies of each drawing and necessary data or schedule shall be submitted to the Engineer. Improper format or illegible information shall be cause to return submittals without review. The Engineer will not accept submittals from anyone but the Contractor. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. Items resubmitted shall bear the number of the first submittal followed by a letter(A,B, etc.)to indicate the sequence of the resubmittal. When the schedules, drawings, and data are returned marked RETURNED FOR CORRECTION, the corrections shall be made as noted thereon and as indicated by the Engineer and corrected copies shall be resubmitted. When corrected copies are resubmitted, the Contractor shall in writing direct specific attention to all revisions and shall list separately any revisions made other than those called for by the Engineer on previous submissions. When the drawings and data are returned marked EXCEPTIONS NOTED, no additional submission is needed provided all exceptions marked are incorporated into the item. No re- submission is required for submittals marked NO EXCEPTIONS NOTED or RECORD COPY. Portions of the work requiring a shop drawing or sample submission shall not begin until the shop drawing or submission has been reviewed and returned with no resubmission needed by the Engineer. A copy of each processed shop drawing and each processed sample shall be kept in good order by the Contractor at the site and shall be available to the Engineer. No materials-on-site payments will be approved in applications for partial payment for equipment or materials until shop drawings for same have been reviewed and returned by the Engineer without a requirement for resubmission. 7.6 Record Drawinas and Survey Data. The Contractor shall prepare and maintain drawings record- ing the constructed characteristics of all aspects of the work. Record drawings shall be of suffi- cient detail and accuracy to permit ready identification and location of all component parts and hidden or buried facilities. This is especially important in the case of part time construction observation by the Engineer. The record drawings and survey data shall be made available to the Engineer at all times. This includes all field books, notes, and other data developed by the Contractor in performing surveys required as part of the work. Upon completion of the work, a paper copy of all record drawings and survey data shall be transmitted to the Engineer and Owner. RPA SUPPLEMENTARY CONDITIONS Page 9 of 19 8. WEED CONTROL Prior to mobilizing equipment on the project site,the Contractor shall clean his equipment and vehicles to assure no weeds are imported. The Contractor shall be responsible for weed control for the duration of the contract and until landscaping is established. The Contractor shall submit a weed control plan to the Engineer for approval. All costs associated with weed control shall be incidental to other items of work, and no additional compensation will be allowed. 9. REGULAR HOURS AND WEATHER DAYS 9.1 Regular Hours. The regular work week shall consist of five working days, Monday through Friday, with regular working hours of 8:00 a.m. to 5:00 p.m. Written requests to perform any work outside of the regular work week or normal working hours must be delivered to the Owner and Engineer no less than 48 hours prior to the planned start of the work. Contractor may not work other than regular hours without written approval from Owner and Engineer. 9.2 Weather Days. In the event inclement weather or the aftermath of inclement weather prevents the Contractor from performing any compensable work for a minimum of 60% of the Regular day or other work period approved by the Owner, he may request a credit for that day. No credit for inclement weather will be allowed on non-working days. A request for a weather day must be submitted to the Engineer by the end of each calendar day being requested. 9.3 Winter Shutdown. See Special Provisions for requirements. 9.4 Standby Time. No separate payment will be made for standby time, inactive periods beyond Contractor control or inactive periods resulting from requirements of this Contract. Such time will be considered incidental to the required work. Standby time can be expected, but is not limited to waiting for completion of other related contractors work. 10. CONTRACTOR REIMBURSED ENGINEERING COSTS The Contractor shall reimburse the Owner the full cost of engineering services in the event the Engineer incurs unscheduled employment necessitated by the Contractor. Examples of unscheduled employment of the Engineer are the following Contractor actions: 1) Working more than forty (40) hours per week, more than five (5) days per week and Saturdays, Sundays, and holidays. 2) Furnishing materials or equipment not in conformance with Contract Documents necessitating redesign by the Engineer. 3) Working beyond the time of completion established in the Notice to Proceed with Construction. 4) Retests by the Engineer of tests that have failed. 5) Retests by others for tests that require Engineer's presence. 6) Repeated review of submittals and shop drawings that have not been approved. 7) Additional inspection as a result of unacceptable work. 8) Failing to follow design or construction documents. RPA SUPPLEMENTARY CONDITIONS Page 10 of 19 9) Submitting excessive or unreasonable claims requiring Engineer's review. 10) Failing to properly document pay requests. 11) Failing to provide or adhere to schedules. 12) Other services that are within the Contractor's control to avoid. The Engineering fees to be reimbursed by the Contractor shall be according to the following schedule: 1) Labor: At the Engineer's current billable rates, including overhead, as referred to in the Agreement between the Owner and Engineer,plus 15%profit. 2) Other Consultant: At actual cost plus 10% 3) Mileage: 4X4 @$0.585/mi.;2WD @ $0.535/mi. 4) Per Diem: IRS allowable rate 5) Other expenses (including computer and CADD hours) and laboratory testing: Actual Cost+ 10% 6) Field Testing: Engineer's current billable rate for specific equipment utilized Contractor shall make payment of these Engineering services by deduction from the project progress payments or final payment or by invoice to the Contractor. The Engineering contract will be analyzed at the end of the project to determine whether any unscheduled employment of the Engineer, during the schedule contract time, resulted in a cost savings to the Owner. If, as a result of working more than 40 hours per week, five days per week,the Contractor completes the project within the scheduled time, and if the overtime results in a reduced contract time and cost savings to the Owner, no damages will be assessed for the unscheduled employment of the Engineer during the scheduled contract time. Damages will be assessed as stipulated for each day the work remains uncompleted beyond the scheduled contract time. 11. CONSTRUCTION PROGRESS 11.1 The Contractor shall maintain suitable progress on the job at all times. This shall include the presence of full crews with superintendent(s) effectively operating with proper equipment and tools. In the event the Owner is dissatisfied with the progress, performance, or timing of the work, the Owner will give the Contractor written notice in which the Owner will specify in detail the cause of dissatisfaction. Should the Contractor fail or refuse to remedy the matters indicated and fail to submit a detailed schedule indicating how the Contractor shall complete the work in the Contract Time remaining within ten(10) days after the written notice is received by the Contractor, the Owner will have the right to take control of the work and either make good the deficiencies of the Contractor itself or direct the activities of the Contractor as the Owner deems advisable, or the Owner may terminate the Contract. In either event, the Owner will be entitled to collect from the Contractor all expenses in completing the work. RPA SUPPLEMENTARY CONDITIONS Page 11 of 19 11.2 Should an unforeseen or changed site condition arise on a portion of the work, the Contractor shall immediately notify the Owner in writing. The Owner and Engineer will work with the Contractor to resolve such a condition in a fair and equitable manner as soon as possible. However, the Contractor shall continue work on any or all portions of the work that are not directly affected by the unforeseen or changed site conditions or, when directed by the Engineer, the Contractor shall continue work on the disputed portion of the work in confor- mance with the appropriate section of these General Requirements. No claim for additional Contract Price or Time for standby will be allowed. Failure or refusal of the Contractor to continue such work will be cause for the Owner to take control of the work or terminate the Contract as herein provided and to employ such additional help as the Owner deems advisable to maintain progress. The costs of any such work will be deducted from the Contractor's monthly progress payments. The Contractor shall be subject to liquidated damages for any overrun of the Contract Time resulting from his failure or refusal to continue work as described above. 12. REPAIR AND REPLACEMENT QUALITY 12.1 General. Items requiring repair or replacement due to damage or removal or otherwis necessitated during pursuance of the work and which are not otherwise specified herein,shall b repaired or replaced to the following levels of quality. 12.2 Paved and Graveled Roads Curb and Gutter,Driveways, and Sidewalks. Repair or replacement shall be to a thickness and grade matching the existing condition. Quality of materials and methods shall comply with respective sections of the current edition of the Montana Public Works Standard Specifications. Any removed or damaged pavement markings shall be replaced to match the existing markings. 12.3 Water and Sewer Mains and Services. Repair or replacement shall be in a manner consistent with the existing condition using materials conforming to the Uniform Plumbing Code, the current editions of the Montana Department of Environmental Quality Design Standards, and other requirements of the Montana Department of Environmental Quality. Construction shall also comply with the current edition of the Montana Public Works Standard Specifications. Repair or replacement will not be allowed with materials like the existing installation if they do not conform to the above-referenced standards. 12.4 Electrical Telephone Cable TV Natural Gas and Petroleum Lines. Repair or replacement shall be to the standards required by the utility owner and at the utility owner's option may be performed by the utility owner with the full cost assessed to the Contractor. 12.5 Lawn Restoration, Fertilizing, and Seeding. All areas disturbed by the Contractor's operations such as, but not limited to, haul roads, loading operations and disposal operations shall be restored by grading to the original contours, sodding, and/or fertilizing and seeding. This will include repair or replacement of all disturbed vegetation to pre-construction standards as required by the Owner and landowner. The seed mixture and fertilizer to be used will be submitted to the Engineer prior to application on the prepared seed bed. The Contractor shall include the cost of this work in the price bid for other items of work, and no separate compensation will be allowed. 12.6 Fences. All fences adjacent to any work site are to be maintained to the satisfaction of the abutting property owners. The Contractor shall notify the landowners of the need to temporarily remove or relocate fences for access to the work and shall coordinate such activities with the RPA SUPPLEMENTARY CONDITIONS Page 12 of 19 respective landowners in regards to removal, relocation, and restoration of fences prior to commencing work. Any fence removed or destroyed during the Contract shall be reinstalled or reconstructed in like kind at no cost to the Owner or the landowner. The cost for this work shall be considered incidental and no additional compensation will be allowed. 12.7 Other Items. Repair or replacement of other items not covered by the preceding shall be to the standards required by the owner of the item and at the owner's option may be performed by the owner of the item with the full cost assessed to the Contractor. 12.8 Decisions Regarding Repair Versus Replacement. The decision of repair versus replacement of an affected item shall be at the discretion of the Engineer upon consultation with the owner of the item. The decision shall be based on a determination of whether repaired quality can equal the quality of a replacement installation. The Engineer's authority shall be final in this regard. 12.9 Limits of Repair or Replacement. The limits of areas to be repaired or replaced shall be determined by the Engineer in the field based on the extent of damage or removal sustained. The determination shall be based on insuring that all damaged or removed portions of the existing installation are fully restored. The authority of the Engineer in this regard shall be final. All work effects outside limits as described in these Contract Documents are subject to repair and replacement quality as described herein. 12.10 Repair by Par1y Owning or Maintaining Item. The party owning or maintaining the item under consideration shall have the exclusive right to undertake repair or replacement themselves and charge the Contractor for full costs incurred or to direct and supervise the Contractor to repair or replace the item to their standard of quality. The authority of the owner of the item shall be final in this regard. 13. REJECTED WORK Any defective work or nonconforming materials or equipment that may be discovered at any time prior to the expiration of the warranty period, shall be removed and replaced by work which shall conform to the provisions of the Contract Documents. Any material condemned or rejected shall be removed at once from the project site. Failure on the part of the Engineer to condemn or reject bad or inferior work or to note nonconforming materials or equipment on Contractors submittals shall not be construed to imply acceptance of such work. The Owner shall reserve and retain all its rights and remedies at law against the Contractor and its Surety for correction of any and all latent defects discovered after the guarantee period. The Engineer will have the authority to reject work which does not conform to the Contract Documents and will provide the Owner with a list of defective work and nonconforming materials or equipment. The Owner will then promptly provide the Contractor with the list of defective work and nonconforming materials or equipment. 14. PROJECT CLOSE-OUT 14.1 Once the Contractor has completed construction, a substantial completion inspection is held to assess any remaining or corrective work and permit close-out of the Contract. The following conditions must be met before the substantial completion inspection is scheduled: RPA SUPPLEMENTARY CONDITIONS Page 13 of 19 • Work must be substantially complete and fit for its intended purpose. • Contractor must file a Contractor's Certificate of Completion (form found under Miscellaneous Forms in Appendix A) requesting a substantial completion inspection by the Owner and Engineer. 14.2 Following the inspection, the Engineer prepares and signs a Certificate of Substantial Comple- tion and attaches a list of any remaining or corrective work needed based on the inspection. The Certificate is sent to the Contractor, who must complete the listed work. After the Engineer verifies its completion,the construction is considered fully complete. The Owner may also wish to field-verify proper completion. 14.3 Prior to final payment including release of retainage, the Contractor must furnish these items to the Engineer: • Completed Affidavit on Behalf of Contractor(lien release)using the form provided in the Contract Documents under Miscellaneous Forms. • Executed copies of any pending Change Orders or claims. • The final Change Order shall reconcile bid quantities to reflect actual quantities for projects containing unit price items. • Completed,revised and annotated record drawings and survey notes. • Additional Copies of O&M manuals and warranties as specified. • Final Payment Request for balance of Contract Price due. • Completed Consent of Surety Company to Final Payment using the form provided in the Contract Documents under Miscellaneous Forms. • Certification of Payment of Prevailing Wage Rates as/if required by agencies providing funding for the project. Upon receipt and approval of these items, the Engineer will recommend final payment. The retainage will be released with the final payment. 15. GENERAL EQUIPMENT STIPULATIONS 15.1 General. All equipment furnished and installed under this contract shall conform to the general stipulations set forth in this section except as otherwise specified in other sections. 15.2 Coordination. Contractor shall coordinate all details of the equipment with other related parts of the Work, including verification that all structures, piping, wiring, and equipment components are compatible. Contractor shall be responsible for all structural and other alterations in the Work required to accommodate equipment differing in dimensions or other characteristics from that contemplated in the Contract Drawings or Specifications. RPA SUPPLEMENTARY CONDITIONS Page 14 of 19 15.3 Manufacturer's Experience. Unless specifically named in the Specifications, a manufacturer shall have furnished equipment of the type and size specified which has been in successful operation for not less than the past five years. 15.4 Workmanship and Materials. A. Supplier shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage or other failure. Materials shall be suitable for service conditions. B. All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable Engineering and shop practice. Individual parts shall be manufactured to standard sizes and gauges so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required by tests. C. Except where otherwise specified, structural and miscellaneous fabricated steel used in equipment shall conform to AISC standards. All structural members shall be designed for shock or vibratory loads. Unless otherwise specified, all steel which will be submerged, all or in part, during normal operation of the equipment shall be at least 1/4- inch thick. 15.5 Value Engineering. Manufacturer may submit for review and approval proposed modifications to the design, materials or arrangements specified. Request shall clearly state the advantages, cost savings or other reasons for the proposed change. Acceptance of any proposed changes will be the sole discretion of the Engineer as proscribed under the "or equal" and "substitute item" clauses of the General Conditions. ti 15.6 Seismic Loading Design Provisions. Machinery, equipment, and components such as tanks, piping, and electrical panels, including their supports and anchorages, designed by manufacturers or suppliers, shall be designed in accordance with the provisions of the latest edition of the Uniform Building Code to withstand seismic loads for the Seismic Zone appropriate for the project location in addition to other loads. Design shall be performed by a licensed Professional Engineer familiar with seismic design. Submittals shall be certified, by the Design Engineer, that equipment designs conform to all applicable Uniform Building Code requirements including provisions to withstand seismic loads. 15.7 Single Source. Like items of equipment shall be the end product of one manufacturer in order to achieve standardization. 15.8 Manufacturer's Representative. A. Where specified, manufacturer shall provide a Manufacturer's Representative as required to assist in the installation, adjustment,startup, certification and operational training. B. Manufacturer's Representative shall be an employee of manufacturer who is factory trained and knowledgeable in the technical aspects of the products and systems. C. When the services of the representative are specifically required for a listed time period, the days shall represent eight(8)hours straight time exclusive of Saturdays, Sundays and RPA SUPPLEMENTARY CONDITIONS Page 15 of 19 2) Spare parts and special tools shall be properly packaged to avoid damage, in their original cartons insofar as possible, and shall be stored in a location as determined by the Engineer. Any spare parts found to be damaged or otherwise inoperable at the time of delivery shall be replaced or, if approved by the Engineer,satisfactorily repaired. 3) Spare parts and special tools shall be labeled with a minimum 3-inch by 6-inch manila spare parts tag with such information as the part description, the manufacturer's part number, the applicable equipment description and manufacturer, the quantity of parts delivered in each package, the applicable specification section, and the Contractor's and Project's name. This tag shall be firmly axed to, and prominently displayed on the outside of each package. 15.14 Lubrication. A. Equipment shall be adequately lubricated by systems which require attention no more frequently than weekly during continuous operation. Lubrication systems shall not require attention during startup or shutdown and shall not waste lubricants. B. Lubricants of the type recommended by the equipment manufacturer shall be provided in sufficient quantity to fill all lubricant reservoirs and to replace all consumption during testing, startup, and operation prior to acceptance of equipment by Owner. Unless otherwise specified or permitted,the use of synthetic lubricants will not be acceptable. C. Lubrication facilities shall be convenient and accessible. Oil drains and fill openings shall be easily accessible from the normal operating area or platform. Drains shall allow for convenient collection of waste oil in containers from the normal operating area or platform without removing the unit from its normal installed position. 16. BLASTING Blasting or the use of explosives will not be allowed on the jobsite. 17. CONTRACT DOCUMENT DISCREPANCIES If any provision of one Contract Document conflicts with the provision of another Contract Document, the provision in that Contract Document first listed below shall govern, except as otherwise specifically stated: • Agreement • Addenda to Contract Documents • Performance and Labor&Materials Bonds • Bid Proposal • Bid Security • Special Provisions • Invitation to Bid • Instructions to Bidders • Drawings • Technical Specifications • RPA Supplementary Conditions • General Conditions RPA SUPPLEMENTARY CONDITIONS Page 18 of 19 18. SYSTEMS AND CLEANUP 18.1 Scope. This section covers the final preparations required to place the various components into operation. 18.2 Final Conditioniniz. Before final acceptance is made, the entire work shall be cleaned and conditioned. This shall consist of the following: A. Grease, oil, grit, dirt, grnne, debris, and other foreign materials shall be removed; B. Nicks, scratches, voids, holidays, and other imperfections in painted surfaces shall be touch-up painted with matching paint; C. Chips, voids, cracks, and other imperfections in exposed concrete shall be repaired with methods and materials approved by the Engineer; D. Threaded fasteners shall be checked for tightness; E. Doors, windows, hatches, and other mating surfaces shall be adjusted to fit square in their respective framework; F. Driveways and parking areas shall be fine-graded; and G. Landscaping shall be fine-graded and re-established where necessary. 18.3 System Demonstrations. The Contractor and major manufacturers shall demonstrate the operation of each piece of equipment to the Engineer, Owner, and the Owner's operator. The Contractor shall demonstrate all maintenance requirements and reference the requirements of the Operations and Maintenance Manual for each piece of equipment. 18.4 Removal of Construction Equipment, Tools, and Supplies. At the completion of this Contract, before acceptance of the work by the Owner, the Contractor shall remove all their equipment, tools, and supplies from the property of the Owner. Should the Contractor fail to remove such equipment, tools, and supplies, the Owner shall have the right to remove them at the Contractor's expense. RPA SUPPLEMENTARY CONDITIONS Page 19 of 19 SPECIAL PROVISIONS SECTION IV SPECIAL PROVISIONS CONTENTS I. PROJECT DESCRIPTION ..................................................................................................... 3 2. GENERAL............................................................................................................................... 3 3. AWARD OF CONTRACT...................................................................................................... 3 4. PROJECT RELATED CONTACTS....................................................................................... 3 5. CONTRACT TIME AND LIQUIDATED DAMAGES......................................................... 4 6. COST LIMTATIONS.............................................................................................................. 4 7. NAMES, PRODUCTS AND SUBSTITUTIONS................................................................... 4 8. APPROVAL OF EQUIPMENT AND MATERIAL............................................................... 5 9. BIDDERS QUALIFICATIONS.............................................................................................. 5 10. WARRANTY ...................................................................................................................... 5 11. SCHEDULING.................................................................................................................... 5 12. PRECONSTRUCTION CONFERENCE............................................................................ 5 13. UTILITIES........................................................................................................................... 6 14. RIGHT OF WAY AND ADJOINING PROPERTIES........................................................ 8 15. COORDINATION WITH ADJACENT PROJECTS.......................................................... 9 16. TRAFFIC CONTROL ......................................................................................................... 9 17. DISPOSAL, EROSION, WATER POLLUTION, AND SILTATION CONTROL......... 12 18. PROTECTION OF EXISTING PAVEMENT .................................................................. 13 19. OPERATION OF WATER VALVES............................................................................... 13 20. SALVAGABLE ITEMS.................................................................................................... 13 21. ACCESS TO RECORDS................................................................................................... 13 22. CERTIFICATES OF INSURANCE................................................................................... 13 23. ADDITIONAL INSUREDS .............................................................................................. 14 24. SAFETY STANDARDS ................................................................................................... 14 25. PAYMENTS TO CONTRACTOR.................................................................................... 15 26. GENERAL CONSTRUCTION REQUIREMENTS ......................................................... 15 27. ENGINEERING INTERPRETATIONS ........................................................................... 17 28. CONTINUING PERFORMANCE.................................................................................... 17 29. ENGINEERING MATERIALS TESTING & CONTROL TESTING ............................. 17 30. CONSTRUCTION SURVEYS BY CONTRACTOR....................................................... 20 31. SITE ACCESS................................................................................................................... 22 32. CONSTRUCTION FACILITIES ...................................................................................... 22 33. CONSTRUCTION WATER AND DISPOSAL................................................................ 22 34. GROUNDWATER, DEWATERING AND BYPASS PUMPING................................... 23 35. SMOKE AND DUST CONTROL..................................................................................... 23 36. SUPERINTENDENT ........................................................................................................ 24 37. SANITARY FACILITIES................................................................................................. 24 38. USE OF COMPLETED PORTIONS ................................................................................ 24 39. RECORD DRAWINGS..................................................................................................... 24 40. OSHA REGULATIONS....................................................................................................25 41. SHORING.......................................................................................................................... 25 42. CONTAMINATED MATERIALS ................................................................................... 25 43. CLEANUP......................................................................................................................... 26 44. TEMPORARY PEDESTRIAN ACCESSIBILITY........................................................... 26 SPECIAL PROVISIONS Page 1 of 57 45. PROTECT EXISTING TREES ......................................................................................... 27 46. SPRINKLER SYSTEMS................................................................................................... 27 47. TOPSOIL........................................................................................................................... 28 48. SUBEXCAVATION AND GEOSYNTHETIC................................................................. 28 49. STREET EXCAVATION.................................................................................................. 29 50. SLOTTED DRAIN............................................................................................................ 29 51. ELECTRICAL................................................................................................................... 29 52. SEEDING .......................................................................................................................... 36 53. MEASUREMENT & PAYMENT..................................................................................... 37 1. PROJECT DESCRIPTION The proposed work on Baxter Lane extends from Cottonwood Road to Ferguson Avenue, and includes roadway widening and reconstruction, new street lighting with LED luminaires, new ( sidewalk, new storm drain infrastructure, and utility adjustments. The work includes street excavation, subexcavation, gravel base courses, asphalt pavement, curb and gutter, t sidewalk, storm drain, electrical, water main extension, sanitary sewer stubs, signing, i pavement markings, topsoil, and seeding. i 2. GENERAL All work shall be performed in accordance with applicable sections of the latest edition of the Montana Public Works Standard Specifications, including all addenda, which by this reference are hereby included as part of this specification as modified herein by the City of Bozeman. All correspondence and official authorization concerning the work shall be with the Owner's 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 Contractor's risk at no cost to the Owner. All damages, reparations, and costs incurred during the progress of unauthorized work shall be the responsibility of the Contractor. 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 responsible Bidder whose bid complies with all the requirements prescribed herein. The successful Bidder will be notified by letter, mailed to the address shown on the bid, that their bid has been accepted and that they have been awarded a contract. The bid schedules may be awarded as a single total combined contract, may be awarded singly as separate contracts, or any combination of schedules which result in the lowest project cost to the Owner. 4. PROJECT RELATED CONTACTS Wherever in these Documents the word "Owner" appears, it shall be understood to mean the City of Bozeman,Montana. Owner: City of Bozeman,Montana 20 East Olive Street,P.O. Box 1230 Bozeman,Montana 59771 Contact Person: Robert Murray,Jr.,P.E., Project Manager Telephone: (406) 582-2280 Wherever in these Documents the word "Engineer" appears, it shall be understood to mean Robert Peccia & Associates. This firm has been duly authorized by the Owner as the Engineer for the engineering design, submittal review, and construction observation and will serve as the "Engineer" for those functions as related to this project. En ineer: Robert Peccia &Associates 3810 Valley Commons Drive, Suite 4 Bozeman, Montana 59718 Contact Person: Staci Venner, P.E., Project Manager Telephone: (406) 284-2665 SPECIAL PROVISIONS Page 3 of 57 5. CONTRACT TIME AND LIQUIDATED DAMAGES 5.1 The beginning of the contract time shall be stated in a written NOTICE TO PROCEED written by the Owner to the Contractor. In establishing the date when the contract time begins, the Engineer will consider that the contract time begins following delivery of the NOTICE TO PROCEED. The contract time will expire automatically by the number of calendar days stated as contract time, except as the contract time may be extended by a change order. A Notice to Proceed may be given at any time within thirty (30) days after the Effective Date of the Agreement. In no event will the Contract Time commence to run later than the seventy-fifth day after the day of Bid Opening or the thirteenth day after the Effective Date of the Agreement,whichever date is earlier. 5.2 Contract Time: Contract time for the entire project is 90 Calendar Days. 5.3 Liquidated Damages: Subject to the provisions of the Contract Documents, the Owner shall be entitled to liquidated damages for failure of the Contractor to complete the work within the specified contract time. Work will be considered complete once substantial completion has been accomplished and all subsequent punch list items have been satisfactorily completed. 5.3.1 The Bidder further agrees to pay liquidated damages for failure to complete the work within the specified contract time and for expenses incurred by the Owner for unscheduled employment of the Engineer during the contract time overrun. 5.3.2 As compensation for non-use,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 for that particular Schedule. As compensation for expenses incurred for unscheduled employment of the Engineer,the Contractor shall be assessed an additional liquidated damage as outlined in the Supplementary Conditions. 6. COST LIMTATIONS 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 substitutions shall include complete specifications and descriptive data to prove the equality of the proposed substitutions. Substitutions shall not be made without the written approval of the Owner. No substitutions will be considered until after contract award. SPECIAL PROVISIONS Page 4 of 57 i ' 8. APPROVAL OF EQUIPMENT AND MATERIAL 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 they r contemplate 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. BIDDERS QUALIFICATIONS The Contractor shall show evidence that they have the finances, organization, and equipment to perform the work with a limited number of subcontractors. 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. 1 11. SCHEDULING Prior to the PRECONSTRUCTION CONFERENCE,the Contractor shall provide the Owner and Engineer the following schedules: 11.1 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 resubmitted as necessary to reflect project changes. 11.2 A PAYMENT SCHEDULE showing the anticipated amount of each monthly payment that will become due the Contractor in accordance with the CONSTRUCTION PROGRESS SCHEDULE. 12. PRECONSTRUCTION CONFERENCE After the contract has been awarded, but before the start of construction, a preconstruction conference will be held for the purpose of discussing requirements on such matters as project supervision, on-site inspection, progress schedules and reports, payrolls, payment to contractors, contract change orders, insurance, safety, and 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 and Engineer to discuss the project and any problems anticipated. Unless previously submitted, the Contractor shall bring the following submittals to the conference: list of proposed Subcontractors; schedule for submitting shop drawings and other submittals; scheduled procurement dates; construction technique submittal forms (as applicable); and tentative schedule of values. Work shall not start prior to the Engineer's receipt of these submittals. SPECIAL PROVISIONS Page 5 of 57 13. UTILITIES The Contractor shall be responsible for checking with the Owners of the underground utilities such as the City, County, power and telephone companies, etc., as to the location of their underground installations within the project. The Contractor will be solely responsible for any damage done to these installations due to failure to locate them or 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 (1-800-424-5555) has been established to facilitate requests for underground facility location information. The Contractor is cautioned that all utilities may not be on this system. The City of Bozeman will locate City water lines, sanitary sewer lines, storm drain lines, and street lighting. 13.1 Notification. The Contractor shall contact, in writing, all public and private utility companies that may have utilities that may be encountered during excavation. The notification shall include the following information: 13.1.1 The nature of the work that the Contractor will be performing. 13.1.2 The time, date and location that the Contractor will be performing work that may conflict with the utility. 13.1.3 The nature of work that the utility will be required to perform such as moving a power pole, supporting a pole or underground cable, etc. 13.1.4 Requests for field location and identification of utilities. A copy of the letter of notification shall be provided to the Engineer. During construction, the Contractor shall keep the utility companies notified of any change in schedule or nature of work that differs from the original notification. 13.2 Identification. All utilities that may conflict with the work shall be the Contractor's responsibility to locate before any excavation is performed. Field markings provided by the utilities shall be preserved by the Contractor until actual excavation commences. All utility locations on the Drawings should be considered approximate and should be verified in the field by the Contractor. The Contractor shall also be responsible for locating all utilities that are not located on the Drawings. 13.3 Removal or Relocation of Utilities. This section applies to electric power, gas, telephone, fiber, and television utilities. Whenever there is a direct conflict between the work being performed and the utility, the utility company shall be responsible to adjust, remove, or relocate the utility, at the expense of the utility company. The Contractor shall coordinate all necessary utility relocation work with the appropriate utility company at no additional cost to the City of Bozeman. SPECIAL PROVISIONS Page 6 of 57 13.4 Public Utilities. Water, sewer, storm drainage, street lighting and other utilities owned and operated by the public entities shall, unless otherwise specifically requested by the utility owner, be removed, relocated, supported or adjusted as required by the Contractor at the Contractor's expense. All such work shall be in accordance with these Specifications, or the Owner's Standard Specifications or 4 written instructions when the work involved is not covered by these 4 Specifications. ( 13.5 Other Utilities. Utilities owned and operated by private individuals, railroads, school districts, associations, or other entities not covered in these Special Provisions shall, unless otherwise specifically requested by the utility owner, be f removed, relocated, supported or adjusted by the utility company at the utility company's expense. All work shall be in accordance with the utility owner's directions, or by methods recognized as being the standard of the industry when directions are not given by the owner of the utility. 4 e 13.6 Damage to Utilities and Private Property. The Contractor shall protect all utilities and private property and shall be solely responsible for any damage resulting from his construction activities. The Contractor shall hold the Owner and Engineer harmless from all actions resulting from his failure to properly protect utilities and private property. All damage to utilities shall be repaired at the Contractor's expense to the full satisfaction of the owner of the damaged utility or property. The Contractor shall provide the Owner with a letter from the owner of the damaged utility or property stating that it has been repaired to the utility owner's full satisfaction. 13.7 Water Mains and Services. All water mains and services exposed during construction shall be adequately supported and protected from freezing at all times. Sections of water mains shall not be valved off without first giving the Owner sufficient notification and receiving authorization from the Engineer. Water valve operation is restricted to be by City of Bozeman personnel only. Contact the City of Bozeman water/sewer department at 582-3200 to schedule. Water mains and services to businesses shall not be shut off at any time. Water mains and services to private residences shall not be shut off for more than 3 hours, unless otherwise permitted in writing by the Owner. All affected water service customers shall be notified by the Contractor in advance of any inter- ruption of service. Whenever a water main or service is damaged as a result of the Contractor's operations, the Contractor shall take immediate steps to repair the damage and disinfect all water mains and services contaminated as a result of the damage. 13.8 Maintenance of Flows. Adequate provisions shall be made for maintaining the flow of sewers, drains, and water courses encountered during construction. Culverts, ditches, fences, crosswalks, and structures which are disturbed by this SPECIAL PROVISIONS Page 7 of 57 construction shall be satisfactorily restored to their original condition upon completion of the work. 13.9 Structures. The Contractor shall exercise every precaution to prevent damage to existing buildings or structures in the vicinity of the work. Contractor is responsible for determining whether work will potentially affect existing buildings or structures. In the event of such damages, he shall repair them to the satisfaction of the owner of the damaged structure at no cost to the Owner. 13.10 Overhead Utilities. The Contractor shall use extreme caution to avoid a conflict, contact, or damage to overhead utilities, such as power lines, street lights, telephone lines, television lines, poles, or other appurtenances during the course of construction of this project. 13.11 Buried Gas and Petroleum Lines. The Contractor shall provide some means of overhead support for buried gas and petroleum lines exposed during trenching to prevent rupture in case of trench caving. 13.12 Pavement Removal. Where trench excavation or structure excavation requires the removal of curb and gutter, concrete sidewalks, or asphalt or concrete pavement, the pavement or concrete shall be cut in a straight line parallel to the edge of the excavation by use of a spade-bitted air hammer, concrete saw, colter wheel, or similar approved equipment to obtain a straight, square clean break. Pavement cuts shall be 2-feet wider than the trench opening as indicated in the Drawings. 13.13 Survey Markers and Monuments. The Contractor shall use every care and pre- caution to protect and not disturb any survey marker or monuments, such as those that might be located at lot or block corners, property pins, intersection of street monuments or addition line demarcation. Such protection shall include markings with flagged high lath and close supervision. No monuments shall be disturbed without prior approval of the Engineer. Any survey marker or monument that is disturbed by the Contractor during the construction of the project shall be replaced at no cost to the Owner by a licensed Professional Land Surveyor licensed in the state of Montana. The Construction Drawings show utility locations based on One Call locates and information provided to the Engineer-by others. The Engineer cannot guarantee their accuracy. The Contractor shall immediately notify the Engineer of any discrepancies with utility locations as shown on the Contract Drawings and/or the bury depths that may in any way affect the intent of construction as scoped in these Contract Documents. 14. RIGHT OF WAY AND ADJOINING PROPERTIES The Contractor shall contain all the construction operations within the construction permits, easements, and right — of— way unless written approval is secured from the landowner of the adjoining property or written approval is given by the Owner to utilize the adjacent land area. SPECIAL PROVISIONS Page 8 of 57 1 i i 15. COORDINATION WITH ADJACENT PROJECTS 1 Coordinate the timing of the work with the adjacent and concurrent construction projects for the p Flanders Mill subdivision and the City of Bozeman Sports Park. Adjacent work includes water t and sanitary mains, road connections, storm drain facilities, Gallatin Canal relocation, culvert extensions in the West Gallatin Canal and Maynard Border Ditch. Verify the status of wetland permitting, performed through the Flanders Mill subdivision, prior to any work in the existing t wetlands. i 16. TRAFFIC CONTROL f 16.1 GENERAL. The Contractor shall schedule his construction operations in a manner which will assure that: 1) the safety and convenience of motorists and pedestrians, and the safety of construction workers, are adequately met at all times; and 2) the project is completed in a manner most beneficial to the project as a whole. All signing and striping shall t conform to the standards set forth in the Manual of Uniform Traffic Control Devices (MUTCD). All signing, barricades, and other traffic control measures shall be provided by the Contractor. a. For. work on all streets within the project, traffic control shall be provided in full compliance with the MUTCD during materials hauling and equipment operation or transport along public roadways. Control shall include necessary signing, flag-persons, barricades, temporary signals, temporary pavement markings, and hazard markers. At the conclusion of daily construction activities, the Contractor shall insure that proper traffic control measures remain in effect overnight and through the weekend. This includes protecting any open { excavations or other hazards. b. The Contractor shall notify the Police Department, Fire Department, ambulance service, bus companies, and the Public Works Department at least 24 hours in advance regarding changes to traffic control sequencing, periods of delay, locations of one-lane traffic access, and incidents. Baxter Lane is a service route for Fire Station #3 located at Davis Lane and Vaquero Parkway. 16.2 TRAFFIC CONTROL PLAN. Prior to any construction, the Contractor shall prepare and submit a detailed traffic control plan for approval by the Owner and Engineer. No work may commence until all approvals of the traffic plan have been secured. The plan shall meet the requirements of the MUTCD and City of Bozeman Modifications to MPWSS Traffic Control provisions. Address contingencies in the submitted plan. Limit inconvenience to the traveling public as much as practicable and account for the safety of both the traveling public and project personnel. The plan shall include, at a minimum,the following: Calendar time periods of proposed traffic interruptions and control; • Locations of all signs, markers, barricades, and other traffic control devices to be used; • Specifications for signs,markers, and barricades including references to MUTCD; • Locations for flag-persons where used, along with anticipated dates and hours of use; f SPECIAL PROVISIONS Page 9 of 57 • Routing of any detours required; • New detours and/or shoulder widening. 16.3 TEMPORARY BARRIER AND ATTENUATORS. The Contractor shall furnish, install,maintain, relocate, and remove temporary concrete barrier rail and temporary attenuators to protect traffic when construction activities expose horizontal and vertical hazards, obstacles, fixed objects, or blunt ends located within the construction clear zone. The construction clear zone is 8-feet wide based on the Average Daily Traffic and the construction zone speed of 25 mph. Barrier flare rates shall be 9:1 or flatter. Furnish concrete barrier rail compliant with the National Cooperative Highway Research Program Test Report 350 (NCHRP 350) requirements, and submit documentation of compliance to the Engineer seven calendar days prior to installation. Terminate all ends of the concrete barrier rail with temporary impact attenuators when ends are located inside the construction clear zone. Furnish attenuators, including transition sections that meet NCHRP 350 requirements, and provide proof of compliance to the Engineer seven calendar days prior to installation. The attenuator must be installed at the same time as the obstacle. Maintain at least one complete set of repair parts on the project at all times to repair or replace attenuators, which may be damaged during construction. Attach the attenuator to the barrier rail using the manufacturer's approved transition section. Follow manufacturer's instructions and guidance during installation. Furnish and install all transitions, mounting hardware, and other necessary items. Repair or replace damaged attenuators within 12 hours. 16.4 STREET CLOSURES. The Contractor shall coordinate all street closures in advance with the Fire Department, Police Department, ambulance service, bus companies, and the Public Works Department. The Contractor shall notify the adjacent owners, Police Department, Fire D partment, ambulance service, bus companies, and Public Works Department at least 48 hours prior to ANY closure. A news release specifying the location and duration of the closure shall be published/broadcast in the media at least two days prior to the closure. At no time, shall more than one roadway closure be in place. 16.5 ACCESS. COMMERICAL DRIVEWAYS. The Contractor shall NOT close any commercial access during construction. Provide 48-hour advanced notice to the Owner, Engineer and business owner for any work at the driveways. The Contractor will be responsible for maintaining all accesses to each business during construction. Maintain a minimum driveway width of 12-feet. Provide temporary structures, culverts, or an alternate approach for each impacted parcel as necessary during construction activities. PRIVATE DRIVEWAYS. The Contractor shall NOT close any private access, in its entirety, for longer than four hours, and only after 48-hour advanced notice to the Owner, Engineer, landowner and resident. The Contractor will be responsible for maintaining at least one access to each residence during construction. Provide temporary structures, culverts, or an alternate approach for each impacted parcel as necessary during construction activities. SPECIAL PROVISIONS Page 10 of 57 1 i BUS STOPS. Maintain access to and maintain any existing Streamline bus stops at all times during construction. Coordinate construction work at the bus stop areas 48 hours in advance with the Streamline representative, Dan Martin of Karst Stages at 406-556-3522. PEDESTRIAN ACCESS. Maintain access along existing pedestrian facilities and crossings at all times during construction. Adhere to the Temporary Pedestrian Accessibility provision. 16.6 SEQUENCING. Culverts, drains, and inlets may be installed prior to grading operations. Sequence drain installations and removal, and drainage ditch construction to drain E existing water, to restrict water from entering the construction area, and to promote positive drainage throughout construction. During the placement or removal of all culverts and drains, maintain irrigation (during the irrigating season) and drainage flow. If a temporary drain or culvert is necessary, provide a culvert designed to handle Q 10 flows and of adequate structural ( strength. Remove the temporary drains when construction is complete. All items of culvert installation including temporary channel changes, construction phasing, detours, embankment widening and temporary drains necessary for the placement and/or removal of culverts and drains is the Contractor's responsibility. Unless otherwise specified, all work required for the installation of the drainage items, irrigation, culverts and the perpetuation of water flow including irrigation ditch changes, temporary pipe installations, and construction, maintenance and removal of detours, temporary embankment widening and removal, and temporary culvert extensions, and all other incidentals are to be included in the cost of other items, with no additional compensation. When the present traveled way is temporarily disturbed prior to grading operations to install drainage features, replace upper elevations of cuts and trenches with base course and compact to at least original thicknesses. Repair and maintain street sections opened up for drainage construction with a minimum of 0.20-foot thickness of bituminous surfacing to provide a smooth riding surface. Costs of replacing surfacing and maintaining temporary patches are included in the cost of other items, with no additional compensation. Provide detours or temporary shoulder widening as necessary when removing or installing culverts at no additional cost to the Owner. Detours and shoulder widening tapers shall meet standards for a 25 mph construction zone design speed. Include the detour and/or shoulder widening plans as part of the Traffic Control Plan submittal and approval process. Provide traffic gravel and apply aggregate treatment to all detours. The Owner will not incur any costs for detours and/or shoulder widening. 16.7 WARNING SIGNALS. All streets which are closed to traffic shall be protected by means of barricades mounted with acceptable warning signs. Barricades shall be located at the nearest intersecting 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 1 I SPECIAL PROVISIONS Page 11 of 57 I 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 operating from sundown to sunrise. 16.8 WINTER SHUTDOWN. Obtain approval of the Owner and Engineer prior to the anticipated winter shutdown period. Construct road sections through at least the first lift of asphalt if they will be subject to traffic during periods of winter shutdown. Provide a minimum 24-foot wide asphalt paved surface acceptable to the Owner and Engineer for all traffic-carrying surfaces during winter shutdown. Include the cost of any temporary pavement required in the cost of other items,with no additional compensation. 17. DISPOSAL,EROSION,WATER POLLUTION,AND SILTATION CONTROL The Contractor is responsible for proper disposal of all waste soils and materials unless otherwise directed herein. Where waste materials are disposed on private property not owned by the Contractor, evidence of property owner's written permission shall be obtained and provided to the Owner. Contractor shall comply with all local, state, and federal laws and regulations pertaining to erosion control, fill in wetlands, and floodplains. The Contractor shall dispose of all refuse and discarded material in an approved location. The Contractor shall comply with all laws and regulations of the Montana Department of Environmental Quality (MDEQ), Fish Wildlife and Parks, and with all other federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. In addition, the Contractor shall conduct and schedule his operations to avoid muddying, or silting of rivers, streams, or impoundments. The Contractor shall be responsible for obtaining any required discharge permits associated with erosion control and groundwater dewatering operations. Contractor's responsibility shall include all cleanup, restoration, etc., of any detention or discharge areas. Prevent trench spoils from entering streams or watercourses. Under no circumstances will equipment be allowed to operate in flowing stream channels. Sediment control provisions shall be used whenever work is conducted adjacent to drainages or watercourses to control silt in runoff. Adequate silt barriers or sediment traps shall be used to comply with statutory requirements for all stream-side work, both during and after working hours. Measures used may include staked straw bales, sediment ponds, and/or staked silt fence (1Vlirafi "Enviro-Fence", or equal). Sediment control measures shall be considered incidental to the Erosion Control and Permits lump sum bid item. The Contractor will be solely responsible for the selection and implementation of sediment control measures to assure permit and statutory compliance. SPECIAL PROVISIONS Page 12 of 57 The Contractor's specific attention is directed to the Montana Water Pollution Control Act and the Montana Stream Preservation Act. The Contractor is responsible for obtaining any required discharge permits associated with erosion control and groundwater dewatering operations. Contractor's responsibility shall include all cleanup, restoration, etc. of all detention and discharge areas. The project disturbance area is greater than 1 acre. The Contractor will be required to submit a Notice of Intent (NOI) & Storm Water Pollution Prevention Plan (SWPPP) to MDEQ for compliance with the General Permit (Storm Water Discharge Associated with Construction Activity). Efforts and costs associated with securing these permits shall be incidental to the lump sum bid item for Erosion Control and Permits. 4 18. PROTECTION OF EXISTING PAVEMENT All equipment shall be fitted with pads on the outriggers and other accessories as necessary to r prevent damage to existing pavement during the project. Any damages to pavement shall be corrected by the contractor, at his expense, in a manner directed by the Engineer. 19. OPERATION OF WATER VALVES All existing 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. See Special Provision subsection 13.7 for additional requirements. 20. SALVAGABLE ITEMS Any items removed from the project site under the terms of this contract shall remain the { property of the City of Bozeman and shall be delivered to a site specified by the City of Bozeman. Should the City of Bozeman 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 cost for this work shall be at the Contractors' expense. 21. ACCESS TO RECORDS The Contractor shall allow access to any books, documents, papers, or 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, or transcriptions. 22. CERTIFICATES OF INSURANCE See also RPA Supplementary Conditions for additional Insurance requirements. The Contractor is responsible for providing the Owner with copies of Certificates of Insurance as discussed in Paragraph 5.03.A of the General Conditions. 22.1 Failure of Owner to demand such certificates or other evidence of full compliance with the insurance requirements outlined in the General Conditions and RPA Supplementary Conditions, or failure of Owner to identify a deficiency from evidence provided, shall not be construed as a waiver of Contractor's obligations to maintain such insurance. 22.2 By requiring the insurance and insurance limits specified, Owner does not represent that coverage and limits will necessarily be adequate to protect SPECIAL PROVISIONS Page 13 of 57 Contractor, and such coverage and limits shall not be deemed as a limitation on Contractor's liability under the indemnities granted to Owner in the Contract Documents. 23. ADDITIONAL INSUREDS In accordance with the insurance requirements outlined in the General Conditions and RPA Supplementary Conditions the following entities shall be included as additional insureds: OWNER: City of Bozeman,Montana ENGINEER: Robert Peccia and Associates ENGINEER'S CONSULTANTS: RESPEC, Allied Engineering Services Use the Additional Insured Endorsement CG 20,32 or equivalent acceptable to the Owner and Engineer. 24. SAFETY STANDARDS The Contractor shall be solely and completely responsible for conditions of the jobsite, including safety of all persons (including employees) and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U.S. Department of Labor (OSHA), and all other applicable federal, state, county, and local laws, ordinances, codes, and regulations. Where any of these are in conflict, the more stringent requirement shall be followed. The Contractor's failure to thoroughly familiarize himself with the safety provisions shall not relieve him from compliance with the obligations and penalties set forth therein. The Contractor shall develop and maintain for the duration of this contract a safety program that will effectively incorporate and implement all required safety provisions. The Contractor shall appoint an employee who is qualified and authorized to supervise and enforce compliance with the safety program. The duty of the Engineer to conduct construction review of the work does not include review or approval of the adequacy of the Contractor's safety program, safety supervisor, or any safety measures taken in, on, or near the construction site. The Contractor, as a part of their safety program, shall maintain at their office or other well- known place at the jobsites, safety equipment applicable to the work as prescribed by the authorities, all articles necessary for giving first-aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of persons (including employees)who may be injured on the jobsite. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Owner and the Engineer. In addition, the Contractor must promptly report in writing to the Owner and the Engineer all accidents SPECIAL PROVISIONS Page 14 of 57 whatsoever arising out of, or in connection with, the performance of the work whether on, or E adjacent to,the site, giving full details and statements of witnesses. If a claim is made by anyone against the Contractor or any Subcontractor on account of any accident,the Contractor shall promptly report the facts in writing to the Owner and the Engineer, giving full details of the claim. The Contractor shall take all necessary provisions for safe handling of chemical amendments and potentially hazardous wastes, including apprising himself N of hazards, developing safety plans, providing emergency and decontamination services, and developing spill containment procedures. 25. PAYMENTS TO CONTRACTOR Q 25.1 Scope. This section supersedes the sections of the General Conditions pertaining to payments to the Contractor, to be in compliance with MCA 28-2-2103 as amended on October 1, 2003. If an alternate billing, approval, and/or payment { cycle is required for this project those provisions are discussed in the { "Instructions to Bidders" section of these Contract Documents, and shall supersede this section on Payments to the Contractor. 25.2 Application for Partial and Final Payment. The Contractor shall prepare and submit four (4) copies of the Application for Payment on a monthly billing cycle. At the preconstruction conference, it will be agreed upon which day of the month this application should be submitted so that it coincides with the Owner's billing approval and payment schedule. After the first partial payment request is submitted the Contractor shall submit their subsequent applications on the same date each month for the duration of the project. After the Contractor submits their Application for Payment the Owner will have twenty-one (21) calendar days to review and approve payment for the entire amount of the request, or the undisputed portion of the request. During this same time period the Engineer will review the payment request and make recommendations to the Owner on the items which the Engineer approves for payment, and which items are in dispute. Items which are in dispute will be documented in writing and provided to the Contractor for correction and resubmission on subsequent payment requests. The undisputed portion will be approved for payment, and will be paid within twenty-one (21) calendar days after approval. Five percent (5%) retainage of all partial payments will be withheld from payment until the completion of the project as discussed in the r Measurement&Payment section of these Special Provisions. The Final Application for Payment, including release of the five percent (5%) retainage, may only be submitted after the Engineer has signed the Certificate of Substantial Completion and all punch list items have been addressed as described in the Supplementary Conditions. 26. GENERAL CONSTRUCTION REQUIREMENTS 26.1 Quality Assurance. The Engineer will monitor the construction of work to determine if the work is being performed in accordance with the contract SPECIAL PROVISIONS Page 15 of 57 i I requirements. The Engineer does not have the authority or the means to control the Contractor's methods of construction. It is, therefore, the Contractor's responsibility to utilize all methods, equipment, manpower, and other means necessary to assure that the work is installed in compliance with the Drawings and Specifications, and laws and regulations applicable to the work. All buried work items shall be installed in the presence of the Engineer or may not be considered for payment. 26.2 Grade and Alignment. The Engineer provided original control benchmarks throughout the entire project. The Contractor shall provide, with his own equipment, tools, material, and labor, all intermediate line and grade control necessary to install the work within the tolerances specified. The Contractor shall calibrate and maintain all line and grade control equipment, including transits, levels, lasers, and other equipment,periodically to assure their accuracy. 26.3 Tolerances. Construction tolerances for the work, shall be as outlined in the Technical Specifications. 26.4 Construction Limits. Construction limits are called out on the Drawings. Disturbance and equipment access beyond this.limit is not allowed without the written approval of both the Engineer and the owner of the affected property. If so approved, disturbance beyond construction limits shall meet all requirements imposed by the landowner; this includes existing roads used and/or improved as well as the construction of new access roads. Special construction, reclamation, or post-construction road ripping or other closure provisions required by the landowner on access roads beyond the construction limits shall be performed by the Contractor at no additional cost to the Owner. 26.5 Areas of Disturbances. Approved areas of disturbance are those areas disturbed by construction activities within the construction limits and along designated or approved access routes. Such areas shall require reclamation and revegetation operations, including grading to the original contours,topsoiling with salvaged or imported topsoil, seeding,fertilizing, and mulching as specified herein. Other areas that are disturbed by the Contractor's activities outside of the limits noted above will be considered as site damage or unapproved areas of disturbance subject to the repair and replacement quality as specified herein. Such areas will also require the reclamation and revegetation operations noted above and as specified herein, but costs of such work shall be the responsibility of the Contractor. This includes areas selected by the Contractor outside the defined construction limits for mobilization, offices, equipment, or material storage. The Contractor shall order sufficient materials to perform the required work for all areas of disturbance. The Owner will pay for the required revegetation work SPECIAL PROVISIONS Page 16 of 57 i 1 in all approved areas of disturbance. The Contractor will pay. for the required revegetation work in all unapproved areas of disturbance. 27. ENGINEERING INTERPRETATIONS The Engineer will have a Resident Project Representative (RPR) readily available to the project during the construction period, who has the authority to make judgment calls on matters dealing with interpretation of the plans and specifications, with the one qualification; that the RPR shall have the right to take twenty-four (24) hours to confer with other Engineers before giving said decision. G When the decision affects a plan design or specification change, more time may be required than i twenty-four (24) hours to gain the necessary Owner and funding source participation in the decision process, including time for formal change order preparation as required. t 28. CONTINUING PERFORMANCE This section supplements the procedures set forth in the General Conditions to be followed in the event any part of the work or any change thereto becomes disputed. Resolution of unresolved disputes is discussed in the General Conditions. Time is of the essence in completion of this project. The Contractor shall continue to actively execute all work. Failure of the Contractor to actively and effectively pursue the work shall be sufficient grounds for the Owner to terminate the services of the Contractor as provided in Section 15.02 of the General Conditions except, however, that a 10-day notice of termination shall be given only once. Resumption of work by the contractor, after receiving notice of termination, will not reinstate the 10-day notice period; and the Owner may at any time after the 10-day period immediately take whatever action the Owner deems necessary to maintain the construction schedule, at the Contractor's expense. 29. ENGINEERING MATERIALS TESTING & CONTROL TESTING All work will be tested and inspected to insure compliance with the Contract Documents. Complete payment will not be made until the Contractor has demonstrated that the work is complete and has been performed as required. If the Engineer detects a discrepancy be- tween the work and the requirements of the Contract Documents at any time, up to and including final inspection, such work will not be completely paid for until the Contractor has corrected the deficiency. A. The Owner's Testing Company shall be responsible for the following testing: 1. Compaction and density testing. p h' d 2. Concrete testing. 3. Asphalt pavement testing including coring. The Engineer shall coordinate and schedule testing services. The Contractor shall provide at least 24-hour notice for required tests to be performed. SPECIAL PROVISIONS Page 17 of 57 Neither tests made by the Engineer or the Owner's Testing Company will relieve the Contractor from his obligation to perform the work and all testing requirements in accordance with the Technical Specifications. The Owner's Testing Company will be paid directly by the Owner. B. The Contractor shall be responsible for and pay for the following testing: 1. Dates of acceptable tests for water mains, which shall include hydrostatic and leakage testing and bacteriological testing. These tests shall be conducted by the Contractor in the presence of the Engineer. The written test results shall be provided to the Engineer 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 Engineer to document these elevations, including providing the equipment necessary to shoot the elevations. The Engineer will have a representative on-site to record the data as the pipe is being installed. The Contractor shall provide safe access to the Engineer for these inspections and cooperate with the Engineer 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 Engineer for these inspections and cooperate with the Engineer to ensure adequate documentation is obtained. 4. Mix designs for Portland cement concrete, asphaltic concrete pavement, and flowable fill. 5. Soils and aggregate materials tests, including but not limited to Proctors, sieve analysis, abrasion, moisture content, gradations, etc. C. 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. Acceptance/Correction of Deficient Pavement Improvements. Acceptance tests shall be evaluated by the Engineer for conformance with the specifications. The Engineer shall determine what corrective action is necessary in order for the improvements to be accepted by OWNER. Corrective action may include total removal and replacement of the deficient material, partial removal and replacement, placing additional material, or in lieu of corrective action, payment of a penalty to the OWNER in certain instances. A. Portland Cement Concrete. If an individual strength test (average of two cylinders tested at 28 days) falls below the specified strength by more than 500 psi, the in-place material represented by the failed SPECIAL PROVISIONS Page 18 of 57 I test shall immediately be randomly cored for acceptance testing. A minimum of three i and maximum of six cores shall be taken. If the average strength tests of the acceptance cores are deficient in strength by more than 500 psi but not more than 1000 psi, the Contractor shall remove and replace the deficient concrete or pay the City of Bozeman 0.25 times the unit price bid times the area determined to be deficient in strength; if the ` average strength tests are deficient by more than 1000 psi, the area of the concrete d determined to be deficient shall be removed and replaced. B. Asphaltic Concrete Pavement. The asphaltic concrete pavement shall be tested and evaluated for acceptance on a lot basis,with one lot being 1000 tons of material. e 1. Thickness. If the average thickness of the pavement cores is more than 1/4" below the plan thickness, or if any one individual core is more than 1/2" below the t plan thickness, corrective action or payment of a penalty will be required. a. Average Thickness Deficiencies. If the average thickness deficiency is i between 1/4" and V2", corrective action such as placement of additional material (i.e. overlay or chip seal), as determined by the Engineer, will be E required. In lieu of placing additional material, the Engineer may allow the payment of a penalty to the City of Bozeman in the amount of 0.25 times the unit price bid of the asphalt pavement times the amount of pavement determined to be deficient. If the average thickness deficiency is more than ( 1/2", an overlay will be required, along with cold milling of the existing pavement to provide for a minimum overlay thickness of 1.5". C b. Individual Core Thickness Deficiency. If any one core thickness is determined to be more than '/2"below plan thickness, additional cores shall be taken at 10 foot intervals parallel to the centerline in each direction from the affected location until, in each direction, a core is found which is not deficient by more than 1/4", in order to determine the extent of the deficient pavement. If the thickness deficiency is more than W', the area that is deficient shall be removed from pavement edge to pavement edge and replaced to bring the non-complying areas to planned thickness. If the thickness deficiency is not more than W', the deficient area will either be removed and replaced to the planned thickness, or a penalty will be paid to the City of Bozeman in the amount of 1.5 times the unit price bid times the amount of pavement that is deficient in thickness. 2. Density. The average density of the pavement cores shall equal or exceed 93% of the maximum density as determined by ASTM D2041 (Rice's density). If the average density is less than 93% but more than 90.9%, the pavement that has deficient compaction shall be milled and overlaid (1.5" minimum depth), or a penalty in the amount of 0.10 times the unit price bid for the pavement material times the amount of pavement that has deficient compaction shall be paid to the City of Bozeman. If the average density is 90.9% or less, the pavement area affected will be removed and replaced or overlaid as determined by the Engineer. SPECIAL PROVISIONS Page 19 of 57 If any one core is determined to have a density of less than 86%, additional cores shall be taken at 10 foot intervals parallel to the centerline in each direction from the affected location until, in each direction, a core is found which has a density of at least 91%. The area that is determined to have deficient compaction shall be removed from pavement edge to pavement edge and replaced, or a penalty will be paid to the City of Bozeman in the amount of 1.5 times the unit price bid times the amount of pavement that is deficient in density. 30. CONSTRUCTION SURVEYS BY CONTRACTOR The Contractor will be responsible for all layout and construction staking utilizing the Engineer's existing control and coordinate data for street, sidewalks, monuments, manholes, and any other construction which requires surveying. Dimensions and elevations indicated in layout of work shall be verified by the Contractor. Discrepancies between Drawings, Specifications, and existing conditions shall be referred to the Engineer for adjustment before work is performed. Existing Engineer Control: The Engineer has set survey control (horizontal and vertical) for use in the design and ultimately the construction of these improvements. A listing of the coordinates and vertical elevation for each of these control points is included in the Drawings. From these control points the Contractor shall layout the work by establishing all lines and grades at the site necessary to construct the work and shall be responsible for all measurements that may be required for the execution of the work to the location and limit marks prescribed in the specifications or on the Contract Documents. Several of the Engineer's control points may have been disturbed or accidentally removed before contractor layout begins. The Contractor will be responsible for verifying the accuracy of all control points and laying out all critical project points with the remaining control points. The Contractor will be responsible for preserving and protecting the survey control until proper referencing by the Contractor has been completed. Any survey control obliterated, removed, or otherwise lost during construction will be replaced at the Contractor's expense. Any claims relating to survey location or construction staking accuracy must be supported by original control point data and verified in the field to the satisfaction of the Engineer. The Contractor will utilize the services of a Professional Land Surveyor, currently licensed in the State of Montana, for the construction staking for this project. Minimum project staking frequencies are as follows: 1. Utility Mains: All utility mains shall be staked with offset hubs every 50 feet with elevation and cut/fill and station information clearly identified. In addition, all services, laterals, tees, fittings, stub-outs, angle breaks, valves, hydrants, curb stops, manholes, drain inlets, area drains and caps (for both services and mains) shall be staked with two aligned offset hubs with cut/fill and station information to pipe inverts clearly identified. 2. Roadway and Sidewalk Elements: All subgrade surfaces shall be staked (with SPECIAL PROVISIONS Page 20 of 57 blue tops) every 50 feet longitudinally and at all horizontal and vertical control points. All base/subbase course gravel surfaces shall be staked (with blue tops) every 25 feet longitudinally and at all horizontal and vertical i control points. When in cut or fill sections, exceeding 2 feet in depth from existing at centerline, slope staking shall be provided every 25 feet longitudinally. i 3. Curb and Gutter: All curb and gutter and curb cuts shall be staked at a minimum every 25 feet and at all horizontal and vertical control points, with one offset hub with cut/fill values referenced to full height curb. When p possible, curb radius points shall be staked with a hub (no elevation or cut/fill information required). 4. Other Elements: Other staking elements to include right-of-way lines, construction permit lines, easements, utility relocations, culverts, storm water ponds, retaining walls, driveways, ADA ramps, mailboxes, monument boxes, signs, lighting features,pavement markings, and trees. t The Contractor will field verify the vertical elevation of all system manholes. The Contractor will not order manholes until the field verification of rim elevations and exploratory excavations where specified, are complete and furnished to the Engineer for verification. Contractor shall be aware of property pins. Damage to these pins will require replacement of such by a registered land surveyor at no cost to the owner. F The Contractor shall establish benchmark elevations for all new hydrants on the project. Benchmarks shall be set on the hydrant bonnet bolt closest to the point of the operating arrow on Mueller hydrants and on the bury depth tag on the hydrants. The elevations shall be certified by a P.L.S. registered in the state of Montana. The datum used as the basis for the elevations shall be clearly identified. Prior to commencing work, the Contractor shall carefully compare and check all drawings, each with the other that in any way affects the location or elevation of the work to be executed by him, and should any discrepancy be found, he shall immediately report the same to the Engineer for verification and adjustment. Any duplication of work made necessary by failure or neglect on his part to comply with this function shall be done at the Contractors' sole expense. For surveys necessary to determine the amount of progress payments, the Contractor will be required to furnish all personnel, equipment and material required to make such surveys as are necessary to determine the quantities of work performed or placed during the period covered by the progress payment. All original field notes, computations and other records taken by the Contractor for the purpose of quantity and progress surveys shall be furnished promptly to the Engineer and shall be used to the extent necessary in determining the proper amount of payment due to the Contractor. These field notes, computations and other records shall be neat and orderly. Field notes shall be complete and in a standard format approved by the Engineer. Unless waived, all quantity surveys made by the Contractor may be reviewed by the Engineer. SPECIAL PROVISIONS Page 21 of 57 31. SITE ACCESS The Contractor shall not unreasonably encumber the site or public rights-of-way with his materials and construction equipment. The Contractor shall comply with all reasonable instructions of the Owner's representative and the ordinances and codes of government agencies regarding signs,traffic, fires, explosives, danger signals and barricades. It may be necessary for the Contractor to secure a private parking area to stage from and to park vehicles and equipment. Costs associated with any offsite staging or parking areas shall be considered incidental to the project. 32. CONSTRUCTION FACILITIES a. Temporary Utilities. The Contractor shall provide all temporary electrical, lighting, telephone, heating, cooling, ventilating, water, sanitary, first aid, fire protection, and other utilities and services necessary for the performance of the work. All fees, charges, and other costs associated therewith shall be paid for by the Contractor. b. Barriers. 1. The Contractor shall temporarily remove fences, signs, barricades, minor structures, and other obstructions that interfere with the prosecution of the work. Removal shall not extend beyond designated construction limits or rights-of-way without first obtaining written authorization from the owner of the barrier. 2. Fences and barricades used for the confinement or exclusion of livestock, animals, or persons shall be replaced at the end of each work day to the extent necessary to perform the restrictive intent of the barrier. 3. Unless otherwise directed by the Engineer or indicated on the Drawings, all barriers so removed shall be replaced following the completion of the work to as good or better condition than existed prior to the start of work. This requirement applies to small trees and decorative shrubs as well as signs, fences,barricades, and minor structures. 4. The Contractor shall replace at their own expense all barriers damaged or destroyed. c. Securily. The Contractor shall provide all security measures necessary to assure the protection of his plant and equipment, products and materials in storage, completed work, and the project in general. 33. CONSTRUCTION WATER AND DISPOSAL Water for compaction efforts or other work as needed by the Contractor shall be supplied by the Contractor. Water from the City of Bozeman's municipal system may only be obtained from the metered service located at the city shop complex. The Contractor shall pay for the cost of the water used at a rate determined by the City of Bozeman Water Department. SPECIAL PROVISIONS Page 22 of 57 i 1 i Disposal of used water shall be the responsibility of the Contractor. Discharges to the surface i are subject to permit and regulatory requirements. Discharge of chlorinated water is the responsibility of the Contractor. Discharge.to sewer or storm drains must be coordinated with and approved by the Owner. ` 34. GROUNDWATER,DEWATERING AND BYPASS PUMPING s Groundwater will be encountered when excavating for culverts, storm drains, trenches, water lines, electrical foundations, and other roadway features. Groundwater may be experienced at shallow depths. Groundwater levels may fluctuate over the seasons and over the years. Make appropriate provisions for groundwater and necessary dewatering. i i The Contractor shall submit a plan for dewatering to the Engineer, but this plan is for { informational purposes only. The Contractor is responsible for determining the appropriate method of dewatering and analyzing whether any dewatering will affect existing utilities, ' structures or buildings. The Contractor shall also be responsible for obtaining the necessary permits for discharge of the dewatering operations. All excavations that experience groundwater need to be dewatered properly and kept dry at all times. Design any dewatering wells to prevent piping of fines from the alluvial gravels into the collected water, which can leave voids and cause subsidence. Installation of pipes, culverts, mains, and inlets/manholes may require bypass pumping due to groundwater infiltration and/or pipe flows. Provide all items necessary for bypass pumping including materials, labor, tools, and equipment. Any damages incurred from dewatering activities and bypass pumping are the responsibility of the Contractor. Include all costs for dewatering and bypass pumping in the unit bid price for Dewatering. 35. SMOKE AND DUST CONTROL The Contractor shall obtain information for all applicable State Board of Health requirements d and similar state or federal requirements pertaining to control of or abatement of air pollution. The Contractor shall have provided or be prepared to provide such air pollution control measures as are required to comply with the minimum standards established by such agencies. f Hauling of material and transport of equipment along public roadways or through the towns and adjacent other structures and dwellings shall require effective dust abatement procedures. This also applies to the unloading and placement of spoils material at deposition sites. The Contractor shall utilize environmentally sound methods for watering and/or otherwise chemically treating dust generating surfaces to comply with all applicable legal standards for airborne particulates. Prior to any work, the Contractor shall submit a written plan for dust abatement procedures identifying at a minimum the following: a. Times and nature of dust generating activity on public roads and at deposition sites. b. Nature and chemical characterization of dust abatement materials to be used. C. Method of application of dust abatement materials to be used. d. Time schedule for application of dust abatement materials to be used. SPECIAL PROVISIONS Page 23 of 57 e. Availability of equipment and operators for emergency application of dust abatement materials at other than scheduled times. Watering for dust control is considered incidental to the Contract and shall be performed at no additional cost to the Owner. 36. SUPERINTENDENT The Contractor's Superintendent in charge of all operations must be on-site during all construction activities. The Superintendent shall be able to direct the work and make decisions either directly or through immediate contact with their supervisor. The Superintendent must be qualified to do such work and shall be the same person throughout the project. Substitutions for the Superintendent can be made with the approval of the Owner and Engineer. The Owner reserves the right to stop construction if the Superintendent is absent from the site during construction activity. Additional Contract Time will not be allowed due to such stop work orders. 37. SANITARY FACILITIES The Contractor shall furnish, install, and maintain ample sanitary facilities for all workmen. Enclosed temporary toilets shall be placed as required by the sanitary codes of state and local governments. All such facilities shall be furnished in accordance with existing and governing health regulations. Costs for furnishing, installing, and maintaining sanitary facilities shall be considered incidental to other items of work, and no additional compensation will be allowed. 38. USE OF COMPLETED PORTIONS The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding that the time for completing the entire work or such portions may not have expired; but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documehts. If such prior use causes refinishing of completed work, the Contractor shall be entitled to such extra compensation or extension of time or both, as agreed by the Owner. 39. RECORD DRAWINGS a. The Contractor's Superintendent shall maintain at the project site, a "Record Set of Drawings" showing field changes, as-built elevations, unusual conditions encountered during construction, and such other data as required to provide the Owner with an accurate"as constructed" set of record drawings. b. The record drawings and survey data shall be made available to the Engineer at all times. This includes all field books, notes, and other data developed by the Contractor in performing surveys required as part of the work. The Contractor shall furnish the "Record Set" to the Engineer following the Final Inspection of the Project. c. The Contractor's final estimate and final payment will not be processed until the "Record Set" of drawings are received and approved by the Engineer. SPECIAL PROVISIONS Page 24 of 57 40. OSHA REGULATIONS The Contractor will be required to comply with current Occupational Safety and Health Administration (OSHA) Construction Standards for Excavations. Any conflicting information between OSHA documents and these Contract Documents shall be revised so that the OSHA document requirements supersede and take precedence over all other conflicting information. The Contractor shall be required to obtain copies of the OSHA document and to complete a Y review of the same to avoid misinterpretation of their regulations. The Contractor shall prevent employee exposure to potentially harmful levels of contaminants and assure acceptable OSHA worker safety procedures are implemented. i 41. SHORING f The Contractor is responsible for providing all shoring or sheet piling during construction. It is Y the Contractor's responsibility to provide adequate shoring to ensure that construction does not enter on to adjacent private properties and that the structural integrity of existing buildings, structures, or ponds near the construction is maintained. In lieu of shoring, the Contractor may negotiate the infringement onto these properties with the appropriate owners, however, these negotiations will not be included as part of this project or contract. All deep excavations over 20 feet in depth and all shoring systems shall be designed and stamped by a Professional Engineer p licensed in the state of Montana. r 42. CONTAMINATED MATERIALS a. General. If contaminants are encountered, the Contractor shall immediately notify the Owner, Engineer and the Montana Department of Environmental Quality (MDEQ). b. Procedures at Soil Contaminant Sites. Since the scope of the project is not designated as cleanup, any contaminated soil material shall be separated during the excavation process from non-contaminated soil material, temporarily stored and protected on the site, and then returned to the trench for use as backfill E material. Measures shall be taken to address the following requirements: 1. Contractor shall comply with all applicable OSHA regulations to protect the health and safety of their employees from known or suspected hazards in the Work environment. For a Contractor working near any discovered or identified contaminant areas during the process of the Work, Contractor shall be required to demonstrate employee training similar to the Y requirements of 29 CFR 1910.120(e)(3) for "routine and non-routine site employees" on a hazardous waste site. Contractor shall be required to properly secure the site to protect and prevent exposure of the public to the contaminated materials. 2. The pipe materials shall be stored,handled and installed to prevent contact with any contaminants and where directed by Engineer, prevent migration of the contaminants from the area. SPECIAL PROVISIONS Page 25 of 57 3. The temporary site storage of metals contaminated soils and materials shall require securing the material from access by all unauthorized parties. The material shall be covered and provisions made to prevent migration of the contaminants from the source material by rainstorms or other events. The material shall be placed either on an impervious liner material, or on the asphalt street surface. The material shall not be mixed with non- contaminated materials in as much as is practicable. 4. Excavated materials to be returned as backfill shall be replaced near the site of origin from the trenches. c. All work related to providing training personnel and to the handling of contaminated soils as per these specifications shall be incidental and no separate payment shall be made. d. When contaminants other than metals contaminated soils are encountered during the project (such as hazardous substances or wastes), the situation will be addressed by the Owner, Engineer and Regulatory Agencies at the time of discovery. 43. CLEANUP Daily Cleanup Requirements. The Contractor is responsible for keeping all public streets, sidewalks and driveways free of tracked mud and other construction related debris. The Contractor will be required to perform daily cleanup activities on an "as needed" basis. At a minimum, the Contractor shall perform daily cleanup activities at the end of each working day. At any time, if the Owner or Engineer deems that it is necessary for cleanup activities be performed, the Contractor shall immediately take action to satisfy the cleanup request. If the Contractor is not immediately responsive in the requested cleanup activities, a written order to stop work on the project can be issued (General Condition 13.05). Only after proper cleanup procedures have been completed will the Contractor be allowed to resume.work. 44. TEMPORARY PEDESTRIAN ACCESSIBILITY Pedestrian facilities and crossings exist within the project limits. During construction provide the same level of accessibility on these routes as currently exists, in accordance with the City of Bozeman Modifications to MPWSS and Part 6 of the MUTCD. Items to perpetuate temporary pedestrian accessibly and crossings may include, but are not limited to, temporary curb ramps, temporary detectable warning panels, sidewalk detours and diversions. Restore all pedestrian facilities and crossings to match existing conditions during winter shutdown. This work is incidental to and absorbed in the various traffic control bid items. No separate measurement or payment is made. SPECIAL PROVISIONS Page 26 of 57 I ' 45.PROTECT EXISTING TREES ' Protect existing trees located outside the construction limits or roadway clear zones, within construction permit areas, or as noted on the plans. Do not disturb trees that are not designated for removal in the plans. If the Contractor proposes to remove a tree not designated in the plans, notify the landowner and obtain approval of the Engineer 24-hours in advance of tree removal. Coordinate tree trimming and protection activities with the City of Bozeman Forestry Supervisor Alex Nordquest prior to construction at 406-582-3205. Protect trees from damage to the bark, limbs, and root systems. Wrap trunks with approved f protective material, or fence to the drip lines with temporary fence made of polyethylene or i polypropylene that is orange in color. Do not place, park, drive, or store construction equipment, gravel, soil or other materials on the surface of any unpaved areas within the drip lines of trees to remain in place. Do not deposit chemicals,rinse water, or petroleum products within the drip lines. 4 Notify the City of Bozeman Forestry Supervisor and the Engineer prior to any construction activities around trees to remain in place that have potential roots or branches infringing into the work zone for an initial inspection. Provide preventive action if necessary to prevent damage to 4 overhanging limbs, tree trunks or underlying roots which may be damaged from construction activity. Provide an approved arborist to repair trees damaged during construction activities at no additional cost to the Owner. If the Contractor severely damages a tree not designated for c_ removal, replace the tree with a similar species subject to the approval of the landowner and Engineer, at no additional cost to the Owner. Include all costs necessary to perform this work in the bid price of associated items.No separate measurement or payment is made. 46. SPRINKLER SYSTEMS A. General. Do not damage existing sprinkler and/or irrigation systems that are not in conflict with the proposed work in this contract. If relocated or existing systems that are not in conflict are damaged as part of construction activities, repair any damage to the systems to the approval of the Engineer and landowner at no additional cost to the Owner. Relocate and replace in-kind all system components for all locations where existing sprinkler systems conflict with the proposed work. B. Materials. Obtain the Engineer's approval of the location and materials prior to repair, relocation, and/or replacement of systems or components. All irrigation facilities are to be activated and adjusted if necessary, after construction activities are complete to ensure spray adjusted, rY� P p Y patterns meet the approval of the landowner and Engineer. SPECIAL PROVISIONS Page 27 of 57 C. Measurement and Payment. If damage is caused to sprinkler and/or irrigation systems that are not in conflict with the proposed work, repair and/or replacement of the damaged components or system is at the Contractor's expense. Payment for relocation and/or replacement of sprinkler and/or irrigation systems in direct conflict with the proposed work will be paid for per each separate system of Adjust Sprinkler System, including all labor and materials for an operational system. 47. TOPSOIL Strip sufficient amounts of topsoil from within the construction limits to ensure replacement quantities are available to cover the disturbed areas within the construction limits with a 6-inch thick layer of topsoil. If sufficient topsoil is not available on the project site, provide imported topsoil to cover disturbed areas. Plan quantities of salvaged and imported topsoil are estimated and actual quantities will vary. Stockpile topsoil at locations within the right-of-way approved by the Engineer. When construction operations do not permit stockpiling within the right-of-way, arrange for stockpile sites outside the right-of-way at no additional cost to the Owner, to be approved by the Engineer or Owner. Construct stockpiles so drainage is maintained and topsoil is easily reclaimed. Provide erosion controls following best management practices and any applicable permitting requirements. Place topsoil on the completed graded roadway to the lines, grades, and elevations specified. The Cross Sections show the finished grade at the top of the topsoil layer. Unless directed by the Engineer, place topsoil on all slopes, excluding slopes 211:1 V or steeper. Place topsoil to an average 6-inch thick loose depth and uniformly spread on all disturbed slopes. Finish the disturbed areas in accordance with the Landscaping provision. Provide imported topsoil meeting the requirements of MDT Standard Specification 713.05. 48. SUBEXCAVATION AND GEOSYNTHETIC Subexcavation shall be performed only as specifically authorized by the Engineer. Backfill shall be imported 3-inch minus pit run gravel material meeting the gradation in MPWSS 02230.2.3.B.2, or as specifically directed by the Engineer. The geosynthetic shall be Tensar TX- 140 over 6-ounce non-woven fabric placed on the subgrade, or Mirafi BP-370 placed on the subgrade. Substitution of the geosynthetics is NOT permitted unless accompanied by a project pavement design stamped by a registered Professional Engineer in Montana. Subexcavation replacement below subgrade with imported material will be paid at the contract unit price per cubic yard. Geosynthetic will be paid at the contract unit price per square yard. The proposal estimates quantities of subexcavation and geosynthetic. This quantity only establishes a unit bid price. The actual amount of subexcavation and geosynthetic needed to SPECIAL PROVISIONS Page 28 of 57 I I complete the project is unknown. No adjustment in the unit bid price will be made regardless of final quantities of subexcavation and geosynthetic used. The Contractor shall provide haul tickets to the Engineer at the end of each working day summarizing how much material was placed and where it was placed. No payment will be made, ` under any circumstance, for 3-inch minus material not documented on haul tickets. l 49. STREET EXCAVATION e Street excavation is the excavation and disposal of all material within the street template as shown on the plans and cross sections as the construction (cut/fill) limits. Street excavation ` includes removal and disposal of existing curb and gutter, pin down curbs, asphalt and concrete pavement, gravels, base courses, and sidewalk.No separate measurement or payment is made for removal or disposal of existing roadway items within the construction limits. 50. SLOTTED DRAIN Furnish all materials, labor, and equipment necessary to construct a slotted drain system located in 4 the flowline of the modified concrete valley gutter, as shown on the Drawings. Provide a Contech Slotted Drain with a corrugated steel pipe for AASHTO H20/H25 loading, or approved equal. 4 Install in accordance with manufacturer's recommendations. Provide flowable fill backfill around the drain system, as shown on the details. 51. ELECTRICAL A. GENERAL. Electrical work includes new corridor lighting with powder coating "Hunter Green" along Baxter Lane. 4 ( This provision for lighting installations is intended to provide a set of minimum standards d that shall be followed for street lighting within the City of Bozeman public right-of-way. The plans and this provision shall apply to all materials supplied, methods, and procedures of work to be followed, and other general minimum requirements that shall be complied with before work is accepted by the City of Bozeman. t The City of Bozeman has adopted the latest editions of the following as part of these standard specifications: 1. Standard Specifications for Road and Bridge Construction, Montana Department of Transportation, and all amendments and revisions pertaining thereto. 2. Manual on Uniform TrafficControl Devices, Federal Highway Administration 3. NFPA 70-National Electrical Code 4. NESC-National Electrical Safety Code j Coordinate all electrical work between Contractors, the Engineer, Owner, affected utility companies prior to the commencement of the work. Warp new conduit installations as necessary to avoid existing boulevard landscaping and utilities. Do not install concrete foundations until the Engineer's approval is obtained for the electrical submittals. SPECIAL PROVISIONS Page 29 of 57 B. EQUIPMENT LIST AND DRAWINGS. Carry out submittals in accordance with Subsection 617.03.2 of the MDT Standard Specifications. No extension of contract time will be allowed due to delay in receiving and/or processing electrical submittals. C. MATERIALS AND INSTALLATION. When not specified in this provision, conform to the latest edition of the Standard Specifications for Road and Bridge Construction and Supplemental Specifications. Additions, exceptions or modifications to the Standard Specifications follow: 1. Foundations a. Light Standard Foundations. In locations where the roadway is not curbed, and/or in dirt,the top of the foundation shall be six inches above the grade of the edge of the pavement or as directed by the Engineer. The top of the foundation shall be finished smooth and have a 3/4-inch chamfered edge. Where caisson foundations are located in the sidewalk, the caisson foundation shall be installed to 6 inch under finished curb or sidewalk grade or as directed by the Engineer. Where foundations are to be installed in dirt, landscaped areas, or any other situation where the top of the caisson is not being installed with an existing sidewalk or concrete improvement, the contractor shall use sono-tube on the top section of the caisson for finished appearance. As an option to the foundation size and reinforcements shown in the plans, a structural professional engineer licensed in the state of Montana shall determine the foundation size (depth and diameter) and concrete reinforcement for the specific light standard configuration. b. Concrete Foundation Pads. All lighting control center cabinets that are to be installed in concrete, shall have either, an approved anchor bolt template with bolts installed before concrete pour, or upon approval of the Engineer, be installed using approved concrete drop in style anchors. All lighting control center cabinets installed in areas other than concrete, shall be installed to their marked grade on a concrete foundation pad with 24-inch depth, sized to fit cabinet dimensions with 3-inch minimum to 6-inch maximum offset of concrete on all sides of the enclosure. Provide 3-foot x 3- foot step pad with a maximum slope of 1V:24H. C. Concrete Fill for Pedestal Type Cabinets. All pedestal type cabinets mounted on galvanized strut-channel supports shall have concrete filled post holes with a minimum depth of 36-inches and minimum diameter of 9-inches. 2. Plastic Conduit—PVC All PVC conduits shall be schedule 80 type EPC-80-PVC. PVC conduit shall be manufactured of high-impact PVC, and shall conform to industry standards and commercial standard CS-207-60 and NEMA TC 2. SPECIAL PROVISIONS Page 30 of 57 When bending PVC conduit, a water bending process may be used. This shall consist of a water filled steel pipe 4-feet long, heated to the temperature that will render the PVC conduit pliable in 30 seconds after insertion in the pipe. The conduit may then be bent to the desired angle and held in an appropriate jig for a cooling period. 1 The Contractor may use other methods of bending PVC conduit if the preceding method is found unsuitable due to climatic conditions, but only after demonstrating the proposed method to the Engineer and receiving the Engineer's approval. Bends in PVC conduit shall be made and conform to all appropriate sections of the National Electric Code or local codes governing bending radius, and the number of bends allowed as applicable for rigid conduit. Conduit bends, except factory bends, shall have a radius of not less than six times the inside diameter of the conduit. t ! 3. Plastic Conduit—HDPE All HDPE conduit shall be factory lubricated, low friction, high-density conduit constructed of virgin high density polyethylene resin. Conduit shall be capable of being coiled on reels in continuous lengths, transported, stored outdoors, and subsequently uncoiled for installation, without affecting its properties or performance. Bored electrical conduit shall be HDPE and installed using trenchless technology of either jacked conduit or directional boring. 4. Steel Conduit All steel conduit for exterior use shall be Galvanized Rigid Conduit (GRC) for surface mounted above grade installations. Polyvinyl Chloride coated Galvanized Rigid Conduit (PVC coated GRC) may be used for below grade installations, encased in concrete and above grade where exposure to water is imminent. GRC conduit shall comply with ANSI C80.1 and UL 6. PVC coated GRC shall comply with NEMA RN 1. Coating thickness shall be a minimum of 0.040-inch (1mm), both inside and out. 5. Conduit Installation All conduit direct buried in contact with earth shall be PVC, HDPE or PVC coated GRC. ( PVC conduit Installation through foundations (other than light standard foundations) shall have transition to GRC or PVC coated GRC prior to exposure above foundation. Underground conduit shall have the following minimum diameter trade size conduit, unless otherwise approved by the Engineer. a. Conduit Sleeves Under Roadways: 3-inch minimum b. Conduit in Typical Trench: 2-inch minimum c. Conduit from Pull Box/Splice Box to Foundation: 1-inch minimum d. Conduit to Pathway Luminaires:3/4-inch Conduits shall be placed a minimum of two feet from the back of curb. I SPECIAL PROVISIONS Page 31 of 57 All existing conduits shall be cleaned with a mandrel or cylindrical wire brush and all conduits (existing or new) shall be blown out with compressed air, before conductors or signal facilities are installed. All conduits shall contain a mule tape pull rope of at least 1250 pounds strength with footage marking tape. In occurrences that require complete intersection rewiring or new construction, a 12 AWG tracer wire shall be installed across every conduit leg, and conduit plugs shall be installed in all conduits. Pull rope with footage tape, tracer wire, and conduit plugs shall be included in the price of electrical conduit. When conduit is specified to be installed under existing pavement by directional line boring, the boring pits shall be kept a minimum of 2 feet clear of the edge of pavement whenever possible. Conduit installed under pavement, sidewalk, dirt, sod or any condition other than under an existing roadway shall be installed with not less than 24 inches of cover to the top of the conduit. Under existing roadways, conduit shall be installed with not less than 30 inches of cover to the top of the conduit. 6. Pull Boxes All pull boxes and covers must be made of polymer concrete with fiberglass reinforcement with a traffic rating of TIER 22. Pull boxes shall be labeled "ELECTRIC" on pull boxes containing electrical power or "LIGHTING" on all pull boxes containing street lighting conductors. The labeling must be cast into the cover and not a separate independent tag. When pull boxes are located behind sidewalk or in non-pavement areas, they shall be surrounded by a class B concrete collar to the dimensions shown on the plans. Maximum distance between pull boxes is 200 feet. Street crossings for conduit runs need to have a pull box at each side of the street crossing. Pull boxes are to be installed at each street corner where conduit takes a 90-degree bend around the corner of the block. Provide a Type 1 or Type 2 pull box by each street light with smaller 1.5-inch diameter conduit allowed going into light base from pull box. Box size shall be determined by the diameter of the Largest Trade Size Conduit (LTSC) installed in the box. For conductors 6 AWG or smaller, the box shall be sized six times LTSC in width or length dimension. For conductors 4 AWG and larger, the box shall be sized eight times LTSC in width or length dimension. For future expansion, empty conduit, with nylon or polyester tape pull tape of at least 1,250 pounds strength with footage marking tape, shall terminate in a pull box. Stub spare conduit(s) out of the box and cap below grade at 2 feet from the box, in the direction of future expansion. Label conduit stub out(s) in pull box "for future expansion to the direction of expansion". SPECIAL PROVISIONS Page 32 of 57 i Wire connections in pull boxes should use waterproof, insulated multi-tap connectors, by Burndy, or IIsco, or equivalent. 7. Wiring All wiring shall be copper conductors installed in conduit to meet the National Electric Code. Minimum size current carrying conductor for exterior installations shall be #10 AWG copper. Furnish conductors of solid or stranded copper of the gauge shown in the contract. Insulation for conductors must be Type THW, XHHW, XHHW-2, USE, RHH, RHW, THWN, and THWN-2. All insulation must be designed for 600 volts and meet NEC requirements. Metal Clad cable (MC) or Armored Cable (AC) shall not be allowed in exterior applications. Exterior lighting shall be powered at 120/240V-1PH-3W unless otherwise noted on the plans. Wiring color code shall be as follows: Line 1 =Black Line 2=Red Neutral=White Ground=Green 8. Bonding and Grounding All PVC or PVC coated GRC conduits from a metered power source shall have a Q raceway ground conductor installed with the current carrying conductors, sized to the NEC. Ground conductor shall have the size. increased to match current carrying conductor size increase for voltage drop purposes. - d All light standard foundations shall have a 5/8-inch diameter x 8-foot long, copper clad F driven ground rod installed in the pull box next to the light standard. Top of rod shall be a minimum of 4-inches below grade. Exothermic weld or underground rated lug connect a#6 AWG soft drawn bare copper conductor from rod through %2- inch trade size conduit in the foundation to the lug on the pole in the back of the hand hole. All grounding electrodes shall be bonded together per the NEC. i 9. 35' Luminaires with Cobra LED Assembly,with Powder Coat a. General. Furnish galvanized steel luminaire standards powder coated "Hunter Green", and meeting MDT Type 10 in accordance with the provisions of Subsection 703.04.4. Furnish 10' mast arms in accordance with Subsection 703.04.5. Furnish Cobra LED assembly. Provide breakaway bases on all luminaires to meet the criteria set forth in the AASHTO publication Standard Specifications for Structural Supports for Highway Signs,Luminaires, and Traffic Signals. All luminaires shall be light emitting diode (LED). Color temperature 3000K, per ANSI C78.377-2011 standard. ` All luminaires shall be equipped with a surge suppression device with a minimum SPECIAL PROVISIONS Page 33 of 57 immunity level of IOkV. All luminaires shall have a minimum ingress protection (IP)rating of IP66, and shall be UL/ETL listed for wet locations. All luminaires shall be equipped with a 0-10V or DALI dimming driver, capable of receiving input line voltage 120V-277V. Driver shall comply with Federal Communication Commission (FCC) 47 Code of Federal Regulations (CFR) part 15 non- consumer radio frequency interference (RFI) and/or electromagnetic interference (EMI) standards. Minimum power factor (PF) shall be 0.9 at full input power. Maximum total harmonic distortion(THD) shall be 20 percent at full input power. A minimum 10-year warranty is required for all parts,materials, and shipping required to repair or replace luminaire. All luminaires are to be equipped with an ANSI C136.41 7-pin receptacle. Shorting caps are to be installed on each luminaire. Luminaires are to have either a Type II or Type III distribution, as shown on the Drawings. Access to all internal parts requiring replacement shall not require tools (i.e., "tool-less entry"). Luminaire shall be tested in accordance with IES LM79 and TM21 certifying photometric performance and rated life, respectively. LM79 (performance) and TM21 (predicted life) testing shall both be for the same luminaire's operating drive current as specified. Luminaire system efficacy shall be no less than 80 lumens per input watt. Luminaire shall have an external label per ANSI C136.15 and internal label per ANSI C136.22. Luminaires shall be equipped with internal leveling bubble. Breakaway connections using sheer bolts must have a skirt to protect the bolts. Luminaires shall be powder coat finished hunter green. Luminaire distribution shall be equal or less than the Illuminating Engineering Society of North America's (IES) TM 15-11 Backlight,Uplight, and Glare (BUG)ratings as follows for Collector and Arterial streets: B3 UO G2. SPECIAL PROVISIONS Page 34 of 57 1 I b. Installation. Luminaires shall be mounted in accordance with the manufacturer's specifications. Plumb or level all elements, symmetrically arrange, and securely assemble. Conceal all conductors in the poles and assembly. I Luminaires shall have an adjustable slipfitter-type mounting system for the installation on 1.25 -inch (1.66-inch o.d.) to 2-inch (2.375-inch o.d.) outside diameter pipe tenons. Slipfitter shall consist of a two-piece clamp and four 9/16-inch hex bolts. Slipfitter shall allow for a vertical tilt adjustment of +/- 5 percent in order to mount plumb for a UO rating. Approved manufacturers of Cobrahead style are Cree XSP, Lumec Roadfocus, and GE Evolve LED Cobrahead, or approved equal to be approved by the Engineer. Design calculations were based on Lumec Road Focus 145W LED (145W64LED3K-T- R3 M-Ul`IIV-DMG-FAWS-RCD7-SPI-PH9). 10. Poles All poles, mast arms, and luminaires for street lights and signal poles shall be round, tapered steel with galvanized, or galvanized and powder coat finish of hunter green. All poles, foundations, and breakaway bases shall meet the criteria set forth in the AASHTO publication Standard Specifications for Structural Supports for Highway Signs,Luminaires, and Traffic Signals. Street light standards shall have an access panel and cover near base for access to a wiring, fusible, in-line, water tight, breakaway connectors on wiring in pole hand hole area such as Bussman type water tight fuse holders. 11. Pole Bases l a. General. A breakaway base should be provided for all street light standards. ` b. Breakaway Bolt Couplings. Breakaway bolt couplings are aluminum connectors or sleeves that are designed to shear when the pole is hit. The bottom of the coupling is threaded onto the foundation anchor bolts, and the light standard is attached to the top of the coupling. Four couplings are used with each light standard. Where breakaway supports are required, use the breakaway bolt coupling unless it will not function with ( the approved light standard. I C. Frangible Transformer Base. The frangible transformer base consists of a cast aluminum apron between the concrete foundation and the base of the pole. It is designed to deform and breakaway when hit by a vehicle bumper. Use the fiarigible transfer base where a breakaway base is justified but breakaway bolt couplings cannot d be used. 12. Powder Coat Finish r Furnish new pole standards, mast arms, luminaire assemblies, cabinets, and all associated f mounting hardware that are powder coated"Hunter Green". ` Furnish materials and submittals conforming to MDT Subsection 710.03 and of a "Hunter,Green" finish color (RAL#6005). Verify the new powder coat color matches the SPECIAL PROVISIONS q Page 35 of 57 I powder coat color on the existing luminaires and signals located along South 19t'Avenue prior to fabrication. Powder coat in accordance with Section 612 of the MDT Standard Specifications. Do not powder coat anchor bolts and associated hardware. Do not powder coat service assemblies or traffic and pedestrian signal indication housings. The powder coat process may require adequate lead time. Coordinate powder coat scheduling to eliminate project delays. 13. Service Assemblies All street lighting systems shall be metered separately from other uses, except for street lights installed in conjunction with traffic signal poles. Service assemblies and metered pedestals shall be located away from intersection corners, behind the sidewalk, outside of the sight triangle and within the public right-of- way or easement, as shown on the Drawings. Electric services shall use NEMA Type 3R cabinets with hinged, lockable covers and 3/8-inch holes for a padlock. Services shall be equipped with 3-way switches for hand- off-auto operation. Wire photocell on/off control in the auto position. Service assemblies shall house electrically held lighting contactors that are 12-pole with 30-amp contacts rated at 600V and 120V coils. Street lighting circuits shall be automatically controlled with turn lock mounting delayed response photo cells. Service assemblies shall have a 120V, twist-lock receptacle type photoelectric cell with matching receptacle base attached to the assembly with heavy duty galvanized c-channel structure using 1-inch galvanized rigid conduit, mounted 8- feet above.grade. Orient window of photocell to face north. Photocell to operate the lighting contactors for on/off control when hand-off-auto is in the auto position. Meters shall be installed a minimum of 4-feet and maximum of 5-feet above grade to the center of the meter. 14. Submittal Requirements Prior to construction submit shop drawings for all electrical material and equipment. 52. SEEDING 1. Area Descriptions. Lawn: Existing quality seeded areas, existing irrigated areas, or areas near the roadway. Field: Existing native grassed and non-irrigated areas. 2. Seed Mix. Drill seed to a seed depth of 0.25 to 0.5 inches. For small areas inaccessible by drill seed equipment can be broadcast seeded. In these areas double the seeding rate and scarify following seeding to incorporate the seed into the upper 0.25 to 0.5 inches of soil. SPECIAL PROVISIONS Page 36 of 57 f Area Species Seeding Rate lbs/acre Lawn Commercial turf grass mixture, specifically blended for 80.0 and adapted to the Bozeman area. Must contain: 2 varieties of Kentucky bluegrass (50%by weight) 1 variety of turf-type perennial ryegrass (25%by weight) 1 variety of turf-type creeping red fescue 25%by weight) d Field Pryor slender wheatgrass 4.0 Covar sheep fescue 8.0 Rosana western wheatgrass 15.0 Critana thickspike wheatgrass 15.0 Reubens Canada bluegrass 14.0 3. Fertilizer Application. Area Nitrogen P205 i Lawn 10lbs/acre 30lbs/acre Field 10lbs/acre 301bs/acre 4. Compost Area Description Lawn Uniformly apply a dry weight equivalent of 16 tons per acre, roughly 65 cubic and yards per acre, of compost within 4 hours over the seeded areas. Compost can r. Field be applied in dry form with a blower unit or as a hydraulic slurry. `- Within 24 hours following compost application, apply a guar-based tackifier i with hydraulic equipment at a rate of 70'lbs of tackifier per acre. Use Glacier Gold,Big Butte Compost, Earth Systems compost, or approved equal. { 53. MEASUREMENT & PAYMENT a. Scope. This section describes the method of measurements and basis of payment for all work covered by the Contract Documents. For the purposes of this Contract, this Measurement and Payment Section shall govern and take precedence over all other references to measurement and payment(with exception to any addenda) referenced in these specifications. r b. Bid Prices. r The bid price for each item of the Contract in the Bid Proposal shall cover all work shown on the Drawings and required by the specifications and other Contract Documents. All costs in connection with the work, including furnishing all materials, equipment, supplies and appurtenances; providing all required construction support plants, equipment, and tools; and performing all necessary labor and supervision to fully complete the work, shall be included in the unit and/or lump sum prices bid in the Bid Proposal. The amounts shown on the Bid " Proposal shall be the contract price. SPECIAL PROVISIONS + Page 37 of 57 No item that is required by the Contract Documents for the proper and successful completion of the work will be paid for outside of or in addition to the prices submitted in the Bid Proposal. All work not specifically set forth as a pay item in the Bid Proposal shall be considered a subsidiary obligation of the Contractor and all costs in connection therewith shall be included in the prices bid. c. Retainage. Retainage in the amount of 5% will be withheld from each progress payment. d. Estimated Quantities. Any estimated quantities stipulated in the Bid Proposal or other Contract Documents are approximate and are to be used; (1) only as a basis for estimating the probable cost of the work and (2) for comparing the bids submitted for the work. e. Incidentals. The following measurement and payment sections do not necessarily name all the incidental items required by the Contract Documents to complete the work. The cost of all such incidentals shall be included in the various related bid items. Final payment will not be made until the work is complete and accepted by the Owner. f. Method of Measurement. No measurement of items contained in this Contract will be made on items representing a lump sum bid. Measurement of items contained in this Contract will be made on the number of items represented by each unit installed and described in further detail in the payment section. g. Basis of Payment. Item No. Description 1. Mobilization, Bonding & Submittals (May Not Exceed 5% of Total Base Bid): * General: This bid item shall include mobilization, bonding, insurance, and submittals. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Transport and set up all equipment, materials and other items needed to complete the project; • All coordination and compliance inspections required for work; • Bonding and Insurance; • Provide all submittals, the construction schedule, and other paperwork required prior to construction start up. * Measurement: Measurement is one lump sum item. * Payment: Payment is at the unit bid price per lump sum. Payment of this bid item will be allowed once the Contractor is fully mobilized, all submittals are received, and bond and insurance certificates have been submitted and SPECIAL PROVISIONS Page 38 of 57 i approved; thereon 100% payment will be allowed. This bid item may not exceed five percent(5%) of the total base bid. 2. Construction Surveying, Staking & Testing: * General: This bid item shall include providing field surveying equipment, trained personnel, and staking services for all construction activities in accordance with this contract. This bid item also includes all testing services not provided by the Owner's Testing Company. * Work Included: • Provide all surveying equipment and all required surveying and staking as specified; • Provide all set up and take down of electronic surveying devices for location of grades and finished work; 0 Provide all surveys, intermediate stakes and grade control as specified; ¢ • Provide personnel for the operation of the necessary equipment; • Produce and deliver to the Engineer all staking notes and material testing reports; • Provide all testing services not provided by the Owner's Testing Company. * Measurement: Measurement is one lump sum item. * Payment: Payment is at the unit bid price per lump sum. Partial payments will i be made based on the percentage of the surveying and staking provided. 3. Traffic Control: * General: This bid item shall include providing traffic control submittals, r personnel and devices for all construction activities. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Prepare and provide traffic control plans, including all iterations, for approval; 1 • Obtain all required agency approvals and provide an approved traffic control plan; • Furnish, install, maintain, relocations for sequencing changes, and removal all necessary traffic control devices and markers; • Provide personnel for flagging and other traffic control tasks as needed; h • Furnish, install, maintain and remove temporary traffic and pedestrian signals, warning signals, ADA accessibility, pavement markings, and signing for vehicles, pedestrians, and bicyclists; • Furnish, install, maintain, and remove Temporary Concrete Barrier Rail and Temporary Attenuators as required for vertical and horizontal hazards based on construction sequencing and traffic control. * Measurement: Measurement is one lump sum item. * Pam: Payment is at the unit bid price per lump sum. Partial payments will be made based on the percentage of the traffic control provided and removed j from the project site. SPECIAL PROVISIONS Page 39 of 57 4. Erosion Control & Permits: * General: This bid item shall include preparing applications and obtaining project permits, and procuring and installing all required erosion control devices. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • All permits, coordination and compliance inspections required for work including but not limited to the NOI, SWPPP, and any requirements for the 404 Nationwide, Stream Protection Act 124, and 401 Certification permits as necessary; • Procuring and installing temporary erosion control devices as required, and permanent erosion control devices at pipe outlets and at terminal road sections as necessary; • Monitoring the performance of erosion control devices and providing corrections, improvements, or maintenance as necessary; • Removal of temporary devices. * Measurement: Measurement is one lump sum item. * Payment: Payment is at the unit bid price per lump sum. 5. Dewatering: * General: This bid item shall include dewatering, bypass pumping, and permitting to construct the project with shallow groundwater levels. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • All dewatering and discharge plans, permits, coordination and compliance inspections required for work; • Furnish, install, maintain and remove dewatering and bypass pumping facilities. * Measurement: Measurement is one lump sum item. * Payment: Payment is at the unit bid price per lump sum. 6. Adjust Sprinkler System: * General: This bid item shall include the adjustment or relocation of lawn irrigation sprinkler systems in conflict with the work. * Work Included: • All labor, tools, equipment, materials, royalties and incidentals necessary to complete the work as specified; • Coordination with the irrigation system owner and Engineer, prior to and during all work; • Identify and locate irrigation heads and subsurface components to be relocated; • Temporarily shutting down water flow to complete the work; • Expose all fixtures to be relocated; SPECIAL PROVISIONS Page 40 of 57 l i e All trenching for relocated components; ` • Removing, relocating, or adjusting sprinkler irrigation system components to a location not in conflict with the proposed work; ( • Supplying and installing new heads in conflict with the proposed work; • Supplying and installing all other new components needed to complete an operational irrigation system; ( • Backfilling and spreading salvaged topsoil to meet adjacent grades; • Leak testing and final operational adjustments to provide adequate head-to- head irrigation coverage; ( • Provide all equipment, tools and materials for conducting all testing and repairs required; • Remove and dispose of all materials removed that are not to be salvaged. ` * Measurement: Measurement shall be per each Adjust Sprinkler System as ( determined by the Engineer. r * Payment: Payment for the completed and accepted quantities will be by the contract unit price bid per each Adjust Sprinkler System. 7. Topsoil-Strip, Salvage, and Reuse: * General: This bid item includes the stripping, salvage, stockpiling, and reuse E of topsoil within the construction limits. Strip sufficient amounts of topsoil to provide a reuse/replacement quantity to cover all areas disturbed by construction within the construction limits shown on the plans with a 6-inch thick layer of salvaged topsoil. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; ( • Stripping, salvaging, and stockpiling existing topsoil within the ( construction limits to stockpile locations approved by the Engineer or Owner within Right-of-Way limits or a Contractor furnished site located off the project; a Hauling, placing, spreading salvaged topsoil on disturbed areas within ( construction limits to a 6"depth; 0 Grading the topsoil to finished grade elevations and slopes. * Measurement: Measurement is per cubic yard of final topsoil in place at finished grade. * Pam: Payment is at the unit bid price per cubic yard. 8. Topsoil-Imported: * General: This bid item includes furnishing and installing imported topsoil including any stockpiling and re-handling of topsoil, if there is not adequate salvage topsoil material available within the project limits to cover all disturbed areas to a 6-inch thick depth of topsoil. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Imported topsoil including hauling, stockpiling, and re-handling of topsoil; SPECIAL PROVISIONS Page 41 of 57 • Hauling, placing, spreading salvaged topsoil on disturbed areas within construction limits to a 6" depth; • Grading the topsoil to finished grade elevations and slopes. * Measurement: Measurement is per cubic yard of final topsoil in place at finished grade. Plan quantities are an estimate only. * Pavment: Payment is at the unit bid price per cubic yard. 9. Remove Pipe: * General: This bid item includes the removal or abandonment of portions of the existing storm drain system and culverts as shown on the drawings. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Saw cutting along a neat vertical line and applying an asphalt tack coat; • Excavation of the storm drain system or culverts to expose and remove/abandon; • Removal and disposal of storm drain pipes, culverts, end sections, inlets, manholes, and excess material; • Any exploratory excavation, repair work, protection, and slowdown in progress due to encountering any utility which crosses the existing pipes; • Backfilling,re-grading, and compacting the removal areas. * Measurement: Measurement is per linear foot of pipe removal. * Payment: Payment is at the unit bid price per linear foot. 10-14. Storm Pipe: * General: This bid item shall include furnishing and installing new pipe for the storm drain system, of the material and dimensions specified. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Saw cutting along a neat vertical line and applying an asphalt tack coat; • Trench excavation,foundation preparation and compaction, and furnishing and placing Type 1 and Select Type 1 pipe bedding with geotextile to place the pipes to the lines and elevations specified; • Furnishing and placing Type 2 pipe bedding with geotextile, as deemed necessary by the Engineer; • Flowable fill as required; • Removal and disposal of all material generated from excavation; • Subexcavation of saturated or yielding subgrades as required to provide a firm, unyielding pipe foundation bed; • Furnishing and placing subexcavation foundation material as a subbase to pipe bedding as required to provide for a firm,unyielding pipe bed; • Furnishing and placing backfill, re-grading, and backfilling and compacting trench areas as necessary; SPECIAL PROVISIONS Page 42 of 57 i • Connections to the existing storm drain pipes or culverts; • Furnishing and installing PVC,RCP, CSP, CSP Slotted Drain pipes; • Concrete collar connections, angled joint connections, and bends; i • Furnishing and installing FETS as shown on the plans; • Any temporary drainage facilities; a Slotted drain system and appurtenances; ` 0 Testing as specified, including but not limited to light, leakage, deflection, trench and backfill compaction, and joints; i • Any exploratory excavation, repair work, protection, and slowdown in progress due to encountering a utility which crosses the buried pipes. * Measurement: Measurement for Buried Pipes is by the linear foot installed and accepted. * Pae: Payment for the completed and accepted quantities is at the unit bid price per linear foot of pipe for the type, size and material specified. 15-19. Manholes and Inlets: * General: This bid item shall include the installation of various sizes and types of combination manholes and inlets,manholes, and curb inlets. * Work Included: • All labor,tools, equipment, materials, and incidentals necessary to complete the work as specified; • Saw cutting along a neat vertical line and applying an asphalt tack coat; • Excavation, foundation preparation and compaction, and furnishing and placing bedding material with geotextile; • Removal and disposal of all material generated from excavation; • Subexcavation of saturated or yielding subgrades as required to provide a firm,unyielding pipe foundation bed; • Furnishing and placing subexcavation foundation material as a subbase to pipe bedding as required to provide for a firm,unyielding pipe bed; • Furnishing and placing backfill, re-grading, and backfilling and compacting trench and foundation areas as necessary; • Flowable fill as required; • Connections to the existing pipes and any joints; • Furnish and install manholes structure with all required penetrations and slots,precast bases and roof slabs, dry well holes, steps, shelves, frame and cover, grates, concrete aprons,joint sealer, adjustment rings and risers, flexible gasket joints, and pipe connections; • Furnish and install all inlets with grates as specified; • Shop drawings; • Furnish and install,when called for on the details, drain rock,fabric, interior drops,infiltration pans, interior/exterior rubberized chimney seals, exterior rubberized joint seals and fast setting hydraulic cement; • Finish grading at the inlets/manholes; • Testing as specified, including but not limited to light, leakage, deflection, trench and backfill compaction, and joints; • Any exploratory excavation,repair work,protection, and slowdown in SPECIAL PROVISIONS Page 43 of 57 progress due to encountering a utility which crosses the manholes or inlets. * Measurement: Measurement is per each installed and accepted.item. * Payment: Payment for the completed and accepted quantities is at the unit bid price per each for the type, size and material specified of manholes and inlets. 20. Adjust Manhole: * General: This bid item shall include all equipment, labor and associated work to adjust manholes to finished grade by raising or lowering using grade rings or by using removal and replacement of portions of the cone or barrel sections. * Work Included: • All labor,tools, equipment, materials, and incidentals necessary to complete the work as specified; • Coordinating with respective utility owner; • Saw cutting along neat vertical line and applying an asphalt tack coat; • Excavation, compaction,backfill, and testing; • Modifying manhole to finished grade elevation with removal and replacement of new cone or barrel sections and adjusting and/or sloping manhole to finished grade elevation with grade rings; • Adjusting and/or sloping manhole to finished grade elevation with grade rings; • Make final manhole adjustments before paving; • Removal and disposal of unsuitable materials replaced by the work. * Measurement: Measurement for Adjust Manhole is per each. * Payment: Payment is at the unit bid price per each Adjust Manhole. 21. Adjust Water Valve: * General: This bid item shall include all equipment, labor and associated work for adjusting water valves to finished grade. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Coordinating with City of Bozeman for operations; • Adjusting water valve including final adjustments before paving. * Measurement: Measurement for Adjust Water Valves is per each. * Payment: Payment is at the unit bid price per each Adjust Water Valve. 22. 2"Water Service: * General: This bid item shall include furnishing and installing new water services of the material and dimensions specified. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; SPECIAL PROVISIONS Page 44 of 57 I i i 4 • Connection to existing water mains and services; Q 0 Live taps; 4 • Saw cutting along a neat vertical line and applying an asphalt tack coat; f • Exploratory excavation to determine the exact location, depth, size and type of the existing mains and crossing utilities; i • Trench excavation, clearing and grubbing, topsoil stripping and replacement, trench support by shoring, and gradation and compaction ( tests; • Furnish and install all bedding, flowable fill backfill, and compaction; • Furnish and install all water service pipes at the various types and sizes; • Thrust blocking and restraints as required; a Furnish and install all fittings, corporation stops, valves, couplings, tracer wire, corrosion protection, lubricants, gaskets, and all other appurtenances not included in other bid items; • Removal and replacement of fence, signs, and roadway surfacing along the trench alignments; • Removal and disposal of or salvage any existing pipes, valves, valve E boxes,hydrants, fittings, or other specified obstructions; • Any repair work, protection, and slowdown in progress due to making the connection or encountering a utility which crosses the water mains; a Testing, cleaning and disinfection; • Removal and disposal of any excess material generated by the work-and cleanup. * Measurement: Measurement for new service is by the linear foot of various diameter of new water service installed, including the length of all inline valves and fittings. * Pam: Payment is at the unit bid price per linear foot of water service installed and approved. Payment for new pipe is made only after all work in this section is complete,including testing and disinfection. 23-25. Water Main DI Class 51: * General: This bid item shall include furnishing and installing new water main pipe of the material and dimensions specified. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; ` • Temporary water supply as necessary; • Connection to existing water mains and services; • Live taps; • Saw cutting along a neat vertical line and applying an asphalt tack coat; • Exploratory excavation to determine the exact location, depth, size and jl type of the existing mains and crossing utilities; !I • Trench excavation, clearing and grubbing, topsoil stripping and replacement, trench support by shoring, and gradation and compaction tests; • Furnish and install all bedding,backfill, flowable fill, and compaction; SPECIAL PROVISIONS Page 45 of 57 • Furnish and install all ductile iron water main pipe at various sizes; • Thrust blocking and restraints as required; • Furnish and install all ductile iron fittings (bends, tees, long sleeves, caps, tapping saddles, reducers, etc.), corporation stops, couplings, tracer wire, corrosion protection, lubricants, gaskets, and all other appurtenances not included in other bid items; • Removal and replacement of fence, signs, and roadway surfacing along the trench alignments; • Removal and disposal of or salvage any existing pipes, valves, valve boxes, hydrants,fittings, or other specified obstructions; • Any repair work, protection, and slowdown in progress due to making the connection or encountering a utility which crosses the water mains; • Testing, cleaning and disinfection; • Removal and disposal of any excess material generated by the work and cleanup. * Measurement: Measurement for new pipe is by the linear foot installed and accepted, including the length of all inline valves and fittings. Measurement will be made from centerline to centerline between connections to existing or different sizes or classes of pipe or to the end cap where applicable. * Payment: Payment is at the unit bid price per linear foot of each size of new pipe installed and approved. Payment for new pipe is made only after all work in this section is complete, including testing and disinfection. 26-27. Gate Valve: * General: This bid item shall include furnishing and installing new buried water main valves for each size and type as shown on the drawings. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified including conducting testing, disinfection and repairs as required; • Trench excavation, clearing and grubbing, topsoil stripping and replacement, trench support by shoring, and gradation and compaction tests; • Furnish and install all bedding,backfill, flowable fill, and compaction; • Furnish and install all valves including concrete collars, tapping saddles, thrust restraint, coated rebar, wrap, valve boxes, valve box lid, corrosion protection, and lubricants; • Removal and disposal of any excess material generated by the work and cleanup. * Measurement: Measurement for new valves is per each installed and accepted. * Payment: Payment is at the unit bid price per each size of new valve installed and approved. Payment for valves is made only after all work in this section is complete, including testing and disinfection. SPECIAL PROVISIONS Page 46 of 57 V 28. Fire Hydrant Assembly: * General: This bid item is the installation of new fire hydrant assemblies. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; ° • Trench excavation, clearing and grubbing, topsoil stripping and f replacement, trench support by shoring, and gradation and compaction f tests; • Furnish and install hydrant assembly and valve, thrust blocking, restraints, washed gravel, couplings, corrosion protection, lubricants, gaskets, f auxiliary piping, tees, reducers, tapping sleeves, connections to existing water lines, MJ glands, valve boxes, additional spools, hydrant risers, r conduit and tracer wire, and other incidentals as necessary to install and adjust to fmished grade; a Furnish and install all bedding, flowable fill backfill, and compaction; • Testing, cleaning and disinfection; • Barrier posts; a Removal and disposal of any excess material generated by the work and cleanup. * Measurement: Measurement is by each new hydrant assembly. * Payment: Payment is at the unit bid price for each Fire Hydrant Assembly i completed and accepted for a working system. Payment for hydrant assemblies will be made only after all work in this section is complete, including testing and disinfection. 29. Rigid Board Insulation: * General: This bid item includes furnishing and placing water line high density insulation board as shown in the plans, and other areas as identified by the Engineer. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Trench excavation, disposal of excavated material,trench compaction; • Furnish and install bedding sand and insulation board; • Cutting and abutting board ends on irregular alignments to provide a neat seam between each board installed; • Backfill and compaction as necessary. * Measurement: Measurement is per square yard of insulation placed and accepted. * Payment: Payment for the completed and accepted quantities is at the unit bid price per square yard. 30. Sewer Pipe. * General: This bid item shall include furnishing and installing new sanitary sewer main pipe of the material and dimensions specified. * Work Included: SPECIAL PROVISIONS Page 47 of 57 • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Saw cutting along a neat vertical line and applying an asphalt tack coat; • Exploratory excavation to determine the exact location, depth, size and type of the existing mains and crossing utilities; • Trench excavation, clearing and grubbing, topsoil stripping and replacement,trench support by shoring, gradation and compaction tests; • Furnish and install all bedding, flowable fill backfill, and compaction; • Furnish and install all pipe at various sizes and types, including connections to existing; • Removal and disposal of or salvage any existing pipes; • Any repair work, protection, and slowdown in progress due to making the connection or encountering a utility which crosses the mains; • Testing and inspections; • Removal and disposal of any excess material generated by the work and cleanup. * Measurement: Measurement for new pipe is by the linear foot of various diameter of new pipe installed. * Payment: Payment is at the unit bid price per linear foot of each size of new pipe installed and approved. Payment for new pipe is made only after all work in this section is complete, including testing and inspections. 31. Street Excavation(Above Subgrade): * General: This bid item includes clearing, grubbing, tree removal, urban street excavation, transporting onsite or imported excavation for embankment fill construction, compacting, and disposal of excess material encountered within the construction limits necessary to construct the project to the lines and grades noted in the specifications and drawings. This bid item also includes all project saw cutting and the removal and disposal of existing concrete sidewalk, curb, asphalt pavement, concrete pavement, and miscellaneous items within the construction limits to be removed, not otherwise identified as a specific bid item. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work; • Utility company coordination to facilitate construction of the project; • Protecting existing underground, at-grade, and overhead utilities including gas,phone, TV,power, fiber, cable during excavation efforts; • All necessary temporary supporting of utilities; • Clearing, grubbing, tree removal, and stump removal within the construction limits, including haul and disposal of cleared and grubbed materials; • Saw cutting for removing existing road items including saw cutting pavement, sidewalk, curb and gutter; • Removal, hauling, and disposal of existing bituminous surfacing, existing SPECIAL PROVISIONS Page 48 of 57 1 i r concrete pavement, existing concrete curb, pin down curb, gutter and sidewalk as shown on the plans, or otherwise as required to complete the work or directed by the Engineer; • All urban subsoil excavation of material to construct the roadway, sidewalks, and driveways shown on the drawings; • Haul or other transportation required to place the onsite or imported excavated material in embankment and stockpiles to construct the project; • Placing and compacting clean excavated material into embankment meeting minimum density specifications at the locations, lines, grades, and elevations required to construct the project; • Offsite disposal of excess material; • Ditch and culvert inlet/outlet grading; • Driveway grading and efforts to match existing grades; i • Subgrade preparation and compaction; • Final grading and clean up. * Measurement: Measurement for Street Excavation is per cubic yard of plan quantity. Over excavation not authorized by the Engineer, or excavation ( outside the lines, grades, elevations, and dimensions as shown in the drawings will not be considered for measurement. Any material removed and replaced or wasted for the Contractor's convenience will not be considered for measurement. * Payment: Payment for the completed and accepted quantities is at the unit bid price per cubic yard of Street Excavation(Above Subgrade). 32. Subexcavation and Replacement Below Subgrade (Imported Materials): * General: This bid item includes the subexcavation below subgrade to a depth determined by the Engineer, disposal of unsuitable material as shown in the drawings or within the subexcavation limits identified by the Engineer, and replacement with imported 3-inch minus pit run material. Geosynthetic is paid separately. * Work Included: 4 • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Excavation, disposal, and haul of unsuitable material below proposed subgrade; • Foundation preparation and compaction; s • Furnishing, placing, and compacting imported 3-inch minus pit run material; • Furnish moisture-density proctors; • Final grading and cleanup. * Measurement: Measurement is per cubic yard by measuring the subexcavated area and computing the volume prior to backfilling, or by haul tickets. Over excavation not authorized by the Engineer will not be considered for measurement. * Pam: Payment for the completed and accepted quantities is at the unit bid price per cubic yard. Payment includes the subexcavation and replacement material. SPECIAL PROVISIONS Page 49 of 57 33. Separation Geotextile: * General: This bid item includes all equipment, labor and associated work for furnishing and installing separation geotextile to the type shown on the plans and at the locations shown on the plans or as directed by the Engineer. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Furnish and install separation geotextile fabric on all subgrade areas as shown on the drawings and as directed by the Engineer, including all overlaps and keys as necessary. * Measurement: Measurement is at the square yard in place, not including overlap, vertical walls, keys, or excess fabric. * Payment: Payment for the completed and accepted quantities is at the unit bid price per square yard for Separation Geotextile. 34. Geosynthetic: * General: This bid item includes all equipment, labor and associated work for furnishing and installing geosynthetic to the type shown on the plans and at the locations as directed by the Engineer. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Furnish and install geosynthetic material(s) to line the subexcavation perimeter as shown on the drawings and as directed by the Engineer, including all overlaps and keys as necessary. * Measurement: Measurement is at the square yard in place, not including overlap or excess fabric. * Payment: Payment for the completed and accepted quantities is at the unit bid price per square yard for Geosynthetic. 35-36. Sub-base Course (3" Minus)/ Crushed Base Course (1.5"Minus): * General: This bid item includes providing and placing base course material of the gradation and material specifications indicated to complete work as noted in the specifications and drawings. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Speculation of material sources off-site; • Paying all costs for aggregate removal including rents and royalties to the material site landowner. • Clearing, grubbing, debris disposal, topsoil salvaging and stockpiling, and all other work necessary to prepare the material source site for excavation; • Excavation, crushing, screening and all other work necessary to meet material specifications; SPECIAL PROVISIONS Page 50 of 57 i • Loading, haul or other transportation required to place the material on-site to construct the project; • Furnish moisture-density proctors; • Place the material meeting minimum density specifications at the locations, depths, lines, grades and elevations required to construct the i project; e • Furnishing and placing water for compaction and dust control; • Final grading, site clean-up, topsoil replacement, seeding, fertilizing, mulching and all other reclamations required at the material source at the conclusion of the work. Reclamation procedures and results must meet the approval of the material site landowner and Engineer. * Measurement: Measurement is per cubic yard, complete and accepted in- place. * Payment: Payment for accepted quantities is at the unit bid price per cubic yard for each specified gradation. 37. Asphalt Concrete Pavement, PG 58-28: * General: This bid item includes providing and placing the bituminous surface _ course of specified thickness, lifts, and area. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; Speculation of material sources off-site; • Paying all costs for aggregate removal including rents and royalties to the material site landowner. • Clearing, grubbing, debris disposal, topsoil salvaging and stockpiling, and all other work necessary to prepare the material source site for excavation; 0 Provide project specific mix design; • Excavation, crushing, screening and all other work necessary to meet material specifications; • Loading,haul or other transportation required to place the material; • Place the material meeting minimum density specifications at the locations, depths, lines, grades and elevations required to construct the project; Provide aggregate production control testing and mix-design of the product; ` • Provide all bituminous material (PG 58-28), tack coat (between lifts), and hydrated lime as required to complete the work in accordance to the mix- design and specifications; • Furnishing, loading, hauling, handling, measuring, mixing, manipulation, placing, shaping, compacting,rolling, finishing and testing of materials for the original installation; • Removal of newly placed pavement, furnishing, loading, hauling, handling, measuring, mixing, manipulation, placing, shaping, compacting, rolling, finishing and testing of materials for improving unsatisfactory areas. SPECIAL PROVISIONS Page 51 of 57 • Provide refinery certifications of the bituminous product; • Weighing each truck load of material at a certified scale prior to delivery; • Producing weight tickets for the Engineer's records for each load; • Removal and disposal of any wasted bituminous materials; • Final grading, site clean-up, topsoil replacement, seeding, fertilizing, mulching and all other reclamations required at the material source at the conclusion of the work. Reclamation procedures and results must meet the approval of the material site landowner and Engineer. * Measurement: Measurement is by the tons placed of specified bituminous surface course for the completed and accepted work as measured at the certified batch plant scale, measured prior to site delivery. * Payment: Payment is at the unit bid price per ton of Asphalt Concrete Pavement. 38. Asphalt Seal and Chip Coat: * General: This bid item is providing and placing bituminous material covered with aggregate over the specified area. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Surface preparation and cleaning; Stockpiling materials; • Protection of all inlets, sign posts, luminaires, signals, trees, shrubs, tops of curb and gutters from splashing bituminous material and aggregates; • Provide all bituminous material, aggregate, building paper as required to complete the work in accordance to the specifications; • Furnishing, loading, hauling, handling, measuring, mixing, spreading, spraying, placing, compacting, rolling, sweeping, brooming, finishing and testing of materials to the locations shown on the drawings or as determined by the Engineer; • Provide refinery certifications of the bituminous product; Removal and disposal of any loose or wasted aggregate and bituminous materials; • Cleaning gutters. * Measurement: Measurement is by the square yard placed. * Payment: Payment is at the unit bid price per square yard. 39. Concrete Sidewalk 6" Thick(With 3" Thick Gravel Base) * General: This item includes construction of 6" concrete sidewalks, ADA ramps, and driveways with 3"thick base course gravels. * Work Included: • All labor, tools, equipment, materials, royalties and incidentals necessary to complete the work as specified; • Excavation, shaping and compaction of underlying subgrade; SPECIAL PROVISIONS Page 52 of 57 • Furnish,place, shape, and compact sidewalk base course gravels to achieve proper sidewalk lines, grades and elevations shown on the drawings; • Furnish, place and strip form work; • Furnish and place cast-in-place Portland Cement Concrete for sidewalks and ADA ramps meeting the lines, grades, and thicknesses shown on the drawings; • Furnish and place all reinforcing steel, dowels, Fibermesh,joint material, finishing, curing, coating and other materials as necessary; • Construct all connections to existing concrete sidewalks and driveways, including drilling and doweling into the existing concrete features; ` • Provide saw cutting and broom finish as specified; • Provide all materials and labor to perform any hot/cold weather concreting procedures. * Measurement: Measurement is per square yard of concrete placed including ADA ramps and concrete sidewalk underneath detectable warning panels. * Pam: Payment is at the unit bid price per square yard of concrete placed including base gravels and ADA ramps. Payment for this item will be made i after the work has been completed and accepted, and verified by the Engineer to meet ADA requirements. Detectable warning panels are paid separately. 40. Detectable WarningP : * General: This item includes furnishing and installing ADA Detectable Warning Panels in concrete sidewalk ramps as shown on the plans. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified. * Measurement: Measurement is per square yard placed. * Pam: Payment is at the unit bid price per square yard of warning panels installed and accepted, verified by the Engineer to meet ADA requirements. Concrete sidewalk and base gravels under the detectable warning devices are paid separately under Concrete Sidewalk. 41. Concrete Curb and Gutter * General: This bid item includes the installation of the various types of concrete curb and gutter to the dimensions and at the locations shown on the I plans, including standard curb and gutter, spill curb and gutter, drop curb and gutter, curb and gutter transitions, and curb terminals. * Work Included: • All labor,tools, equipment, materials, and incidentals necessary to complete the work as specified; • Furnish and install all reinforcement, doweling, and supports; • Furnish and erect all forming,prepare existing concrete in contact with the pour; • Furnish,place and finish concrete; • Install all various types of curb and gutter listed above including drop curb and gutter for driveways and ADA ramps; I SPECIAL PROVISIONS Page 53 of 57 • Furnish and install expansion joints, contraction joints, and other necessary jointing; • Surface preparation and median curb rebar connection to existing pavement as shown on the plans; • Curing, finishing,testing concrete; • Strip and remove forming; • Provide all materials and labor for any cold/hot weather concreting. * Measurement: Measurement for Concrete Curb and Gutter is per linear foot of curb and gutter installed. The linear distance measurement is the distance measured along the top back of the curb. * Payment: Payment for Concrete Curb and Gutter is at the unit bid price per linear foot of curb and gutter placed and accepted, verified by the Engineer to meet ADA and PROWAG requirements. Base gravels under concrete curb and gutter are paid separately per cubic yard of base gravels. 42. Concrete Double Gutter/Fillets/Modified Valley Gutter: General: This bid item includes the installation of concrete double gutters and concrete fillets at street and driveway intersections. * Work Included: • All labor,tools, equipment,materials, and incidentals necessary to complete the work as specified; • Furnish and install all reinforcement; • Furnish and erect all forming,prepare existing surfaces in contact with the pour; • Furnish,place, compact, install, and finish concrete; • Furnish and install jointing and bond breaker; • Curing, finishing,testing concrete; _ • Strip and remove forming; • Provide all materials and labor for any cold/hot weather concreting. * Measurement: Measurement for Double Gutter/Fillets is per square foot of concrete installed and accepted. * Patent: Payment is at the unit bid price per square foot of concrete double gutter and fillets installed and accepted. Base gravels under the gutters and fillets are paid separately per cubic yard of base gravels. 43. Reset Mailbox: * General: This item includes removing and relocating existing mailboxes at the locations shown on the plans. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Temporary installation of mailboxes for uninterrupted postal service; • Coordination with the Postal Service; • Furnish and install including new post, concrete foundation, mounting brackets, removing and resetting the existing mailbox on the new post and SPECIAL PROVISIONS Page 54 of 57 brackets, and other mounting hardware as necessary. * Measurement: Measurement is per each mailbox. * Payment: Payment is at the unit bid price per each mailbox relocated. 44. Electrical: ' * General: This item includes furnishing and installing electrical items for the 4 corridor lighting at the locations shown on the plans. * Work Included: r • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Clearing, grubbing, strip and salvage topsoil for electrical work outside of the construction limits, saw cutting, trench excavation, trench shoring, backfilling, flowable fill, trench patching with replacement of asphalt, gravels or concrete along the trenching, final grading, topsoil replacement ` for electrical work outside of the construction limits, seeding and sodding replacement for electrical work outside of the construction limits, and final cleanup; a Furnishing and installing conduits of the material type and size shown on the plans, including caps,markers, elbows, and fittings as necessary; E • Sono-tube or foundation excavation, furnishing and placing foundation concrete and rebar, curing; • Furnishing and installing composite pull boxes and lids of the type and size shown on the plans including foundation soils preparation and compaction, and connection of conduits; • Furnishing and installing conduit, foundation concrete, cable, and conductors of the size and type shown on the plans; • Wiring and connections, including connections to existing; • Furnish, install, and wire the new service assemblies including all appurtenances and connections for a complete and working service; • Power connection and coordination with Northwestern Energy; • Furnish and install new photo electric controls; • Furnish and install NEMA Type 3R cabinets with a hinged lockable door, t terminal strip,wiring and connections; 6 • Removing, salvaging, transport, and delivery to the respective owner of removed various electrical items; • Powder coating as shown on the plans; • Any exploratory excavation, repair work, protection, flowable fill, and slowdown in progress due to encountering utility conflicts at electrical installations. * Measurement: Measurement is one per lump p sum. ti * Pa, ment: Payment is at the unit bid price per lump sum of Electrical installed and accepted. 45. Signing: * General: This item includes furnishing and installing new signs, removing signs, reusing signs, and new delineators at the locations shown on the drawings. SPECIAL PROVISIONS Page 55 of 57 I * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Clearing, grubbing, stripping and salvaging topsoil for signs outside of the construction limits, excavation, backfilling, compaction, final grading, topsoil replacement, seeding and sodding replacement, and final cleanup; • Foundation excavation, furnishing and placing concrete foundations and rebar, curing foundation concrete; • Furnishing, installing, and mounting new signs, foundations, posts, breakaway devices, and mounting hardware for posts and luminaires, brackets for overhead mounting on mast arms; • Removing, salvaging, and transporting existing signs to the City of Bozeman; • Reusing signs including removing and salvaging signs, furnishing and installing a new foundation and post, and mounting hardware; • Removing existing delineators; • Furnishing and installing new delineators; • Any exploratory excavation, repair work, protection, flowable fill, and slowdown in progress due to encountering any utility crossing the work. * Measurement: Measurement is per.one lump sum. * Payment: Payment is at the unit bid price per lump sum for signs installed, removed,reused, and delineators of accepted work. 46. Pavement Markings: * General: This item includes furnishing and installing new pavement markings including thermoplastic, epoxy, and words and symbols at the locations shown on the drawing in a single, final application. See Traffic Control provision for temporary and interim pavement markings. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Pre-application surface preparation including sweeping, cleaning, and all work necessary to prepare the surface to place the markings; • Furnishing and installing new thermoplastic and epoxy pavement markings to the specified color and style including words and symbols; • Removal of existing pavement markings. * Measurement: Measurement is'per one lump sum. * Payment: Payment is at the unit bid price per lump sum of pavement markings installed and accepted. 47. Seediniz, Fertilizer& Compost: * General: This item includes preparation of topsoiled areas for seeding, fertilizing, and compost as specified, including all disturbed areas. * Work Included: • All labor, tools, equipment, materials, royalties and incidentals necessary SPECIAL PROVISIONS Page 56 of 57 i to complete the work as specified; • Preparing areas for seeding and smooth grading over construction slopes; ( • Furnishing and placing certified weed-free seeding, fertilizer, and mulch; • Drill seed 3H:1V slopes or flatter and hydraulic seed all slopes steeper than 3H:1V; I • Furnishing and placing compost; • Coordination of seed and topsoil placement with installation or relocation of sprinkler systems and electrical systems; • Weed control; ( • Watering placed seedbed until final stabilization is obtained. * Measurement: Measurement is per lump sum. Payment: Payment is at the unit bid price per lump sum of seeding, fertilizing, and mulching installed and accepted. 4 f f E i ( ( 1 ( f Q E t F SPECIAL PROVISIONS { Page 57 of 57 TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS Incorporation of Montana Public Works (MPW) Technical Specifications: The Technical Specifications as found in Montana Public Works Standard Specifications (MPWSS), Sixth Edition, April 2010, and all subsequent addendum, are incorporated by reference and made a part of this Contract. Incorporation of Montana Department of Transportation Technical Specifications: The Technical Specifications contained in the Montana Department of Transportation (MDT) Standard Specifications for Road and Bridge Construction, 2014 Edition, and all subsequent Supplemental Specifications are incorporated by reference and made a part of this Contract. Specific applicable sections are referenced in the Contract Documents and supersede MPWSS requirements and COB Modifications and Additions to the MPWSS. Incorporation of City of Bozeman Modifications and Additions to MPWSS: The following modifications and additions by the City of Bozeman (COB) to the MPWSS Technical Specifications and Standard Drawings, including all addendum,supersede MPWSS requirements: Section 01500 Construction and Temporary Facilities Section 01570 Construction Traffic Control Section 01580 Temporary Water Supply Section 01700 Contract Closeout Section 02112 Removal of Existing Pavement, Concrete Curb,Sidewalk, Driveway and/or Structures Section 02113 Adjusting Existing Manholes, Lampholes, Inlets, Water Valve Boxes, Water Services And Fire Hydrants To Grade Section 02221 Trench Excavation And Backfill For Pipelines And Appurtenant Structures Section 02235 Crushed Base Course Section 02502 Asphalt Prime And/Or Tack Coat Section 02504 Asphalt Seal Coat Section 02510 Asphalt Concrete Pavement Section 02528 Concrete Curb And Gutter Section 02529 Concrete Sidewalks, Driveways, Approaches, Curb Turn Fillets, Valley Gutters And Miscellaneous New Concrete Construction Section 02581 Pavement Markings and Markers Section 02582 Reflective Thermoplastic Pavement Markings Section 02660 Water Distribution System Section 02720 Storm Drain Systems Section 02730 Sanitary Sewer Collection Systems Section 09810 Street Signs Appendix A Listing and Status of MPWSS Standard Drawings Appendix B Listing of City of Bozeman Standard Drawings Appendix C Standard Drawings for City of Bozeman Modifications to MPWSS Appendix D City of Bozeman Approved List of Copper Connectors NOTE: MEASUREMENT AND PAYMENT INCLUDED IN THE MPWSS AND TECHNICAL SPECIFICATIONS ARE SUPERSEDED BY THE SPECIAL PROVISIONS OF THE CONTRACT. TECHNICAL SPECIFICATIONS Page lof 1 k i fN'CO,hfti' CITY OF BOZEMAN MODIFICATIONS TO MONTANA PUBLIC WORKS STANDARD SPECIFICATIONS SIXTH EDITION PREPARED BY CITY OF BOZEMAN ENGINEERING DEPARTMENT Approved March 31, 2011 Authorized by Ordinance No. 1611, April 5, 2004 Including Addendum No. 1 Approved 8/26/13 Including Addendum No. 2 Approved 4/20/15 FOREWORD Because the City of Bozeman has unique requirements which are not addressed in the "Montana Public Works Standard Specifications"(MPWSS), Sixth Edition, April, 2010, the "City of Bozeman Modifications To Montana Public Works Standard Specifications"was created. This document addresses those specific requirements which the City of Bozeman has pertaining to Public Works projects which are not addressed in the MPWSS. All Public Works projects for the City of Bozeman shall be done in accordance with MPWSS and City of Bozeman Modifications to MPWSS. Where a City of Bozeman modification to MPWSS does not exist for a particular Section of MPWSS it shall be assumed the work is to be completed in accordance with the appropriate MPWSS Section. When a City of Bozeman modification to the MPWSS does exist the requirements of that modification supersede the related MPWSS requirement. The same holds true for City of Bozeman Standard Drawings; however, there are some City of Bozeman Standard Drawings which do not replace or supersede the MPWSS Standard Drawing but are additional drawings created specifically for the City of Bozeman. Each Section of the MPWSS that has been modified is listed in the Table of Contents of the City of Bozeman Modifications To Montana Public Works Standard Specifications." The entire Section from the MPWSS has not been rewritten for these modifications. Instead, modifications are indicated for a specific subsection, paragraph, sentence or drawing. Appendix A of these modifications contains a list of MPWSS Standard Drawings followed by "Deleted", "Replaced", or "Active". "Deleted" indicates that the drawing is not to be used. "Replaced" indicates that the drawing has been replaced by a City of Bozeman Standard Drawing and "Active" means that the drawing is useable as shown in MPWSS. Appendix B contains a list of City of Bozeman Standard Drawings. It is the intent of the City of Bozeman to revise this document on an as-needed basis. Written comments on the "City of Bozeman Modifications To Montana Public Works Standard Specifications" may be submitted to the City Engineer. A form for submitting suggested changes can be found in Appendix E. Additional copies of the City of Bozeman Modifications to Montana Public Works Standard Specifications may be obtained from the office of the City Engineer located at 20 E. Olive Street in Bozeman, Montana. COHldOnS C"' Edition Pace 1 of 1 TABLE OF CONTENTS BIDDING REQUIREiy1FNTS, CONTRACT I ORMS AND CONDIVONS'OF`1-1 j CONTRACT Instructions To Bidders Form Special Provisions i DIVISION 1 - GENERAL REQUIREMENTS Section 01500 Construction and Temporary Facilities Section 01570 Construction Traffic Control Section 01580 Temporary Water Supply Section 01700 Contract Closeout DIVISION 2 -SITEWORK Section 02112 Removal of Existing Pavement,Concrete Curb,Sidewalk,Driveway and/or Structures Section 02113 Adjusting Existing Manholes, Lampholes, Inlets, Water Valve Boxes, Water Services And Fire Hydrants To Grade Section 02221 Trench Excavation And Backfill For Pipelines And Appurtenant Structures —'�` Section 02235 Crushed Base Course Section 02502 Asphalt Prime And/Or Tack Coat Section 02504 Asphalt Seal Coat Section 02510 Asphalt Concrete Pavement Section 02528 Concrete Curb And Gutter Section 02529 Concrete Sidewalks, Driveways, Approaches, Curb Turn Fillets, Valley Gutters And Miscellaneous New Concrete Construction Section 02581 Pavement Markings and Markers Section 02582 Reflective Thermoplastic Pavement Markings Section 02660 Water Distribution System Section 02720 Storm Drain Systems Section 02730 Sanitary Sewer Collection Systems Section 09810 Street Signs APPENDIX A Listing of Status of MPWSS Standard Drawings APPENDIX B Listing of City of Bozeman Standard Drawings APPENDIX C Standard Drawings for City of Bozeman Modifications to MPWSS Sixth Edition APPENDIX D City of Bozeman Approved List of Copper Connectors APPENDIX E Comment/Suggestion Form COBMODS b'h Edition Page-] -of 1 SECTION 01500 CONSTRUCTION AND TEMPORARY FACILITIES 1.4 Revise this section as follows: Be responsible for dust and vehicle off-tracking control, providing all equipment and personnel for the work. Furnish Engineer name(s) and telephone number(s) of the person(s) responsible for dust and vehicle off-tracking control during evenings and weekends. If the person cannot be contacted, Owner or City of Bozeman may, at Contractor expense, perform the work or contract the work out. Add the following: 1.6 STANDARD DRAWINGS A. Standard drawings included in Appendix A of this specification book which are applicable to this section are as follows: Standard Drawing No. 01500-01 Vehicle Tracking Control COBMODS 61 Edition Page-I -of 1 SECTION 01500 SECTION 01570 CONSTRUCTION TRAFFIC CONTROL 1.3 NOTIFICATIONS Add the following: D. Notify police department, fire department, ambulance services, and bus companies of any planned street closures a minimum of 24 hours before closing any street. Add the following section: 1.4 STANDARD DRAWINGS Refer to the following Standard Drawings in Appendix C: City of Bozeman Standard Drawing No. 01570-1,Traffic Control,Minimum Standard, Urban Work Site, 4 Lane Road, Work Site Closing One Lane City of Bozeman Standard Drawing No. 01570-2,Traffic Control,Minimum Standard, Urban Work Site, 2 Lane Road, Work Site On Centerline City of Bozeman Standard Drawing No. 01570-3,Traffic control,Minimum Standard, Urban Work Site, 4 Lane Road, Work Site On Centerline Partially Blocking Inside Lanes City of Bozeman Standard Drawing No.01570-4,Traffic Control,Minimum Standard, Urban Work Site,2 Lane Road, 1 Lane Partially or Fully Closed By Work Area City of Bozeman Standard Drawing No. 01570-5,Traffic Control,Minimum Standard, Rural Work Site, Work Adjacent to The Present Traveled Way City of Bozeman Standard Drawing No. 01570-6,Traffic Control,Minimum Standard, Rural Work Site,Utility Work On or Across the Present Traveled Way City of Bozeman Standard Drawing No. 01570-7, Pedestrian Traffic Control for Temporary Sidewalk Closure City of Bozeman Standard Drawing No. 01570-8, Sidewalk Closure with Detour 4.1 PAYMENT Add the following section: D. Measurement and payment for Construction Traffic Control will be made only if listed as a separate item in the bid documents. If not listed in the contract as a bid item, Construction Traffic Control shall be considered an incidental cost to be included in other items in the contract requiring Traffic Control to complete that item. COBMODS 6h Edition Page-1 -of 1 SECTION 01570 SECTION 01580 TEMPORARY WATER SUPPLY 1.1 DESCRIPTION A, Replace this section with: Provide temporary water service to all residential and commercial service connections interrupted by water system replacement or extension projects. The Contractor shall verify with the Engineer and Owner at least 72 hours (excluding weekends and holidays)prior to the suspension of service to the areas where consumers will require a temporary water supply.Temporary water service shall include temporary service for commercial or residential fire protection unless otherwise approved by the City of Bozeman Fire Department. 3.1 GENERAL D. Replace this section with: Fire protection is included unless specifically approved otherwise by the City of Bozeman Fire Department. The Fire Department may require the Contractor to provide personnel for continuous"fire watch"in lieu of temporary fire service connections. 3.2 LOCATING CURB STOPS A, Replace this section with: The Contractor shall be solely responsible for all activities related to locating and exposing curb stop valves to the individual properties.Curb stop valves shall only be operated by Water Department personnel.Existing conditions shall be identified and noted by the Contractor. 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. 3.3 LAWN WATERING CONNECTIONS A. Replace this section with: 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.Additionally, each service must have a backflow prevention fitting. COBMODS 0 Edition Page 1 of 1 Section 01580 I SECTION 01700 CONTRACT CLOSEOUT i 1.4 WARRANTIES AND BONDS Add the following requirement: K Prior to acceptance of the publicly maintained infrastructure,the Contractor shall post a Maintenance Bond with the Owner equal to 20%of the actual cost of the improvements to correct any deficiencies in workmanship and/or materials which are found within the two-year warranty period. The City of Bozeman shall be named as a dual oblige on the bond.The City of Bozeman expressly reserves the right to draft the Maintenance Bond for repairs not completed by the Property Owner,Developer,or Contractor within thirty calendar days of being advised that repairs are required. The Commencement Date for the Maintenance Bond shall be the date of acceptance by the City of Bozeman on the Certificate of Completion and Acceptance. The Maintenance Bond shall remain in full force for the two-year period following this date,however if the expiration date of the Maintenance Bond falls after November 16, the expiration date of the Maintenance Bond shall be June 3 0 of the following year.Maintenance.Bonds may be in the form of a Surety Bond or a Certified Check. COMODS 61° Edition rage - i - of 1 SECTION 01700 Addendum 2 SECTION 02112 REMOVAL OF EXISTING PAVEMENT, CONCRETE CURB, SIDEWALK, DRIVEWAY AND/OR STRUCTURES 3.1 GENERAL Add the following section: D. Exercise care in removal of existing tree roots that conflict with the work. Tree roots shall be removed by sawcutting the roots to a neat line at the extent of the excavation. Remove only the minimum amount of roots necessary in order to complete the work. COBMODS 6 h Edition Page-1-of i SECTION 02112 SECTION 02113 ADJUSTING EXISTING MANHOLES, LAMPHOLES, INLETS, WATER VALVE BOXES, WATER SERVICES AND FIRE HYDRANTS TO GRADE 1.2 STANDARD DRAWINGS Delete: Standard Drawing No. 02213-1,Manhole Adjustment Detail Delete: Standard Drawing No. 02213-2, Water Valve Adjustment Detail Add: City of Bozeman Standard Drawing No. 02213-1, Manhole Adjustment Detail Add: City of Bozeman Standard Drawing No. 02213-2, Water Valve Adjustment Detail PART 2 -PRODUCTS 2.1 GENERAL Add the following section: B. East Jordan Iron Works Model 69 screw type adjustable risers may be used to adjust existing valve boxes to grade. Do not use these adjustable risers on new valve boxes; add mid-section extensions to provide correct valve box adjustment. COBMODS 6 h Edition Page-1-of 1 SECTION 02113 SECTION 02221 TRENCH EXCAVATION AND BACKFILL FOR PIPELINES & APPURTENANT STRUCTURES 2.1 PIPE BEDDING MATERIALS A. TYPE 1 PIPE BEDDING 2. Mortify this section as follows: Provide Type 1 Bedding consisting of imported sand, sandy gravel, or fine gravel having a maximum 3/4 inch size and a maximum plasticity index of 6,determined by AASHTO T89 and T90 d or by ASTM D4318. F 2.3 FLOWABLE FILL 4 A. If used,Flowable Fill is to meet the requirements of Section 2225,Flowable Fill. Add the./ollowing: 1. Flowable fill is required for trench excavations in streets that are designated as arterial or collector unless alternative backfill has been approved by the City Engineer. 3.1 PROTECTION OF EXISTING PROPERTIES A. General 1, Add the following: Replace any tree, bush, hedge, planter or similar vegetation or landscaping damaged during the course of the work with a planting equal to that damaged in kind, size, and location. The contract warranty period for performance applies also to the instances described herein. 4. Modify this section as follows: Do not cut and replace existing services from the mains to private property which interfere with trenching operations unless the work has been specifically approved by the City of Bozeman Water/Sewer Department. If approved, the cost for this work will be the responsibility of the CONTRACTOR. Do not interrupt water service for more than four hours. Install a temporary service connection approved by the City of Bozeman Water Department if service is interrupted for a longer period. Protect temporary services from freezing or interruptions of use during the construction period. COBMODS 6 h Edition Page-i-of SECTION 02221 Addendum 2 3.6 TRENCH FILLING AND BACKFILLING C. Trench Backfill 4. Watering C. Add the following requirements: Water from the City of Bozeman's municipal system may only be obtained from the metered service located at the Vehicle Maintenance Facility, 1814 N.Rouse Ave. The Contractor shall reimburse the City Water Department for the cost of the water used at a rate determined by the Water Department. D. Replacement of Unsuitable Backfill Material 1. Modify this section as follows: Remove and dispose of excavated soils that are saturated and cannot be readily conditioned or dried to be made suitable, contain deleterious materials or have characteristics that, in the opinion of the ENGINEER, render the soils unsuitable as backfill. Add the following: G. Quality Assurance Testing 1. Compaction testing frequency and location. a. Compaction testing shall be done on each lift of backfill material. b. Trench backfill tests shall be done within the first 100 feet of a mainline trench operation and at no more than 200-foot intervals thereafter. C. All service lateral trench backfills shall be tested. d. Compaction testing around all manholes and valve boxes shall be done independently of the main line. e. Testing shall be done by the project Engineer. COBMODS 6"Edition Page-2-of 2 SECTION 02221 Addendum 2 SECTION 02234 SUB BASE COURSE PART 2 PRODUCTS 2.1 GENERAL A. Add the following: Limit use of recycled concrete and/or asphalt in the sub base course to a maximum of 50% by weight. Recycled material shall be mechanically blended to assure thorough mixing. COBMODS dh Edition Page 1 of 1 SECTION02234 SECTION 02235 CRUSHED BASE COURSE PART 2 PRODUCTS 2.1 GENERAL A. Add the following: Limit use of recycled concrete and/or asphalt in the crushed base course to a maximum of 50% by weight. Recycled material shall be mechanically blended to assure thorough mixing. 2.2 CRUSHED BASE MATERIAL Add the following section: E. When available, incorporate reclaimed glass cullet into the base course material. A minimum of 3% and a maximum of 15% of the base course material shall be reclaimed glass.The reclaimed glass shall be crushed so that 100%of the crushed glass passes a 3/8 inch screen. No more than 10%of the material retained on an individual sieve 1/4 inch or larger shall be glass, based upon visual examination and weight. COSMODS dh Edition Page 1 of 1 SECTION 02235 SECTION 02502 ASPHALT PRIME AND/OR TACK COAT PART 2 PRODUCTS 2.1 GENERAL A. Unless otherwise specified in the contract documents, do not use type SS-lh emulsified asphalt. COBMODS dh Edition Page 1 of 1 SECTION 02502 SECTION 02504 ASPHALT SEAL COAT 3.2 CONSTRUCTION METHODS B. Weather Limitations Add the following requirements: 2. Do not perform seal coat work if the local radio weather forecast includes a probability of precipitation greater than 45%within the intended schedule of operations for the day. Regardless of the weather forecast, seal coat work may be suspended if impending adverse weather conditions occur in the vicinity of the work. D. Application of Asphalt Material Add the following requirements: 7. Building paper shall be applied to the surface of any street drain inlet,water valve box, manhole cover, monument box, or other similar item, prior to beginning asphalt application on the street. For any such item not adequately covered by paper, the Contractor must re-open or clean as necessary any asphalt to the satisfaction of the City Engineer prior to final payment. It is the sole responsibility of the Contractor to dispose of all building paper or other material used for covering manholes, valve boxes, monument markers, etc. E. Application of Seal Coat Material 4. Revise this section as follows: Immediately after spreading, roll the aggregate with self-propelled, pneumatic-tired rollers. Roll in a longitudinal direction, beginning at the outer edges of the treatment and working toward the center. Overlap the previous strip by about one-half the roller width. Do not allow the roller speed to exceed 7 mph during initial rolling,or 15 mph after initial rolling. Complete the first rolling of the aggregate within one-half hour of it being spread. Continue rolling until a smooth, thoroughly compacted surface is obtained. Roll at least three complete passes with each roller. If the seal coat is finished in partial widths at a time, leave 4 to 6 inches of the inside edge uncovered with aggregate to permit overlap of asphaltic material when the remaining portion of the surface is treated. 5.Add the following: Unless otherwise specified in the contract documents,the City of Bozeman will remove and dispose of all loose aggregate from the pavement after the work is completed for projects done under contract to the City. COBMODS d'Edition Page-I -of 2 SECTION 02604 3.4 PROTECTION OF SIDE STREET STRUCTURES AND TRAFFIC CONTROL Add the following requirements: C. It is the sole responsibility of the Contractor to furnish and post"No Parking" signs along both sides of the street(s) intended for seal coating. The "No Parking" signs shall be posted at 100-foot intervals and securely fastened to their support posts. (Wood laths may be used.) It is also the responsibility of the Contractor to remove and dispose of all "No Parking" signs and their supports immediately after the seal coating operations have been completed on each street. "No Parking" signs shall be posted 24 hours in advance of seal coating operations. The Contractor shall notify the public as to the proposed streets to be seal coated and the corresponding dates of the construction activities. The Contractor shall be responsible for removing all vehicles from streets to be seal coated. Traffic will be allowed onto streets upon completion of the seal coat street improvements. However,traffic will be required to operate at 15 mph for a period of 48 hours following completion of the seal coat. It is the responsibility of the Contractor to erect, maintain and remove the temporary speed control signs for the appropriate streets. COBMODS 6'"Edition Page-2-of 2 SECTION 02504 SECTION 02510 ASPHALT CONCRETE PAVEMENT 2.2 PLANT MIX AGGREGATES Add the following: J. Reclaimed glass may be added to the aggregate for plant mix. A maximum of 3% crushed glass may be blended in the mix. The glass shall be crushed so that 100%of the glass passes a 3/8 inch sieve, and no more than 8% passes a No. 200 sieve. If glass is used in the mix, 1%hydrated lime(by weight)shall be added to the mix as an anti-stripping agent. Hot plant mix asphalt with glass is limited to binder or base courses and is not to be used in surface or friction courses. 2.3 ASPHALT BINDER MATERIAL A. 1, Grades: Add the following requirement: Unless otherwise specified in the Contract Documents, the type and grade of asphalt cement shall be performance grade 58-28 (AASHTO Performance Graded Binder Specification MP-1). 3.14 PATCHING B. Surface Preparation Add the following requirements: 3. d. Tack coat all existing asphalt edges prior to placing new asphalt concrete. e. If hot plant mix asphalt is not available, temporarily patch the pavement using a 3000 psi(minimum)concrete(M-3000 or C-3000), with a minimum thickness of 3 inches. Remove the temporary patches and replace with hot mix asphalt when it becomes available. f. Thickness of the pavement patch will equal that of the existing pavement, unless otherwise approved. 3.16 SPREADING AND FINISHING: Revise this section as follows: A. Spread and finish meeting the following requirements: 1. The maximum lift thickness is 3 inches (compacted depth) for surface courses and 4 inches (compacted depth)for base courses. COBMODS 61H Edition Page 1 of 1 SECTION 02510 SECTION 02528 CONCRETE CURB AND GUTTER 1.1 DESCRIPTION B. Revise as follows: Delete: Standard Drawing No. 02528-1, Standard Curb and Gutter Delete: Standard Drawing No. 02528-2, Drive-over Curb and Gutter Add: City of Bozeman Standard Drawing 02528-1,Integral Concrete Curb and Gutter 3.2 FOUNDATION PREPARATION D, Revise as follows: For new street construction or street reconstruction,place gravel base course for the street 9"beyond the back of curb. 3.6 STRIPPING FORMS AND FINISHING B. Finishing Add the following requirement: 3. After finishing and brooming, stamp a mark into the concrete to mark sewer and/or water service lines. The mark shall be either a"W" for water or an "S"for sewer. The mark shall be 3"tall and stamped a minimum of/a"into the face of the curb. The marking shall locate the end of the stubbed service at a 90-degree angle to the curb. COBMODS 6"Edition Page I of I SECTION 02528 i SECTION 02529 CONCRETE SIDEWALKS, DRIVEWAYS, APPROACHES, CURB TURN FILLETS, VALLEY GUTTERS,AND MISCELLANEOUS NEW CONCRETE CONSTRUCTION 1.2 REFERENCES A. Revise as follorvs: Delete: Standard Drawing No. 02529-1, Double Gutter Detail for Street Intersection Delete: Standard Drawing No. 02529-2, Standard Fillet Delete: Standard Drawing No. 02529-3, Type I Street Monument Delete: Standard Drawing No. 02529-4, Type II Street Monument Delete: Standard Drawing No. 02529-5A, Boulevard Driveway Approach Delete: Standard Drawing No. 02529-5B, Curb Walk Driveway Approach Delete: Standard Drawing No. 02529-7B, Curb Walk Alley Approach Delete: Standard Drawing No. 02529-8,Accessibility Ramp Delete: Standard Drawing No. 02529-9, Swale Crossing Add: City of Bozeman Standard Drawing No. 02529-1,Double Gutter Detail for Street Intersection Add: City of Bozeman Standard Drawing No. 02529-2, Standard Fillet Add: City of Bozeman Standard Drawing No. 02529-3, Type I Street Monument Add: City of Bozeman Standard Drawing No. 02529-5, Driveway Approach With Sidewalk Adjacent to Curb Add: City of Bozeman Standard Drawing No. 02529-7B, Curb Walk Alley Approach Add: City of Bozeman Standard Drawings No. 02529-8, Pedestrian Ramp Add: City of Bozeman Standard Drawings No. 02529-8A,Blended Transition Pedestrian Ramp Add: City of Bozeman Standard Drawing No.02529-11,Residential Driveway Approach Add: City of Bozeman Standard Drawing No. 02529-12, Nan-Residential Driveway Approach. Add: City of Bozeman Standard Drawing No. 02529-13, Non-Residential Driveway Approach for Arterial Streets. Add: City of Bozeman Standard Drawing No. 02529-14, Concrete Storm Drainage Outlet and Inlet Chases Add: City of Bozeman Standard Drawing No. 02529-15,Publicly-Maintained Sidewalk Add: City of Bozeman Standard Drawing No.02529-16,Asphalt Pathway Typical Section Add: City of Bozeman Standard Drawing No. 02529-17, Concrete Class 1 Trail Add: City of Bozeman Standard Drawing No. 02529-18, Class 2 Trail 2.4 GRAVEL BASE MATERIAL Add the following: B. Washed rock material meeting the following Table of Gradations may be used as base material. COBMODS 61"Edition Page-I-of 2 UCTION 02529 Addendum 2 Table of..Gradations - Washed Rock Base Material Percentage by Weight Passing Square Mesh Sieves Sieve Size `% Passing 1" 100 3/4" 90-100 3/8" 10-55 No. 4 0-10 2.5 CURING AND PROTECTIVE COATING MATERIALS Adel the following requirement: C. The curing compound used on colored concrete shall be a high solid acrylic cure, Day/Chem Aggre-Gloss J-25 (manufactured by Dayton Superior)or approved equal. 3.8 JOINTS, C. Revise this section as follows: Divide sidewalk into sections using contraction joints formed by a jointing tool or other approved methods. Extend the contraction joints into the concrete for at least one-fourth its depth and make the joints approximately 1/8 inch wide. Unless otherwise directed, space contraction joints at maximum 10-foot intervals or a distance equal to the sidewalk width,whichever is less. In continuous sidewalk runs,install expansion j oints at the location of every fifth contraction joint.For machine-placed sidewalk, install expansion joints with a maximum spacing of 150 feet. 3.11 MISCELLANEOUS NEW CONCRETE CONSTRUCTION Add the following requirement: B, Construct all curb ramps with detectable warning surfaces in conformance with the requirements of the Americans with Disabilities Act Accessibility Guidelines (ADAAG). Detectable warning plates shall be either cast iron or ductile iron. COBMODS 6°i Edition Page-2-of 2 SECTION 02529 Addendum 2 SECTION 02581 PAVEMENT MARKINGS AND MARKERS (PREFORMED PLASTIC, PAINTS AND ENAMELS) 1.2 STANDARD DRAWINGS Add the following Standard Drawings which are applicable to this section: City of Bozeman Standard Drawing No. 02581-1, Typical Pavement Markings for Pedestrian Crossings City of Bozeman Standard Drawing No. 02581-2, Typical Pavement Markings for School Crossings 2.1 PREFORMED PLASTIC PAVEMENT MARKING MATERIAL A. Add the following: Pre-formed plastic pavement marking material to be Premark Plus® manufactured by Flint Trading Inc. or approved equal. D. Revise this section as follows: Assure plastic pavement markings for inlay into new asphaltic surfaces are capable of being applied just before the final rolling of the new surface and can be rolled into place with conventional pavement rollers. For inlay applications, assure the plastic and adhesive are not damaged by pavement temperatures exceeding 150'F or by water on roller drums. Insure that the pavement markings are installed according to manufacturer's recommendations. Add the following: 2.3 EPDXY PAVEMENT MARKING PAINT A. Furnish and install epoxy paint in accordance with the applicable sections of Standard Specifications for Road and Bridge Construction, Montana Department of Transportation, latest edition including any supplements. COBMODS dh Edition Page 1 of 1 SECTION 02581 SECTION 02582 REFLECTIVE THERMOPLASTIC PAVEMENT MARKINGS 1.1 DESCRIPTION D, Revise this section as follows: Furnish thermoplastic that is hydrocarbon based. Furnish thermoplastic material that,while on the roadway surface and at any natural ambient temperature,will exist in a hard solid state with cold ductility that permits normal movement with the road surface without chipping and or cracking. 3.4 APPLICATION A. 2. Extruded (Inlaid) Add the following: d. Unless otherwise specified in the contract documents,all transverse pavement markings and words and symbols shall be 400 mils thick, and all longitudinal lines shall be 270 mils thick. COBMODS 01 Edition Page 1 of 1 SECTION 02582 SECTION 02660 WATER DISTRIBUTION 1.4 STANDARD DRAWINGS Delete: Standard Drawing No. 02660-3,Thrust Blocking for Water Main Valves Delete: Standard Drawing No. 02660-4,Fire Hydrant Setting Delete: Standard Drawing No. 02660-5, Hydrant Location Detail Delete: Standard Drawing No. 02660-6, Water Service Line Delete: Standard Drawing No. 02660-7, Blowoff Valve Add. City of Bozeman Standard Drawing No. 02660-3, Thrust Blocking for Water Main Valves Add. City of Bozeman Standard Drawing No. 02660-4, Fire Hydrant Add. City of Bozeman Standard Drawing No. 02660-5, Hydrant Location Detail Add: City of Bozeman Standard Drawing No. 02660-6, Water Service Line Add: City of Bozeman Standard Drawing No. 02660-7, Typical Blowoff Add: City of Bozeman Standard Drawing No. 02660-8,Hydrant Barrier Posts Add. City of Bozeman Standard Drawing No. 02660-10, Typical Valve/Tee Restraint Add: City of Bozeman Standard Drawing No. 02660-11, Water Main Crossing Below Existing Sewer Main Add: City of Bozeman Standard Drawing No.02660-12,Water Service Line,4"and Larger Add: City of Bozeman Standard Drawing No. 02660-12A, Typical Riser Configuration Add: City of Bozeman Standard Drawing No. 02660-13, Standard Fire Service Line Installation, Class I,II, and III Systems Add: City of Bozeman Standard Drawing No. 02660-14, Standard Fire Service Line Installation, Class IV and V Systems Add: City of Bozeman Standard Drawing No. 02660-15, Water Service Line from Curb Stop to Building (Lines 2" and Smaller) Add: City of Bozeman Standard Drawing No. 02660-16, Water and Sewer Main and Services Location Standards Add: City of Bozeman Standard Drawing No.02660-17,Water Service Interior Clearances 2.2 PIPE MATERIALS B. Ductile Iron Pipe 1. Revise as follows: Furnish Class 51 wall thickness meeting AWWA C151, American National Standard for Ductile Iron Pipe for 12"diameter pipe and smaller. For pipe sizes greater than 12", furnish as specified in the contract documents. 2. Revise as follows: Use underground pipe having mechanical or push-on joints meeting AWWA C111. Use underground fittings having mechanical joints meeting AW WA C 111.Use restrained joint pipe for all stream crossings and for pipe installed COBMODS 6'' Edi?ion Page - 1 - of 15 SECTION 02660 Addendum 2 in casings. If restrained joints at fittings are required,use Megalug mechanical joint restraint or Megaflange restrained flange adapter,manufactured by EBBA Iron Sales, or Uni-flange Series 1400 retainer glands, manufactured by Ford Meter Box Company, MJ Field Lok(W Series DI, manufactured by US Pipe, Field Lok© 350 Gaskets for push-on joints, manufactured by US Pipe, Sigma One-Lok Series SLD manufactured by Sigma Corporation, or approved equal. 4.: Fittings Delete the use of gray-iron fittings, add the following requirements: All fittings must be manufactured in accordance with applicable AWWA standards at ISO 9001-2000 approved manufacturing facilities. These manufacturing facilities must be covered under periodic audits by third party accreditation bodies for evaluations. These evaluations shall include manufacturing processes,quality control,corrective and preventative actions, and document control. In addition, distribution centers must be audited by Third Party Approval Agencies for periodic confirmation tests and surveillance audits. These periodic confirmation tests and surveillance audits shall document continuation of product approvals by auditing the entire quality systems including design, infrastructure, system implementation, distribution, training, quality control and assurance, and document control. All fittings must be manufactured in accordance with NSF 61. 5. Joints a. Revise as follows: Assure the fitting interior is cement mortar lined meeting AWWA C1043 or fusion-bonded epoxy lined meeting ANSI/AWWA C 116/A21.16. Assure the fitting exterior is bituminous tar coated 1 mil thick or fusion-bonded epoxy lined meeting ANSI/AWWA CI16/A21.16. Use compact fittings having a rated working pressure of 350 psi following manufacturer recommended laying lengths. 6. Couplings Delete the use of cast iron or gray iron sleeves. Add the following requirements: a. 4) Furnish one of the following copper to copper compression connection couplings: Mueller H15403; Ford C44-xx-Q style; or AY McDonald 4758Q for 3/4", V, 3/4" x 1", and 1" x 1 1/2". No connection couplings are permitted from the corporation stop to the curb stop for 3/4" and 1" services. 5) Hymax®couplings shall not be used. C. Polyvinyl Chloride (PVC) Pressure Pipe Delete the use of this pipe material for water lines COBMODS 611 Edition Page - 2 - of 15 SECTION 02660 Addendum 2 D,. Concrete Cylinder Pipe Delete the use of this pipe material for water lines E. Water Service Pipe Revise this section as follows: I. Use copper or ductile iron pipe in water service line construction as specified in the contract documents and meeting the following specifications. a. Furnish service pipe of the size or sizes specified. A water line is designated a service line or water main based on its use,not its size. Generally, a line serving a single building or facility is considered a service line; a line serving more than one building, or intended to serve more than one building or facility is generally designated a water main. The standard sizes of services are 3/4" 1" 1%" 2" 4" 6", or 8". The minimum size of a fire service is 1". b. Unless otherwise shown on the plans, furnish and install the service pipe from the main to 8 feet past the property line with a curb stop and curb box installed 8 feet past the property line. Install the water service lines in accordance with City of Bozeman Standard Drawings 02660-6 and 02660-12 and where applicable with"City of Bozeman Fire Service Line Standard", City of Bozeman Standard Drawings 02660-13 and 02660-14. C. Copper Service Pipe 1) Use copper, type K annealed, meeting AWWA Standard C800. Use straight lengths for 1.5" and 2" services. d. Polyethylene Service Pipe Delete the use of this pipe material for permanent water lines. e. Ductile Iron Pipe 1) Use ductile iron pipe for water service lines that are 4" in diameter or larger. Furnish ductile iron pipe which conforms to the requirements of Section 02660. 2.3 TAPPING SLEEVES AND VALVES: Revise this section as follows: A. Tapping sleeves shall be ductile iron or stainless steel,split-sleeve,mechanical joint type with end and side gaskets. They shall have a Class 125, ANSI B16.1 outlet flange. They shall be rated for a minimum of 200 psi working pressure and shall contain a threaded plug for testing purposes on the neck or body of the tapping sleeve. Gaskets shall be manufacturers' standard suitable for use in potable water systems. Bolts and nuts shall be Cor-Ten,Dura-Bolt,or stainless steel. The sleeve COBMODS 6" Edition Page - 3 - of 15 SECTION 02660 Addendum 2 shall be as manufactured by Mueller Company, Model H-615 or H-304, or as manufactured by Romac Industries, "SST" Stainless Steel Tapping Sleeve with ductile iron flanged outlet; unless otherwise approved by the City of Bozeman. B, Tapping valves shall be Mueller,with flanged inlets compatible with the flange of the tapping sleeve and mechanical joint outlet. Tapping valves shall be iron body, bronze moulted gate valves with non-rising stems with design, construction and pressure rating conforming to AWWA Specification C509. Stem seals shall be double "O"ring seals designed so that the seal above the stem collar can be replaced with the valve under pressure in full open position. C. The tapping sleeve and valve shall be furnished and installed by the Contractor and the wet tap made by the City of Bozeman Water Department with the cost paid by the Contractor. The Contractor shall excavate the existing main at the location to be tapped to confirm the appropriate pipe dimensions prior to ordering the fittings. The tapping sleeve shall be installed with the outlet set on the horizontal plane. A concrete thrust block shall be installed behind the tee. 2.4 CORPORATION STOPS Revise this section as follows: I.. Furnish 300 psig ball valve brass corporation stops with inlet end to suit tapping requirements and conductive compression connection outlet for type K copper tubing. Furnish either Mueller B25008,Ford FB1000-x-Q, or A.Y. McDonald 4701BQ corporation stops. 2.5 SERVICE CLAMPS Revise this section as follows: 1, Furnish flat,double strap,bronze metal service clamps(service saddles)with Neoprene gaskets and corporation stop threads. Use Mueller BR 2 B Series, Ford 202B, or AY McDonald 3825. 2.6 CURB STOPS Revise this section as follows: 1. Furnish curb stops with ball type curb valves with Minneapolis pattern screw box mounts for 3/4", 1", 11/z", and 2" services, with 90' open to close operation. Furnish curb stops that conform to the following: Service Size Curb Valve and Curb Stop 3/4" Ford Ball Valve Curb Stop B44-333-M-Q 1%Z" Minneapolis Thread, Mueller B-25155 11/z" Minneapolis Thread,or A.Y.McDonald 6104Q,part number 4182-035 1" Ford Ball Valve Curb Stop B44-444-M-Q 11/2" Minneapolis Thread, COSMODS 6°i Edition Page - 4 - of 15 SECTION 02660 Addendum 2 Mueller B-25155 11/2" Minneapolis Thread, or A.Y. McDonald 6104Q,part number 4182-192 l t/2" Ford Ball Valve Curb Stop B44-666-M-Q 2" Minneapolis Thread, Mueller B-25155 2" Minneapolis Thread, or A.Y. McDonald 6104Q, part number 4182-137 2" Ford Ball Valve Curb Stop B44-777-M-Q 2" Minneapolis Thread, Mueller B-25155 2" Minneapolis Thread, or A.Y. McDonald 6104Q, part number 4182-081 2.7 CURB BOXES Revise this section as follotivs: 1. Furnish Minneapolis pattern base, extension type curb boxes having 7 foot extended lengths. Provide 5-foot stationary rods in all curb boxes. Use the following curb boxes: %" and 1" Curb Stops: Mueller H10388 curb box 1 '/a"top with a 2 %2"base tapping(with a 2 '/2"x 1 1/2" standard black hex bushing a 5/8" stationary rod) Ford EM2-70-58 curb box 1 t/a"top with a 2 '/2"base tapping(with a 2 t/2"x 1 1/2" standard black hex bushing a 9/16" stationary rod) 1 1/2" and 2" Curb Stops: Mueller H10304 curb box 2" top with 3" base tapping (with a 3" x 2" standard black hex bushing and 1/a" stationary rod that fits with 2" top section) or A.Y. McDonald Model 5624 2. Center and place the top section of a valve box with lid over all curb boxes that fall within asphalt pavement. 2.8 VALVES A. Gate Valves Revise this section as follotivs: 3. Gate valves shall be used for all lines from 4" up to and including 20". Furnish gate valves for underground installation equipped with a 2-inch square operating nut for key operation. All valves are to open counterclockwise. Valves are to be equipped with mechanical j oints for pipe connections. Furnish Mueller 2360 valves or American Flow Control Series 2500 Ductile Iron Resilient Wedge Gate valves for sizes 12"and smaller,and Mueller 2361 or American Flow Control Series 2500 Ductile Iron Resilient Wedge Gate valves for sizes 14"to 20",or American AVK Series 65 Ductile Iron Resilient Wedge Gate Valves for sizes 4"through 12", Series 45 for 14" COBNIODS 6" Edition Page - 5 - of 15 SECTION 02660 Addendum 2 and 16"valves, and Series 55 for 18"and 20"valves. Bolts and nuts for the stuffing box, wrench nut cap screw, and bonnet shall be Type 304 stainless steel. B. Butterfly Valves Revise this section as follows: 1.. Furnish Class 250, rubber seated, butterfly valves for water distribution systems sized 24"and larger,meeting AWWA C504 requirements.Valves to be equipped with mechanical joint ends and lubricated screw type operators designed for underground service. Furnish butterfly valves by Mueller, Kennedy, or M&H. All fasteners shall be Type 304 stainless steel. Add the following section: C. OS & Y Valves 1. For service lines 4" and larger, furnish a UL listed flanged Kennedy, American Flow Control, or Mueller OS & Y valve as the first fitting inside the building. For fire service lines 2"and smaller,furnish aNBCO T-104-0 OS & Y valve as the first fitting inside the building. Bolts and nuts for the stuffing box, wrench nut cap screw, and bonnet shall be Type 304 stainless steel. 2.9 VALVE BOXES Add the following requirement: B. Valve boxes shall be East Jordan Iron Works 8560 series. Valve box lids for fire service lines shall be East Jordon Iron Works Product Number 06800029 or approved equal. 2.10 FIRE HYDRANTS Revise this section as follows: B. Furnish hydrants with 51/4" valve openings,flanged inlet,one 5" storz connection and two 2%2" hose connections. Storz connectors to be by Harrington Company. Assure hose nozzle threads meet ASA Specification B26 for National Standard Fire Hose Coupling Screw Threads,71/Z threads per inch. Furnish National Standard operating nut. Furnish hydrants opening counterclockwise and having an arrow on the hydrant top designating the opening direction. D; Paint the hydrant portion above the ground line red. Furnish hydrants so that there is a minimum of 61/2 of cover over the hydrant lead unless specified otherwise on the approved plans. Furnish Mueller Super Centurion 250 model hydrants or Waterous 5 1/4" Pacer model hydrants per Water Department specifications, or American AVK Series 2780 Nostalgic Fire Hydrant,Furnish Mueller Defender Security Device,with locks keyed to City of Bozeman Standard, for each hydrant installed. COBMODS 6" Edition Page - 6 - of 15 SECTION 02660 Addendum 2 Add the following section 2.13 METER PITS A. Meter pit installations may be allowed for certain service lines such as for irrigation systems. The use of meter pits must be specifically approved by the Water Superintendent. If the use of a meter pit is allowed,the following Manufacturers are approved: Mueller, AY Mc Donald, and Ford. The Meter Department shall approve specific models proposed for use on a case-by-case basis. Add the following sections: 2.14 "NO-LEAD" BRASS A. Brass components of waterworks materials in contact with potable water shall be of No-Lead Alloy (UNS/CDA No. C89833). Components that do not come in contact with potable water shall be UNS/CDA No. C83600-85-5-5-5 and shall conform to AWWA Standard C800 (ASTM B-62 and ASTM B-584). 2.15 INSULATION A; Insulation for water pipelines shall be expanded polystyrene rigid board foam plastic with a compressive strength of 60 psi at 10% deformation, minimum. 3.2 PIPE INSTALLATION FOR WATER MAINS C. Laying of Pipe Revise as follows: 10. Construct reaction or thrust blocks at all tees, tapping tees, plugs, valves (except tapping valves and hydrant auxiliary valves that are part of a hydrant assembly),reducers,caps,vertical bends,and at horizontal bends deflecting 22V2' or more. Limit using metal rods or straps for thrust restraint to those specified on the plans, or where the use of concrete thrust blocks would be impractical. Do not use metal rods or straps unless specifically approved by the City of Bozeman. Construct reaction blocks from concrete having a minimum compressive strength of 3,000 pounds per square inch at 28 days. Place blocking between undisturbed ground and the fitting to be anchored,as shown on Standard Drawing 02660-1. The size of thrust(gravity)blocks for vertical bends will be as designed by the Engineer. Place the blocking so that pipe and fitting joints are accessible for repair. In lieu of concrete thrust blocks, thrust restraint may be provided utilizing COBIVIODS 6" Edition Page - 7 - 0 t5 SECTION 02660 Addendum 2 Megalug® , Uni-Flange" , MJ Field Lok® Series DI, Field Lok® 350 Gaskets for push-on joints,manufactured by US Pipe, Sigma One Lok Series SLD manufactured by Sigma Corporation,or approved equal joint restraints, for all fittings that require thrust restraint, except for cut-in or tapping tees (for mains or services)and bends on service lines inside building foundations, unless specifically prohibited by the City of Bozeman. Install the mechanical restraints in accordance with manufacturer's specifications and at all joints as specified by the Engineer. D. Pipe Jointing 1. Rubber Gasket, "Push-On"Joints Add the following requirement: b. All sections of newly installed water main shall provide.continuity for electrical current. In order to provide continuity,insert a minimum of three brass or bronze conductive wedges in the joints of ductile iron pipe. Insert a copper wedge between cast iron and ductile iron pipe joints in accordance with manufacturer's recommendations. Conduct a continuity test of new mains when required by the Engineer or City of Bozeman. 3. Connections to Existing Mains Add the following requirements: C.. All wet taps to water mains in use shall be made by the City of Bozeman Water Department at the expense of the Contractor. All dry taps or connections shall be made by the Contractor. Any new or existing valve which controls water in the municipal system shall be operated by City of Bozeman personnel only. The Contractor shall pressure test tapping tees prior to tapping by the Water Department. The tapping tees shall be hydrostatically pressurized to a minimum pressure of 200 psi, and the testing apparatus shall be in place for verification by the Water Department tapping personnel. d. The Contractor is responsible for 24 hour advance notification, in writing, to all affected customers of a water main shut-down. The written notification is to include the date,time and estimated duration of interrupted service. The written notification is also to include the name and phone number of the Contractor's representative who is coordinating the shut-down as well as the phone number of the City of Bozeman Water Department. All commercial customers affected by the water main shut-down ;must sign a notification sheet acknowledging that they have been informed of the date and time of the shut-down. The City of Bozeman reserves the right to determine the likely duration of the main shut-down based on the proposed work COBiMODS 61' Edition Page - 8 - of 15 SECTION 02660 Addendum 2 and Contractor experience, and require the installation of temporary water services by the Contractor. e, Clean and disinfect temporary water systems in accordance with the requirements for cleaning and disinfecting new water mains. Do not connect existing services to the temporary system until bacteriological tests show successful disinfection. Provide backflow protection at the point of connection of the temporary system to the municipal system, and at each point of connection of the temporary water system to the individual services. f. Remove any existing blow-offs or temporary flushing hydrants upon completion of the connection to the existing main,and install a brass plug upon removal of the corporation stop. 3.3 POLYETHYLENE ENCASEMENT A. Revise this section as follows: Polyethylene encasement or other corrosion protection is not required unless corrosive soils are encountered or anticipated. When specified for corrosion protection,wrap all direct busy cast or ductile iron pipe and fittings including hydrants,valve boxes,curb boxes,and all other metal parts and surfaces, in polyethylene encasement. B.< Polyethylene encasement for use with ductile iron pipe shall meet all the requirements for ANSI/AWWA C105/A21.5,Polyethylene encasementfor Ductile Iron Pipe Systems, and shall be V-Bio rm Enhanced Polyethylene Encasement. C: The polyethylene encasement shall be overlapped one foot in each direction at joints and secured in place around the pipe, and any wrap at tap locations shall be taped tightly prior to tapping and inspected for any needed repairs following the tap. Add the following new section: 3.3.5 DETECTABLE BURIED WARNING TAPE A. Install detectable warning tape centered over all water mains, service lines, and hydrant leads. Install tape a minimum of 18" and maxim-urn of 24" below finish grade. 3.4 TESTING, CLEANING&DISINFECTING WATER MAINS, VALVES &FITTINGS A. Hydrostatic and Leakage Testing 1. Add the following: The required minimum hydrostatic pressure for any test is COBMODS 61' Edition Page - 9 - of 15 SECTION 02660 Addendum 2 200 psi. 2. Add the following: Assure that the testing gauge is marked in increments no greater than 10 psi. 4. Revise this section as follows: Conduct the leakage test concurrently with the hydrostatic pressure test for 2 hours. Leakage is defined as(1)the quantity of water supplied into the pipe, or any valved section thereof,necessary to maintain pressure within 5 PSI of the specified test pressure (after the pipe has been filled with water and purged of air) for the duration of the 2 hour test period, and (2)the quantity of water supplied into the pipe, or any valved section thereof, required to return the pressure to the specified test pressure at the end of the 2 hour test period. Add the following requirements: 11. Chlorination,testing,and sampling shall comply with AWWA Standard C651- 92. There shall be no allowable leakage for resilient seat gate valves. At least 24 hours prior to beginning water main tests,a testing schedule shall be submitted by the Contractor to the City Engineering Office for approval. The schedule shall specify the proposed sequence of testing and the methods and procedures which will be used to complete the tests. Hydrostatic and leakage testing shall not be conducted concurrently with chlorination of water mains. All heavily chlorinated water must be flushed from the system prior to pressurizing the new mains. 12. Any existing or new water main valves which are used to take water from the City of Bozeman distribution system for the purpose of filling,testing,chlorination or flushing, shall be operated by the City of Bozeman Water Department personnel only,with the Contractor requesting such operation at least 24 hours in advance. All existing water main valves are to be operated only by City of Bozeman Water Department personnel. 13. Allow five days after placement of concrete for thrust blocks before performing hydrostatic onleakage testing. If high-early strength concrete is used, allow two days after placement of concrete before performing hydrostatic or leakage testing. Provide adequate cold blocking as required for all thrust blocks that will not have the necessary curing time prior to testing. 14. For sections of mains that cannot be hydrostatically tested, assure that all joints are visually inspected for leakage under line working pressure by City of Bozeman representative prior to backfilling. B. Cleaning Water Mains Add the following requirements: 5. Prior to any main flushing the City of Bozeman Engineering Office shall be COBMODS 6" Edition Page - 10 - of 15 SECTION 02660 Addendum 2 notified and provided with a flushing schedule and plan a minimum of 24 hours in advance of any main flushing. The City of Bozeman Fire Department shall be allowed adequate access to conduct pressure and flow testing of fire hydrants during the flushing process. 6. Any existing or new water main valves which are used to take water from the City of Bozeman distribution system for the purpose of filling,testing,chlorination or flushing, shall be operated by the City of Bozeman Water Department personnel only with the Contractor requesting such operation at least 24 hours in advance. All existing water main valves are to be operated only by City of Bozeman Water Department personnel. 7. Install an adequately-sized corporation stop on all main stubs longer than 10 feet to allow for the flushing of the stubs (see Table 1 MPW Section 02660). Following completion of all tests,remove corporation stops,install brass plugs,and assure plugs do not leak after main has been charged.A representative from the City of Bozeman must witness this work. C. Disinfecting Water Mains 3. Methods of Chlorination a. 1) Tablet Method Revise this section as follows: a) The tablet method consists of placing calcium hypochlorite granules(tablets shall not be used)in the water main as it is being installed and then filling the main with potable water when installation is completed.This method may be used only if the pipes and appurtenances are kept clean and dry during construction. b) Placing of calcium hypochlorite granules. During construction, calcium hypochlorite granules shall be placed at the upstream end of the first section of pipe, at the upstream end of each branch main, and at 500- foot intervals. The quantity of granules shall be as shown in Table 2. c) Warning:This procedure must not be used on solvent welded plastic or on screwed joint steel pipe because of the danger of fire or explosion from the reaction of the joint compounds with the calcium hypochlorite. COMOODS-6" Edition Page - 11 - of 15 SECTION 02660 Addendum 2 d) When installation has been completed, fill the main with water at a velocity not exceeding 1 fps. Take precautions to assure that air pockets are eliminated. Leave this water in the pipe for at least 24 hours. If the water temperature is less than 41°,leave the water in the pipe for at least 48 hours. Position valves so that the chlorine solution in the main being treated will not flow into water mains in active service. TABLE 2 OUNCES OF CALCIUM HYPOCHLORITE GRANULES TO BE PLACED AT BEGINNING OF MAIN AND AT EACH 500-FT INTERVAL Pipe Diameter (d) (in.) Calcium Hypochlorite Granules (oz.) 4 1.7 6 3.8 8 6.7 10 10.5 12 15.1 14 and larger D2 x 15.1 Where D is the inside pipe diameter in feet D =d/12 D. Bacteriological Tests 1. Revise this section as follows: After final flushing and before the water main is placed in service,test a sample, or samples,collected from the main(s)for turbidity and organisms. Collect at least one sample for every 1200 feet of new main and from each branch. a. Once the water main has been flushed following the successful completion of chlorination and pressure testing,the water line must be refilled with water and allowed to sit a minimum of 24 hours prior to the collection of samples for bacteriological tests. A second set of samples is to be taken a minimum of 24 hours after the first set of samples. Samples shall be taken in accordance with AWWA Standard C651-92. New water mains shall be placed in service by City of Bozeman personnel only. b. Collect samples from new water mains out of service lines or COBMODS 0 Edition Page - 12 - of 15 SECTION 02660 Addendum 2 temporary taps. Samples may only be taken out of fire hydrants or flushing hydrants if approved in advance by the City of Bozeman. If hydrants are approved as sample locations,operate hydrants using the auxiliary valves or curb stops to prevent groundwater from entering hydrant. Assure that hydrants are kept from freezing during testing. C. Following the completion of bacteriological tests, assure that all temporary piping has been removed, and all temporary corporation stops have been removed and replaced with brass plugs. 3.6 VALVES A. Add the following requirement: For butterfly valves, set the operating nut on the west side of mains that run north-south,and on the north side of mains that run east- west. C. Valve Thrust Blocks L Revise this section as follows: Install valves with thrust blocks and anchor rods meeting City of Bozeman Standard Drawing 02660-3 requirements. Thrust blocks are required on all valves size 6" and larger, except for tapping valves and hydrant auxiliary valves attached to the hydrant shoe flange. In lieu of concrete thrust blocks, thrust restraint may be provided utilizing MegalugO, Uni-Flange'', MJ Field Loke Series DI, or approved equal joint restraints. 3.7 FIRE HYDRANTS B,: Revise this section as follows: Provide drainage at the hydrant base by placing clean gravel under and around it. Place gravel at least 1 foot on all sides from the base of the hydrant to at least 6 inches above the drain opening. Brace the hydrant against undisturbed earth at the trench end with concrete backing as detailed on the plans. In lieu of concrete thrust blocks, thrust restraint may be provided utilizing MegalugO,Uni-Flange"',or approved equal j oint restraints.Furnish hydrants with the specified gate valves. Install hydrants meeting City of Bozeman Standard Drawings 02660-4 and 02660-5. Where no curb exists or the minimum distance of three feet behind the curb cannot be met or there is no other adequate protection, install protective barrier posts in accordance with City of Bozeman Standard Drawing 02660-8 when required by the Water Superintendent. Protect the hydrant from damage during installation and backfilling operations. Hydrants may be subject to replacement by the Contractor if any of the protective paint coating is damaged during installation. If hydrant extensions are required, only one coupler will be COBMODS 6'.h Edition Page- 13 - of 15 SECTION 02660 Addendum 2 allowed on the operating rod: 3.8 SERVICE LINE INSTALLATION Revise this section as follows: A. Provide all work and materials for the complete service line installation, including trench excavation and backfill;making the water main tap;furnishing and installing the corporation stop,curb stop and box,service clamp where necessary,and service line with fittings as required to make the connections to the stops. Provide a minimum of 6%feet and a maximum of 8 feet of cover measured as noted on City of Bozeman Standard Drawing No. 02660-6. Use compression fittings for all service line fittings. Do not use sweat or solder fittings. Use a continuous length of pipe with no couplings between the corporation stop and the curb stop for 3/4" and 1" services. B.. Mark the water service line stub end using a steel .fence post painted blue, 6.5 feet long,buried 2.5 feet in the ground. Set post 1' from curb box. After bacteriological tests have passed and the test results have been submitted to the Water Department, open all curb stops in the presence of the Engineer to assure the service lines are flushed and all corporation stops are open. All main line valves are to be operated by Water Department personnel only. C, Service line installation from the end of the stub into the building shall be as per City of Bozeman Standard Drawings 02660-12 or 02660-15. Service lines shall not be installed from the end of the stub into the building until the main line has been accepted by the City and placed into service. The water service line from the stub into the building may be reduced in size,however the size reduction must be made within 18"of the curb stop or outside valve. Connections to existing stubs(either for domestic or fire service)that have remained dormant or unused longer than 6 months may require re-flushing or disinfection at the discretion ofthe Water Superintendent prior to being placed into service. The Water Superintendent may require bacteriological testing to assure that the dormant line has not become contaminated. 3.9 TAPPING Revise this section as follows: A. Tap the newly installed water mains unless specified otherwise. Provide aminimum distance of 18" between service taps. The City of Bozeman Water Department will tap any existing water mains. For taps on existing mains, the Contractor is responsible for scheduling and coordinating with the Water Department. The Contractor will be charged a fee for each tap made by the Water Department. All taps on existing mains require tapping saddles and corporation stops to be supplied and installed by the Contractor prior to tapping of the main by the Water Department. Bo Perform tapping using an approved tapping machine using clean, sharp drill taps and/or shell cutters. 3/4-inch and 1-inch taps maybe made directly into the barrel of ductile iron pipe without using service saddles. Direct tap into the pipe barrel to the COBMODS 6" Edition Page - 14 - of 15 SECTION 02660 Addendum 2 depth exposing a maximum three threads of the corporation stop. Taps greater than 1" on a 6" line require the use of saddle clamps. Taps 4" and larger to existing water mains which are 4" and larger require the use of a tapping sleeve and valve. COBMODS 6`" Edition Page - 15 - of 15 SECTION 02660 Addendum 2 SECTION 02720 STORM DRAIN SYSTEMS 1.4 STANDARD DRAWINGS Delete: Standard Drawing No. 02720-1, 30" Standard Storm Drain Inlet Delete: Standard Drawing No. 02720-3, Sanitary Sewer and Storm Drain Manhole Delete: Standard Drawing No. 02720-4, Standard Straight Manhole Delete: Standard Drawing No. 02720-5, 48" Standard Manhole Delete: Standard Drawing No. 02720-8, Standard Cast Iron Cover Delete: Standard Drawing No. 02720-9, Standard 24" Cast Iron Ring Add: City of Bozeman Standard Drawing No. 02720-1, 36" Standard Storm Drain Inlet Add: City of Bozeman Standard Drawing No. 02720-IA, Standard Square Storm Drain Inlet Add: City of Bozeman Standard Drawing No. 02720-IB, Combination Manhole and Curb Inlet Add: City of Bozeman Standard Drawing No. 02720-3,Sanitary Sewer and Storm Drain Manhole Add: City of Bozeman Standard Drawing No. 02720-4, Standard Straight Manhole Add: City of Bozeman Standard Drawing No. 02720-11, Storm Drain Debris Rack 2.1 GENERAL A. Add the following: All culverts shall be reinforced concrete with flared-end sections unless otherwise approved by the City Engineer. All public storm drain systems shall be constructed with reinforced concrete pipe, with solid-wall or corrugated PVC pipe for pipe sizes 36" and less, or with HP Storm Pipe manufactured by Advanced Drainage Systems, Inc., for pipe sizes 24" and less. 2.3 MANHOLES D. FRAMES AND COVERS Revise this section as follows: I< Furnish D & L Foundry A-1178 ring and cover or East Jordan Iron Works 3771/3772 series ring and cover, or approved equal. Assure that all covers have two pick holes, 1"minimum, 1 1/4"maximum diameter. Cover lettering shall be"Storm Drain". Covers shall have a City of Bozeman logo cast into the cover.The design of the logo to be approved by the Street Superintendent. 2.4 INLETS AND CATCH BASINS Revise this section as follows A. Unless otherwise approved,furnish either of the following frames and grates:Neenah COBIVIODS 6" Edition Page 1 of 2 SECTION 02720 Addendum 2 R-3067-L,Deeter#2047L,D &L Foundry I-3517, or East Jordan Iron Works 7030 with T1 back and Type M6 grate. Inlet castings shall have a logo cast into the curb piece stating"Dump no Waste, Drains to Waterways" or similar. 3.1 PIPE AND SERVICE LINE INSTALLATION Add the following: F: Install detectable buried warning tape centered over all storm sewer mains and service lines.Install tape a minimum of 18"and maximum of 24"below finish grade. 3.2 MANHOLES A. Construction 1.Revise this section asfollows: Construct manholes to the specified dimensions. Unless otherwise shown on the plans,do not form channels in storm drain manholes. Assure that the lowest pipe invert is 9" higher than the base of the manhole. 3.5 TESTS Add the following requirement: D. T.V. Inspection 1. All storm drains are required to be inspected using a television camera before final acceptance. All television inspections of new storm drains shall be done by the City of Bozeman Sewer Department at Contractor expense unless otherwise approved by the Water/Sewer Superintendent. Schedule inspections with the Sewer Department a minimum of one week in advance. De-watering equipment must be shut down a minimum of 24 hours prior to the television inspection to allow groundwater to return to typical levels. Adequately flush the storm drain lines prior to each television inspection. T.V. inspection of dry lines is not acceptable. A storm drain line will be considered deficient and unacceptable if 1) the alignment is outside the specified limits, 2) water ponds in any section to a depth equal to or greater than a value 2 times the grade tolerance specified herein under Section 02720 3.1 E. 1., or 3) the pipe has visible defects such as open joints, pinched gaskets, cracked barrels or bells, or similar defects. Correct any deficiencies and schedule a re-inspection by the Sewer Department. Storm drain lateral lines(inlet lines)may be subject to the same T.V.inspection requirements as storm drain mains at the discretion of the Water/Sewer Superintendent. COBMODS 6" Edition Page 2 of 2 SECTION 02720 Addendum 2 SECTION 02730 SANITARY SEWER COLLECTION SYSTEMS 1.4 STANDARD DRAWINGS Delete: Standard Drawing No. 02720-3, Sanitary Sewer and Storm Drain Manhole ( Delete: Standard Drawing No. 02720-4, Standard Straight Manhole Delete: Standard Drawing No. 02720-5, 48" Standard Manholes Showing Two Types of Cone Sections Delete: Standard Drawing No. 02720-8, Standard Cast Iron Cover Delete: Standard Drawing No. 02720-9, Standard 24" Cast Iron Ring Delete: Standard Drawing No. 02730-2, Sanitary Sewer Service Line Delete: Standard Drawing No. 02730-3, Deep Sanitary Sewer Service Line Add: City of Bozeman Standard Drawing No. 02730-3,Deep Sanitary Sewer Service Line Add: City of Bozeman Standard Drawing No. 02660-16, Water and Sewer Main and Services Location Standards Add: City of Bozeman Standard Drawing No. 02720-3,Sanitary Sewer and Storm Drain Manhole Add. City of Bozeman Standard Drawing No. 02720-4, Standard Straight Manhole Add: City of Bozeman Standard Drawing No. 02730-2, Sanitary Sewer Service Line Add: City of Bozeman Standard Drawing No. 02730-4, Sanitary Sewer Cleanout Add: City of Bozeman Standard Drawing No. 02730-5, Standard Drop Manhole 2.1 GENERAL A. Revise this section as follows: Furnish new sewer pipe and fittings as specified in the Contract Documents and meeting the materials and testing requirements of this Section. Furnish in-line wye branches of the same material and design as the sewer pipe unless specified otherwise. Saddle-type fittings are allowed only upon approval by the Sewer Superintendent. Pipe strength classifications are shown on the plans and/or are listed in the Contract Documents. Do not use tee branches unless specifically approved by the City of Bozeman. 2.2 PIPE MATERIALS Delete the use of High Density Polyethylene (HDPE) Pipe and Corrugated PVC pipe for sanitary sewers A. Polyvinyl Chloride (PVC) Pipe 2. Gravity Sewer Pipe a. Revise this section as follows: Furnish gravity sewer pipe meeting one of the following requirements: COBMODS 61h Edition Page- 1 - of 5 SECTION 02730 Addendum 2 1) ASTM-3034,"Standard Specifications for Polyvinyl Chloride Sewer pipe and Fittings", with an SDR of 35 8" - 15". 2) ASTM F679, T-1 wall thickness (SDR 35), "Standard Specifications for PVC Large Diameter Plastic Gravity Sewer Pipe and Fittings" 18"—2777 . 3) SDR 26 PVC pipe for 4" and 6" service lines. 5. Fittings Revise this section as follows: a, Assure wye fittings for connecting service lines are of the same material, construction, and joint design as the main sewer pipe. 2.3 MANHOLES A. General 1, Add the following: Do not use flat-top (straight) manholes unless specifically called out on the plans or in the Contract Documents. Unless noted otherwise, flat-top manholes are only to be used when the distance from the rim to the invert is less than 6 feet. D. Frames and Covers 1, Revise this section as follows: Furnish D & L Foundry A-1178 ring and cover, or East Jordan Iron Works 3771/3772 series ring and cover, or approved equal. Assure that all covers have two pick holes, 1" minimum, 1 '/a" maximum diameter. Cover lettering shall be "Sanitary Sewer". Covers shall have a City of Bozeman logo cast into the cover. The design of the logo to be approved by the Sewer Superintendent. 3.1 PIPE AND SERVICE LINE INSTALLATION D. Laying Pipe Delete references to tee fittings. E. Tolerances 1. Revise as follows: Install the pipe within 1/2" of the specified alignment and within 1/4" of the specified grade,provided that such variation does not result in a level or reverse sloping invert. COBMODS 61h Edition Page - 2 - of 5 SECTION 02730 Addendum 2 Add the following: F. Install detectable buried warning tape centered over all sanitary sewer mains and service lines.Install tape a minimum of 18"and maximum of 24"below finish grade. 3.2 MANHOLES A. Construction 2, Add the following requirements: Unless otherwise approved by the City of Bozeman,make all break-in connections to existing manholes by using a core drilling machine. Trim off and remove all excess gasket material inside manholes. 3. Revise this section as follows: Install adjusting rings on each manhole to bring the manhole rim elevation to match the existing or specified ground elevations. A maximum of 12" of adjusting rings are permitted. Furnish concrete adjusting rings reinforced with the same percentage of steel as the riser and top, or FIDPE adjusting rings. To adjust the rim to match the slope of a street,use rubber-composite tapered adjusting rings. Install Ram-Nek or approved equal joint sealant compound between the first adjusting ring and the top of the manhole, between each adjusting ring, and between the last adjusting ring and the manhole frame. 3.3 SANITARY SEWER SERVICE LINES A. Revise this section as follows: Construct service lines in accordance with City of Bozeman Standard Drawing No. 02730-2 or, if authorized by the Engineer, City of Bozeman Standard Drawing No. 02730-3. Install the service line to a point 8 feet past the property line unless shown or specified otherwise on the plans. Plug the end of the service line with a stopper and gasket,using a gasket of the same type used for pipe jointing.Do not grout the plugs.For multiple service lines installed in the same trench,maintain a minimum of 2 feet clear between each service line and service tap. For service lines connected to existing mains, use Schedule 40 PVC pipe with solvent weld joints or SDR 26 PVC pipe with gasketed joints, and provide all equipment, material, labor and incidentals necessary to install the service line from the main to the building. The City of Bozeman Sewer Department shall make all main taps for new sewer services connected to existing mains, at the Contractor's expense. Inserta Tees© may be used for service line connections to existing mains. 3.4 TESTS A. Add the following requirements: At least 24 hours prior to beginning sewer main COBMODS 61" Edition Page - 3 - of 5 SECTION 02730 Addendum 2 and manhole tests, provide a testing schedule to the Engineer and the City Engineering Office for approval. Specify the proposed sequence of testing and the methods and procedures which will be used to complete the tests. D. Water Test 1. Add the following requirement: If the water test method is used, verify groundwater levels at the time of testing by installing piezometers or test pits in the immediate area of the sewer line that is being tested. E. Air Test (Alternate) 9, Revise this section as follows: For test sections exceeding the maximum lengths, either shorten the test section to an allowable length; test according to Uzi-Bell Standard Uni-B-6-98; or use the water test. Add the following requirement: 10. If the air test method is used to test the sewer mains, test manholes for leakage by filling each manhole with water to the top of the manhole. Measure the leakage by checking the water level drop in the manhole over a four hour period.Allow tune to soak the manholes in advance of performing tests. The allowable leakage for manholes is 0.1 gal/hr/ft-dia/ft-head. G. T.V. Inspection 1. Revise this section as follows: All sewers are required to be inspected using a television camera before final acceptance. All television inspections of new sewers shall be done by the City of Bozeman Sewer Department at Contractor expense unless otherwise approved by the Water/Sewer Superintendent. Schedule inspections with the Sewer Department a minimum of one week in advance.De- watering equipment must be shut down a minimum of 24 hours prior to the television inspection to allow groundwater to return to typical levels.Adequately Rush the sewer lines prior to each television inspection. T.V. inspection of dry sewer lines is not acceptable. A sewer line will be considered deficient and unacceptable if 1)the alignment is outside the specified limits,2)water ponds in any section to a depth equal to or greater than a value 2 times the grade tolerance specified herein under Section 02730 3.1 E. 1.,or 3)the pipe has visible defects such as open joints,pinched gaskets,cracked barrels or bells,or similar defects. Correct any deficiencies and schedule a re-inspection by the Sewer Department. Sanitary sewer service lines may be subject to the same T.V. inspection requirements as sanitary sewer mains at the discretion of the Sewer Superintendent. COBMODS 61' Edition Page - 4 - of 5 SECTION 02730 Addendum 2 Add the following section: J. Manhole Vacuum Testing 1. Vacuum testing of manholes may be done in lieu of water testing.Testing shall be done in accordance with "ASTM C 1244-05a, Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure(Vacuum)Test Prior to BackfilI",with the exception that the testing shall be done after backfilling. COBMODS 6' Edition Page 5 of 5 SECTION 02730 Addendum 2 Add the following new section: SECTION 09810 STREET SIGNS PART 1 - GENERAL 1.1 DESCRIPTION A. This section is furnishing,fabrication,installation and the removing and resetting of signs in accordance with these and other specifications,the Standard Drawings,and in the location as shown on the plans or as directed by the Engineer. 1.2 REFERENCES MUTCD Manual on Uniform Traffic Control Devices 1.3 STANDARD DRAWINGS Standard Drawings in Appendix C applicable to this section are as follows: City of Bozeman Standard Drawing No. 09810-1, Sign Installation Standards City of Bozeman Standard Drawing No. 09810-2,Dead End Barricade City of Bozeman Standard Drawing No. 09810-3, Standard Street Marker Sign Location 1.4 DEFINITIONS A. The following definitions define the signing work to be done when the respective terms are used in the Contract. 1. NEW Signs designated "New" are to be furnished new and erected at the locations specified. 2. REUSE Signs designated"Reuse"are to be removed from the existing post or posts and remounted on a new post or posts at the locations specified. 3. REPLACE Signs designated "Replace" are to be removed and replaced with the specified "New" standard signs, including new post or posts, at the existing or specified new locations. 4. RESET Signs designated"Reset"are to be removed and reset at the locations specified using the existing sign faces and supports. S. REMOVE Signs designated"Remove"are to be removed,to include the sign or sign assembly and sign supports. COBMODS dh Edition Page-1 -of 4 SECTION 09810 PART2 -PRODUCTS 2.1 POSTS A. Use 2" perforated square tube 14 gauge galvanized steel posts for all sign posts unless otherwise specified on the plans. Use Telspar or approved equal sign posts. Anchor posts as shown on Standard Drawing 09810-1. 2.2 STREET NAME MARKER SIGNS A. Provide street marker(D-3)signs which meet all applicable MUTCD Standards.For publicly-maintained streets,use white lettering on a green background.For privately- maintained streets, use white lettering on a blue background. For ground-mounted signs,furnish 9"flat-blade aluminum sign blanks,0.08 inches thick. Provide a 1/4" white border around the edge of the sign. Use white Highway Font letters for the street name. Lettering for street names shall be mixed-case consisting of an initial upper-case letter followed by lower-case letters. Letter height is specified as the height of the initial upper-case letter. The nominal loop height of the lower-case letters shall be%the height of the initial upper-case letter. Street names shall have 6 inch letters, and 3 inch letters for street abbreviations or city sections (e.g. Street, Avenue, Road). Attach signs back to back on sign post with two 3/8" drive rivets with 1" backing washers. For overhead signs, blank and letter sizes shall be determined by engineering design and shall meet the requirements of the MUTCD. 2.3 REGULATORY, WARNING, CONSTRUCTION, AND GUIDE SIGNS A. Assure that all signs meet applicable MUTCD Standards. Furnish construction grade aluminum sign blanks,0.08 inches thick. Attach signs to the posts with a minimum of two 3/8" drive rivets with backing washers. For signs smaller than 18"xl8", use 3/8"x 1"washers; for larger signs use 3/8"x 1.5"washers. 2.4 SIGNPOST FOUNDATION SLEEVES A. Furnish 2'/4"non-perforated 12 gauge galvanized steel square tube foundation sleeves for all sign posts. Use "Telspar Quik Punch" or approved equal. Install sleeves in concrete anchor as shown on Standard Drawing 09810-1. 2.5 REFLECTIVE SHEETING A. Reflective sheeting for signs shall be Type IV("High Intensity Prismatic")or better. COBMODS d'Edition Page-2-of 4 SECTION 09810 PART 3 -EXECUTION 3.1 SIGN INSTALLATION A. Assure that all signs are installed according to MUTCD Standards. Locate signs where shown on the plans or as directed by the Engineer. Assure that signs are installed plumb, at the correct height, and with the edge of the sign a minimum of two feet from the face of the curb or edge of pavement. 3.2 SIGN REMOVAL OR REPLACEMENT A. As directed by the Engineer, salvage existing signs designated to be removed or replaced to the site specified by the City of Bozeman. Properly dispose of all signs designated for removal or replacement which have not been designated for salvage. PART 4 -MEASUREMENT AND PAYMENT 4.1 GENERAL A. The following are pay items for the work covered under this section. Payment for these items is full compensation for providing all materials, tools, labor and equipment necessary to complete the item and all incidental work related thereto, whether specifically mentioned herein or not. 1.NEW SIGNS Measurement of signs is per each sign installed. Payment for signs is made at the contract unit price bid per each sign installed, which includes furnishing and installing sign posts and sign faces and all other work necessary or incidental for completion of the item. 2. REUSE SIGNS Measurement of signs is per each sign installed. Payment for signs is at the contract unit price bid per each sign reused. Such price or prices and payment will be full compensation for furnishing and erecting the new sign supports and remounting the sign, removing and disposing of the existing sign supports,and backfilling of removal sites. 3. REPLACE SIGNS Measurement of signs is per each sign replaced. Payment for signs is at the contract unit price bid per each sign replaced. Such price or prices and payment will be full compensation for removing and disposing of the existing sign and furnishing and erecting the new sign supports and sign faces. 4. RESET SIGNS Measurement of signs is per each sign reset. Payment will be made at the contract unit price bid per each sign reset. Such price and payment will be full compensation for all work and materials including dismantling and removal, resetting, furnishing and installing break away devices (if required), breakdown of COBMODS Oh Edition Page-3-of 4 SECTION 09810 foundation material and backfill of removal sites, and all incidentals necessary to complete the work. When not provided for in the contract, reset signs will not be paid for directly but will be considered incidental to and included in payment for other items in the contract. 5. REMOVE SIGNS Measurement of signs is per each sign removed. Payment will be made at the contract unit price bid per each sign removed. Such price and payment will be full compensation for removing each sign and supports, removal from the project,breakdown of foundation material,and backfilling removal sites. COBMODS 0"Edition Page 4 of 4 SECTION 09810 APPENDIX A MONTANA PUBLIC WORKS STANDARD SPECIFICATIONS STANDARD DRAWINGS Drawing Description Status. 2213-1 Manhole Adjustment Detail Replaced 2213-2 Water Valve Adjustment Detail Replaced 2221-1 Typical Utility Trench Detail Active 2221-2 Pipe Bedding Alternate Active 2222-1 Trench Plug Excavation Detail Active 2528-1 Detail of Standard Curb and Gutter Replaced 2528-2 Detail of Drive Over Curb and Gutter Deleted 2529-1 Double Gutter Detail for Street Intersection Replaced 2529-2 Standard Fillet Replaced 2529-3 Type I Street Monument Replaced 2529-4 Type II Street Monument Deleted 2529-5 A Boulevard Drive Approach Detail Replaced 2529-5 B Curb Walk Drive Approach Detail Replaced 2529-6 Retrofit Drive Approach Active 2529-7A Boulevard Alley Approach Detail Active 2529-713 Curb Walk Alley Approach Detail Replaced 2529-8 Accessibility Ramp Replaced 2529-9 Swale Crossing Deleted 2529-10 Mailbox Mounting For Curbline Delivery Active 2660-1 Thrust Blocking for Water Main Fittings Active 2660-2 Water And Sewer Main Separation Active 2660-3 Thrust Blocking For Water Main Valves Replaced 2660-4 Fire Hydrant Setting Replaced 2660-5 Hydrant Location Detail Replaced 2660-6 Water Service Line Replaced 2660-7 Blowoff Valve Replaced 2720-1 30" Standard Storm Drain Inlet Replaced 2720-2 24" Standard Riser Inlet Active 2720-3 Sanitary Sewer And Storm Drain Manhole Replaced 2720-4 Standard Straight Manhole (ASTM C-478) Replaced 2720-5 48" Standard Manhole(Cone Sections) Deleted 2720-6 Precast Manhole Bases Active 2720-7 Typical Manhole Channel Details Active 2720-8 Standard Cast Iron Manhole Cover Deleted 2720-9 Standard 24" Cast Iron Ring Deleted 2720-10 Storm Drain Service Line Active 2730-1 Nomograph For Air Testing Gravity SewerMains Active 2730-2 Sanitary Sewer Service Line Replaced 2730-3 Deep Sanitary Sewer Service Line Deleted COBMODS 2004 1 of 1 APPENDIX A APPENDIX B CITY OF BOZEMAN STANDARD DRAWINGS Drawing Description 01500-1 Vehicle Tracking Control 01570-1 Traffic Control, Minimum Standard, Urban Work Site, 4 Lane Road, Work Site Closing One Lane 01570-2 Traffic Control, Minimum Standard,Urban Work Site,2 Lane Road,Work Site On Centerline 01570-3 Traffic Control,Minimum Standard,Urban Work Site,4 Lane Road,Work Site On Centerline Partially Blocking Inside Lanes 01570-4 Traffic Control,Minimum Standard,Urban Work Site,2 Lane Road, 1 Lane Partially or Fully Closed By Work Area 01570-5 Traffic Control,Minimum Standard,Rural Work Site,Work Adjacent to the Present Traveled Way 01570-6 Traffic Control,Minimum Standard,Rural Work Site,Utility Work On or Across the Present Traveled Way 01570-7 Pedestrian Traffic Control for Temporary Sidewalk Closure 01570-8 Sidewalk Closure with Detour 02213-1 Manhole Adjustment Detail 02213-2 Water Valve Adjustment Detail 02528-1 Integral Concrete Curb and Gutter 02529-1 Double Gutter Detail for Street Intersection 02529-2 Standard Fillet 02529-3 Type I Street Monument 02529-5 Driveway Approach With Sidewalk Adjacent to Curb 02529-713 Curb Walk Alley Approach 02529-8 Pedestrian Ramp 02529-8A Blended Transition Pedestrian Ramp 02529-11 Residential Driveway Approach and Sidewalk'Details 02529-12 Non-Residential Driveway Approach 02529-13 Non-Residential Driveway Approach for Arterial Streets 02529-14 Concrete Storm Drainage Outlet and Inlet Chases 02529-15 Publicly-Maintained Sidewalk 02529-16 Asphalt Pathway Typical Section 02529-17 Concrete Class 1 Trail Typical Section 02529-18 Class 2 Trail Typical Section 02581-1 Typical Pavement Markings for Pedestrian Crossings (Type "A" Crossings) 02581-2 Typical Pavement Markings for School Crossings (Type "B" Crossings) 02660-3 Thrust Blocking For Water Main Valves 02660-4 Fire Hydrant 02660-5 Hydrant Location Detail 02660-6 Water Service Line 02660-7 Typical Blowoff COBMODS 6"'Edition Page 1 of 2 APPEN-DIXB Addendum2 Drawing Description 02660-5 Hydrant Barrier Posts 02660-10 Typical Valve/Tee Restraint 02660-11 Water Main Crossing Below Existing Sewer Main 02660-12 Standard Domestic Service Line Installation for Sizes 4" and Larger 02660-12A Typical Riser Configuration 02660-13 Standard Fire Service Line Installation For Class I, 11 and III Systems 02660-14 Standard Fire Service Line Installation For Class IV and V Systems 02660-15 Water Service Line From Curb Stop to Building (Lines 2" and Smaller) 02660-16 Water and Sewer Main and Services Location Standards 02660-17 Water Service Interior Clearances 02720-1 36" Standard Storm Drain Inlet 02720-1A Standard Square Storm Drain Inlet 02720-1B Combination Manhole and Curb Inlet 02720-3 Sanitary Sewer and Storm Drain Manhole 02720-4 Standard Straight Manhole 02720-11 Storm Drain Debris Rack 02730-2 Sanitary Sewer Service Line 02730-3 Deep Sanitary Sewer Service Line 02730-4 Sanitary Sewer Cleanout 02730-5 Standard Drop Manhole 09810-1 Sign Installation Standards 09810-2 Dead End Barricade 09810-4 Standard Street Marker Sign Location COBMODS 6"'Edition Page 2 of 2 APPENDIXB Addend=2 APPENDIX C Complete list of Standard Drawings to be used with the City of Bozeman Modifications to Montana Public Works Standard Specifications, Sixth Edition: ' Drawing Description COB 01500-1 Vehicle Tracking Control COB 01570-1 Traffic Control,Minimum Standard,Urban Work Site, 4 Lane Road,Work Site Closing One Lane COB 01570-2 Traffic Control,Minimum Standard,Urban Work Site, 2 Lane Road, Work Site On Centerline COB 01570-3 Traffic Control,Minimum Standard,Urban Work Site, 4 Lane Road, Work Site On Centerline Partially Blocking Inside Lanes COB 01570-4 Traffic Control,Minimum Standard,Urban Work Site,2 Lane Road, 1 bane Partially Or Fully Closed By Work Area COB 01570-5 Traffic Control,Minimum Standard,Rural Work Site,Work Adjacent To the Present Traveled Way COB 01570-6 Traffic Control, Minimum Standard, Rural Work Site, Utility Work On or Across the Present Traveled Way COB 01570-7 Pedestrian Traffic Control for Temporary Sidewalk Closure COB 01570-8 Sidewalk Closure with Detour COB 02213-1 Manhole Adjustment Detail COB 02213-2 Water Valve Adjustment Detail MPW 02221-1 Typical Utility Trench Detail MPW 02221-2 Pipe Bedding Alternate MPW 02222-1 Trench Plug Excavation Detail COB 02528-1 Integral Concrete Curb And Gutter COB 02529-1 Double Gutter Detail For Street Intersection COB 02529-2 Standard Fillet C013MODs 6°i Edition Pagel of4 APPENDIX C Addendum 2 COB 02529-3 Type I Street Monument COB 02529-5 Driveway Approach With Sidewalk Adjacent To Curb MPW 02529-6 Retrofit Drive Approach MPW 02529-7A Boulevard Alley Approach Detail COB 02529-713 Curb Walk Alley Approach COB 02529-8 Pedestrian Ramp COB 02529-8A Blended"Transition Pedestrian Ramp MPW 02529-10 Mailbox Mounting for Curbline Delivery COB 02529-11 Residential Driveway Approach and Sidewalk Details COB 02529-12 Non-residential Driveway Approach COB 02529-13 Non-residential Driveway Approach for Arterial Streets COB 02529-14 Concrete Storm Drainage Outlet and Inlet Chases COB 02529-15 Publicly-Maintained Sidewalk COB 02529-16 Asphalt Pathway Typical Section COB 02529-17 Concrete Class 1 Trail Typical Section COB 02529-18 Class 2 Trail Typical Section COB 02581-1 Typical Pavement Markings for Pedestrian Crossings COB 02581-2 Typical Pavement Markings for School Crossings MPW 02660-1 Thrust Blocking for Water Main Fittings MPW 02660-2 Water And Sewer Main Separation COB 02660-3 Thrust Blocking For Water Main Valves COB 02660-4 Fire Hydrant COB 02660-5 Hydrant Location Detail COBivIODS 6"Edition Page 2 of 4 APPENDIX C Addendum 2 COB 02660-6 Water Service Line COB 02660-7 Typical Blowoff COB 02660-8 Hydrant Barrier Posts COB 02660-10 Typical Valve/Tee Restraint COB 02660-11 Water Main Crossing Below Existing Sewer Main COB 02660-12 Standard Domestic Service Line Installation for Sizes 4" and Larger COB 02660-12A Typical Riser Configuration COB 02660-13 Standard Fire Service Line Installation For Class I,II And III Systems COB 02660-14 Standard Fire Service Line Installation For Class IV And V Systems COB 02660-15 Water Service Line from Curb Stop to Building (Lines 2" and Smaller) COB 02660-16 Water And Sewer Main And Services Location Standards COB 02660-17 Water Service Interior Clearances COB 02720-1 36" Standard Storm Drain Inlet COB 02720-1A Standard Square Storm Drain Inlet COB 02720-1B Combination Manhole and Curb Inlet MPW 02720-2 24" Standard Riser Inlet COB 02720-3 Sanitary Sewer And Storm Drain Manhole COB 02720-4 Standard Straight Manhole MPW 02720-6 Precast Manhole Bases MPW 02720-7 Typical Manhole Channel Details MPW 02720-10 Storm Drain Service Line COB 02720-11 Storm Drain Debris Rack MPW 02730-1 Nomograph For Air Testing Gravity Sewer Mains COBMODS 6°i Edition Page 3 of 4 APPENDIX C Addendum 2 COB 02730-2 Sanitary Sewer Service Line COB 02730-3 Deep Sanitary Sewer Service Line COB 02730=4 Sanitary Sewer Cleanout COB 02730-5 Standard Drop Manhole COB 09810-1 Sign Installation Standards COB 09810-2 Dead End Barricade COB 09810-4 Standard Street Marker Sign Location COBMODS 6r Edition Page 4 of APPENDIX C Addendum 2 City of Bozeman's Approved list of Copper Connections COPPER TO COPPER UNIONS BRAND SIZE TYPE FACTORY NUMBER A.Y. McDonald 3/4" Compression 3 piece 4758Q Ford 3/4' Compression 3 piece C44-33Q Mueller 3/4" Compression 3 piece H15403 A.Y. McDonald 1" Compression 3 piece 4758Q Ford 1" Compression 3 piece C44-44Q Mueller 1" Compression 3 piece 15403 A.Y. McDonald 1 '/2" Compression 3 piece 4758Q Ford 1 1/2" Compression 3 piece C44-66Q Mueller 1 1/2" Compression 3 piece H15403 A.Y. McDonald 2" Compression 3 piece 4758Q Ford 2" Compression 3 piece C44-77Q Mueller 2" Compression 3 piece H 15403 A.Y. McDonald 3/4Xl" Compression 3 piece 4758Q Mueller %Xl" Compression 3 piece HI5403 A.Y. McDonald IXI 1/2" Compression 3 piece 4758Q COPPER TO COPPER 901S BRAND SIZE TYPE FACTORY NUMBER A.Y. McDonald 1 ''/2" Compression 4761Q Mueller 11/2" Compression H15526 A.Y. McDonald 2" Compression 4761Q Mueller 2" Compression H 15526 STRAIGHT STOPS BRAND SIZE TYPE FACTORY NUMBER A.Y. McDonald 3/4" Compression 610OMWQ Mueller 3/4" Compression B24350 A.Y. McDonald 1" Compression 610OMWQ Mueller 1" Compression B24350 A.Y. McDonald 1 1/2" Compression 610OMWQ Mueller 1 %2" Compression B24335 A.Y. McDonald 2" Compression 610OMWQ Mueller 2" Compression B24335 APPENDIX D City of Bozeman's Approved list of Copper Connections ANGLE STOPS BRAND SIZE TYPE FACTORY NUMBER A.Y. McDonald W Compression 4602BQ Mueller 3/4" Compression B24258 A.Y. McDonald 1" Compression 4602BQ Mueller 1" Compression B24258 A.Y. McDonald 1 '/2" Compression 4602BQ Mueller 1 '/z" Compression B24276 A.Y. McDonald 2" Compression 4602BQ Mueller 2" Compression B24276 CORPORATION STOPS BRAND SIZE TYPE FACTORY NUMBER A.Y. McDonald 3/4" Ball Corps 4701BQ Mueller 3/4" Ball Corps B25008 Ford 3/4" Ball Corps FB10003Q A.Y. McDonald 1" Ball Corps 4701BQ Mueller 1" Ball Corps B25008 Ford 1" Ball Corps FB 10004Q A.Y. McDonald 1 '/2" Ball Corps 4701BQ Mueller 1 %Z" Ball Corps B25008 Ford 1 '/a" Ball Corps FB10006Q A.Y. McDonald 2" Ball Corps 4701BQ Mueller 2" Ball Corps B25008 Ford 2" Ball Corps FB 10007Q CURB STOPS BRAND SIZE TYPE FACTORY NUMBER A.Y. McDonald 3/4" Ball Valves/Minneapolis Thread 6104Q Mueller 3/4" Ball Valves/Minneapolis Thread B25155 Ford W Ball Valves/Minneapolis Thread B44-333MQ A.Y. McDonald 1" Ball Valves/Minneapolis Thread 6104Q Mueller 1" Ball Valves/Minneapolis Thread B25155 Ford 1" Ball Valves/Minneapolis Thread B44-444MQ A.Y. McDonald 1 '/z" Ball Valves/Minneapolis Thread 6104Q Mueller 1 %2" Ball Valves/Minneapolis Thread B25155 APPENDIX D City of Bozeman's Approved list of Copper Connections CURB STOPS BRAND SIZE TYPE FACTORY NUMBER Ford 1 '/2" Ball Valves/Minneapolis Thread B44-666MQ A.Y. McDonald 2" Ball Valves/Minneapolis Thread 6104Q Mueller 2" Ball Valves/Minneapolis Thread B25155 Ford 2" Ball Valves/Minmeapolis Thread B44-777MQ CURB BOXES BRAND SIZE TYPE FACTORY NUMBER Mueller All H10388 with bushings as required SADDLES BRAND SIZE TYPE FACTORY NUMBER A.Y. McDonald 4" 2838 Ford 4" for DIP 202B-540 Mueller 4" BR2B0474IP A.Y. McDonald 6" 2838 Ford 6" for DIP 20213-750 Mueller 6" BR21306841P A.Y. McDonald 8" 2838 Ford 8" for DIP 202B-962 Mueller 8" BR21308991P A.Y. McDonald 10" 2838 Ford 10" for DIP 20213-1212 Mueller 10" BR2B 1104IP A.Y. McDonald 12" 2838 Ford 12" for DIP 20213-1438 Mueller 12" BR213 1314IP Note: Other copper connectors may be approved by the Water Superintendent on a case by case basis. APPENDIX D Q�< a LE GTH* C MIN. 25' RADIUS UNDERLYING FILTER FABRIC AS PER SECTION 02110 VEHICLE TRACKING PAD 14" THICKNESS OF Y-6" WASHED ROCK MIN LENGTH* MIN WIDTH* RESIDENTIAL 30 FEET 15 FEET COMMERCIAL 60 FEET 25 FEET USE ALL VEHICLES ENTERING AND EXITING THE CONSTRUCTION AND/OR BUILDING SITE SHALL TRAVERSE THE VEHICLE TRACKING PAD TO MINIMIZE MUD AND DIRT FROM TRACKING OFF SITE. DANCE THE ENTRANCE SHALL BE MAINTAINED IN A CONDITION WHICH WILL PREVENT THE TRACKING. OF OR FLOW OF MUD ONTO PUBLIC RIGHT OF WAYS. PERIODIC TOP DRESSING WITH 2" STONE MY BE REQUIRED, AS CONDITIONS DEMAND. THE CONTRACTOR SHALL IMMEDIATELY REMOVE ALL DEBRIS SPILLED, DROPPED, WASHED OR TRACKED, FROM VEHICLES ONTO ROADWAY OR INTO STORM DRAINS. WASHING IF CONDITIONS ON THE SITE ARE SUCH THAT MOST OF THE MUD IS NOT REMOVED FROM THE VEHICLES TIRES BY CONTACT WITH THE GRAVEL. THEN THE TIRES MUST BE WASHED OFF BEFORE THE VEHICLES ENTER A PUBLIC ROAD. THE WASH WATER MUST BE CARRIED AWAY FROM THE ENTRANCE TO A SETTLING AREA TO REMOVE SEDIMENT, A WASH RACK MAY ALSO BE USED TO MAKE WASHING MORE CONVENIENT AND EFFECTIVE. INSTALLATION THE AREA OF ENTRANCE SHOULD BE CLEARED OF ALL VEGETATION, ROOTS, AND OTHER OBJECTIONABLE MATERIAL. THE GRAVEL SHALL BE PLACED TO THE SPECIFIED DIMENSIONS. ANY DRAINAGE FACILITIES REQUIRED BECAUSE OF WASHING SHOULD BE CONSTRUCTED ACCORDING TO SPECIFICATIONS ON THE PLANS. CITY OF BOZEMAN SCALE: VEHICLE TRACKING CONTROL NO. 01500-1 STANDARD DRAWING NONE JAN. 2011 t` rn 00) o= h 0) wMLO : t P Ft�IN, w z 06 LO � Li Z G if) C:) in O ttY Q > Z k { ' ` H = LLJ uj -': l�(J��1 ::Uffli Q Z N 00 N M F Z cy ui J J R r W W _ Ow 3 xU) c 0 z z co O� wz °u 0 D wN � QQU t` F ! rn m J o _ u o U Q I N : ° a o c c L ��v4�.A c Li. 0 rJi` ai c °u F °u N O X� p- C am) I O> p r O N c Z E p y vi ; N ; 'e +• 3 to M o c c w o L v LLJ LiJ E Q o oD p N = to ° J Z (In-0 D r a, ° 0) ° v c a0 �d c ° aN :5 2 o U Z o c o E p L a E (n N V E a C O d 0 > U c 6 p, y �C O x vE u u.6 E O O O p c0 0 V W y ° N N V c C E c ,� U U r� E O O O O E y lJ Q a°r'y v , p ° 2 EM.C °» Z E � ; �o ov aci Eau m • v €L n mr 30 E w v W Qi r_ .0 „ p.s 0 Q • u o o ° 0) v Z C E .0c u °L a y °� r O a� o c ° o ov O 0 44 P4 • C V) C -2V -0N (A N C v - O O NOl* D N , K 0e OEEn u No' 3r ' C v ° cp N ° 2 y t E S1 -0 ui 0 :1 c f--i F c « ° CM U� mIn u NO NF Z p per"' I rn0 y �.°N °QN IV �.Q+.Z VL7 ° C vg 9�O °w o yWU o v°.o0 n0 ; v aOC Y pW w O >]dc w O TE° W-LZ � 2U aLo c o 0 D °g yF cnQ a Q oc�D°°v E y Q) 0 �o°W c0 o'Nv °Qn oa U).0_-a w r z r- cV r'i d ui t` ci N � Hdkl CF) O CY) LO T Gv3HL ° u N c E ov 3z- a E OZ Q •j syo ; c W I^ Lip O Z'V O O °V1 +'p U W W e � c f o x 0 u W QCD �v�xmo" 00 °o�oE Y W fn W ;tee -i Y z E E% ° v° O m W o� a �c u' EvV �' Q H °� E v vo0 Z W r.o E �cm 0 W U c° o o v U Q wm U_C lJ bi E� �1� Q `� •- N j U d N L 3 p7 E V1 ?C I..L. NMmC FyO�O Q Z • ino ZZm�• Ld pZoZo1- °� Q i t� Z • ¢ Z UOO�j W:L pU N(-),20 U le ZO 6N �pZ�n °rnnoam°� aaWQUUpOU0. V1v1WLpE W W - m 3 OK �NJ m aS��'pll7 a 0 3 u J Z • E Q O EL WcV upELS�gEmu No•sw o U Z ° Z.- N M V N r m • FI-•-ice I � C)a In ^X^ Q I a Z E-i W ire o O U1 QZ N 00 N M W J n o u-) o } a o IL J N M M - ROAD:-4 K.:- =W IL IY �w ¢ Mw u, cn EL xm In�M('r Z w 0 N tD W d 3 r'" id:Pi cn n O O) LO r- 0 o 0 .- O (� v °u v o °u N m o w E .,y � o o Ea Nh 3v o ° W W (/) � 1— Z W ww f L o,r E �c ,L v E — Yh Ld xa0�OZU' 3 p•u� m c a xvE O W U w°c�i Yn ve cE c h$� ? Z d5 V o v ° .0 c E n c� O Z 0 EEo a e o u ELF d' Q W Z CO L'3 n m `E u uor O :D O --T• o(Au 0 —0 E U x CO 12 I •u o f v°o o I u o•c li Q �' J � - .i • —onZ -0L oEN 0�o 11 W Q �0 3pQ1 •Ecu Q Z Z 1-- C> ' ion V))d o r? p o�y� I cEocm°oc O _ '- �—• � � � Q rnE'o � ��oo•b'I rn`o v a x., �vL tee, Z� W l afn I D o¢ ~L ct Q �`oz Z200 Lo:..!v-HW Osn � 111d...r. a t 0 cE` t�jr, 0 `r W W �oz �trr .0 �5uj�^WsoE J Z �2wn a QEv c 3 Q c6 tii CO W c�u�Y goi-ll�MEo IU,^^ Z Z W•60 -- I-: m • a z H O0A O � N � z H E-•-I N M t U WZ U Q U] O M tl. pW N a N N M i f�L�A9`bi�J 0 w =a d Li 5 !oW— d'M 00a W~~� — K r. !• x 0 U) a Rn W �aJO 3") IvIF'FI; cn s` UCY) N � s v m s g- v c C, o O O Q lIP,OM Qd €q u °N °io x ° N O 0.N 45 O v O O O i 0 No Ec c A ° € W r Q c c v ~ �JQQgJ LihEz 1 o o ';vco c0 cc oo w Ew ° xjzE"c j O a 'c=v O d �QY�rO E_ . ' w ° moo ° d" ° o°c -- ZA uo E auOZm 3' 0aw� 8 co °U ivu L Q O Cqd 'N°` ) O g N Nrjc r M W Z � V G Y N 1 �=•c O — z ,cc@ on O O UZ ,a E U Q J cos in ' P:,0� SOU C� P`HO ��p OQS:i • En�c zd l a a._e oa Ou �.t-'Q LA- � Z J noeZ� B°v�m�L3` O a Nas �oo oc° oa °z a�c - o gN O�ro -ui"w�oE E2 ugvrw>cz > n '° o. Eot, cV W Wr `0Ni DNv e m rj d [1 �ti ri m Q Z � U Z N L. zz o�Z 3QZ o M Q a a3w Q �R w z;�z wz �w �H z Oa N On M d4- W CL H yr D g U E- o LL U1 0 oatwn z?5 w In o in o d z N 00 N H_I Ll t r S r Of o 'ROt13f WORK - . L a w WH 0 O 0 O Ow 11 4-1 N to t7 ., �. M CL N XZ _xw �QI-DO 'f 3M� P f 00V) o � � 00 U_ U ° N Lo L 41 �' E N.N Z 1� T> T o N 3 0 # D a ,(D c m c o v : rn oo m = W CL o v "o �M W CL Nc Z c Eo 0 0 OQ aa�i{ 0 —J Z o y O t+w T N �� Q WLAJ J O Z = > - + Q Wec o E U Q H O Yi. x�ZQU) 0, ° � L� Q O W 00 0-3J ° ° ° Y GI LL. Ld U1 Ot� • v a3 ° `o E N� Q Z T U7 N O 3 O O Z Q d • oY 0r 1 v,Eo w o Op v w v ZZ o c ZO 5 ° 0Nv LLI W s c0 0 a ova JZ a0 TO p d o v OP o U Z o , >joc V) U O O U a;L V) JNa='moo(Dv vi 72 °� a 2 o> a�i C� W > �J zcq LO n 0- (LIv°Qa ,z U� z W N (1 O Q (� Q f� Q o � OA . o o� Xp w w 0o d F{diN c r o •t M �(y� 22 N, Z Lr) c0 g L c .0 o .`.•.� o c s— Li. 7•N c N N N O V o � .21 I o' v Y C7IY5 3._ N > L c 0_ fA c� ;� o o� W W a c o ° xN LE0. c` �C O V)p C c NLu�� O Zzo wo O f t C O N JW..�,µ4 L O z O L c U O OX� 3 p 0 NO ON L [] Ns Z +O+ r= 03L N u O F- d w 3°� _ � o `� I Li Qom' W o � LNaL. J �ao � QZn yz Qo rnp yL I o+ p � � Q— S cF- d'#p N F- N C r0-•-_ O N 02 c z �•3 "1 O O U d O 1 v alp ¢!«_ NOUV1S ON10OV1 y n FZ- Z W w f3 cwi a W W uO Q (jj F � 3+0�+ y�jv JZ Z tcnn 1 zo � v> a�' po, UZ ` c� a= Z (n N o N a a ui ou 0 O = a g Oa a N p z 3 U_ N'D— Q� o Q N may-{ IC7 N Ml ui H { W Pi V O � z o U H R{�AD YQRl4; o 3 noa x w a -cn R9-11(L)� SIDEWALK CLOSED AHEAD CROSS HERE 30"X24" SIDEWALK CLOSED 24"X18" SIGNS ARE TO BE PLACED AT THE NEAREST LEGAL CROSSING TO THE WORK AREA. MAY ONLY BE USED IF A PARALLEL 'SIDEWALK EXISTS ON THE OTHER SIDE OF THE ROADWAY. SIDEWALK CLOSED 24KX l 8".. SIDEWALK'. CLOSE© AHEAD _CROSS HERE 30"X24" SIGN WORK SITE TRAFFIC DRUMS OR CONE CITY OF BOZEMAN SCALE: PEDESTRIAN TRAFFIC NO. 01570-7 NONE CONTROL FOR TEMPORARY FEB 2007 STANDARD DRAWING SIDEWALK CLOSURE f r 1 i 0( 1 i l 5' e a % k I �} R9-9 SIDEWALK "I I CLOSED _ r TEMPORARY ACCESS i RAMP ADEQUATELY SUPPORTED b b FENCING F SIDEWALK FENCING 9 CLOSED . MUST MAINTAIN 4' CLEAR AREA ! I 139-9 BETWEEN FENCING. WALKWAY MUST BE SMOOTH AND KEPT CLEAR OF i FENCING AS SHOWN MAY USED OBSTRUCTIONS i FOR SHORT TERM (LESS THAN APPROPRIATE TRAFFIC 'I 30 DAYS) INSTALLATION. MORE CONTROL PLAN MUST BE PERMANENT STRUCTURES WILL BE USED FOR LANE CLOSURES REQUIRED FOR LONGER TERM. -- A COVERWALK MAY BE REQUIRED FOR OVERHEAD OPERATIONS (IF HEIGHT MINUS 10' EXCEEDS DISTANCE FROM WALK WAY TO WORK AREA) CITY OF BOZEMAN SCALE: SIDEWALK CLOSURE NO. 01570-8 STANDARD DRAWING NONE WITH FEB 2007 DETOUR EEf SURFACING fit;' +— 3b" t o !! t• n. __.__ __ ._ ._...... _ __. Mr J4��✓- to :fi INIT ND(ASPKkT -'24"WIN. - S CONPAC7ID EASE CONCRCTE ADJUSRND RINGS AS HECESSUN AND SUBORAGE �.C. (2'WIN.-W M".) NOTES: 1.Adjust manholes upward with adjusting rings under fi=c. 2.Adjust manhole downward by removing cone and barrel sections as necessary and replacing with sections of length required to match grade. 3.Slope manhole fimne as required to mathch slope of street. 4.Final manhole adjustment shall be made before paving. 5.All joints between manhole sections,top cone,adjusting rings,and manhole ring shall be watertight. Joint material shall be"Ram Nek"or approved equal 6.Manhole ring and cover shal be adjusted to match final crown and grade of gtrcet.Use Anderson Precast or approved equal concrete angled adjustment rings to obtain required angle. 7.Manhole ring and cover.use MCI 305 frame,305A cover,IFCO 772 frame, 772-B cover,or Doctor 1025,or D&L A-1172 with 1"cover. CITY OF BOZEMAN Scale: MANHOLE ADJUSTMENT No. 02213-1 STANDARD DRAWING None DETAIL Rev.April 2005 TOP OF NEW PAVEMENT 1 8" MIN., 1 4" MAX. -- --- S COMPACTED BASE & SUBGRADE—� NOTES; 1, Adjust water valves upward or downward as required. Final adjustment sholl be made after paving and before seal coating. 2. Model No. 69 8550 series, East Jordan Iron works adjustable screw—type risers may be used to raise or adjust existing valve boxes only. 3. Valve box adjustment shown is designated as Type II water valve adjustment, Type I water valve adjustment is similar except with a concrete collar. CITY OF BOZEMAN SCALE: WATER VALVE ADJUSTMENT NO. 02213-2 STANDARD DRAWING NONE DETAIL Feb. 2004 NOTE: WHERE TRENCH PASSES THROUGH EXISTING PAVEMENT THE PAVEMENT SHALL BE CUT ALONG A NEAT VERTICAL LINE A MINIMUM OF 12" (30cm) FROM THE EDGE OF THE TRENCH OPENING. WHERE NEAT LINE IS LESS THAN 3' (0.9m) FROM EDGE OF EXISTING PAVEMENT OR CURB AND GUTTER SECTION, REMOVE AND REPLACE ENTIRE PAVEMENT SECTION BETWEEN TRENCH AND EDGE OF PAVEMENT. EXISTING STREET SURFACE VERTICAL TRENCH WALLS WITH SHORING TO CONFORM TO O.S.H.A. REGULATIONS* MIN.----"- SUBGRADE OR GROUND SURFACE INSTALL DETECTABLE SLOPING, BENCHING OR WARNING TAPE 18"(45cm) SUPPORT SYSTEMS IN THIS AREA TO CONFORM TO BACKSLOPE AS SPECIFIED MAX. DEPTH TO CONFORM TO O.S.H.A. (OPTIONAL) O.S.H.A. REGULATIONS REGULATIONS* -- yr TYPE "A","B", OR "C"' f 6'(15cm) TRENCH BACKFILL _ SELECT TYPE I BEDDING e a31,c�l. { v-„ •Z. MATERIAL PLACED o. �, IN 6"(15cm) LAYERS & TYPE I PIPE BEDDING - 4 v� ,. COMPACTED AS SPECIFIED a IN SECTION 02221. PLACED IN 6"(15cm) MAX. " r c i33 LAYERS AND COMPACTED �"n».moo. .40-IDgmj `� THOROUGHLY. j lK :.TRENCH 1WDTH=O.D. OF PIPE_PLUS 2'(60cm)- f F MIN. TRENCH WIDTH= 3.5'(11m) TYPE 2 PIPE BEDDING WHERE REQUIRED FOR SOFT OR UNSTABLE FOUNDATION NOTE: SEE CONTRACT SPECIAL PROVISIONS FOR ANY MODIFICATIONS TO STANDARD TRENCH MATERIALS AND/OR OTHER TRENCH DESIGN FEATURES " SEE O.S.H.A. CONSTRUCTION STANDARDS FOR EXCAVATIONS. REVISED: 10/25/02 CITY OF BILLINGS SCALE: STANDARD DRAWING STANDARD SPECIFICATIONS NONE TYPICAL UTILITY TRENCH DETAILS N0. 02221-1 11, is recognized Ihal nalive mal,erials which mad° he used for pipe bedding vary widely from area to area. Therefore, the follol irrg is offered as an rillernale to the TYPE 1 pipe bedding specific.ation in Section 02221: TRENCH EXC_- V4TIONT .AA-D BACRFILL FOR PIPE'- LINES AATD APPURTENANT STRUCTURES. This alternate shall be used only it called for iii the Special Proi i5ioiis. it crust be e=mphasizod that no .;:per-ification should he ir;�•ed without the engineer's evaluation of the particular situation,. TYPE .1 .PLPE BEDDING,. !.}rpr I pipe budding, impoi l e d or naim-ally occurring- on site- shall he gravel, gravel-sand mixture, or sand, The material shall he well graded and shall conform to the requirements for soil type GH' (grar vel, it-ell arrided) or SII' (sand, treil graded) of the uni- fied Soil Cla_•sification �!r'stein as delineated in AS7'_1l D2-187 except. at ihe• discietion of the en�ginvej-, the material mci), contain up to a rrraYimum of 12 percent_ passing the 200 sieve provided the plasticiti, index of the material is G or- less. The maxinmin size gravel shall be 3,/1 -inch, The coefficient of uniformity for travel shall be 4 or greater and a coefficient of curval tire beliveen 1 and :.3_ Sand shall have a coefficient of uniforinily of 6 or• greater and a coefficient of curvature between I and ::3. Tvpe i hed- ` din.; shall consist. of a minimum of 4 hiches(10 cm). or 1 8 the outside diamol.cr of pipe, whichevcr is grcritcr. bedding mal.er ieal under the pile; rind the bedding material around and over the pipe to a point a rninimun) 0 inches (l acni) above t.hc top of the pipe unless specified ot.hern-ise in the Special I rovisions, 1'he coefficient of uniformity is defined as the ratio of ,main size diameter t eat 60% passing to the !rain size diameter eat 10 pfassmg exi>rc:ssed as: Cu _ Dso DID 7'he coefficient of curvature is defined as the position of the square of the ;?rain size diameter~ at 30"; passing to the: product of the ;main ,size diameter cct 10% passira8 limes the grain size diarncl<:r at 607 passim e.\'pressed as: Cc (Dao)Z Di.x Dso kf']acrF the naturally occurring material contains voids which would allow rrripyralion, sand bedding material shall not be used: Bedding r.rredeiial under- turd atound the pipe to G incites (15cm) above the top of the pipe shall he placed by hand or• other careful manner so as not to disturb the pipe, jr) maximum la}'er.s of 6 inches (15cm) and compAc-led to a minhimin of 8-5'% Standard Proctor AS7'ill D698 R, AASHTO 7'-9R Special care shall he taken to assure complete conap anion under the haunches of the pipe. Backfill material shall be placed in the trench for its full width on each side simultaneorisly, ktatei° settling of lhis portion of the trench will not be allnaeed_ "he addition of water- shall be limited to that, required for optirnu►ir moisture for maximum compaction of t' e naatc•riaL REVISED: 12/27/85_ MONTANA PUBLIC WORKS SCALE: STANDARD DRAWNG ` STANDARD SPECIFICATIONS NONE PIPE BEDDING ALTERNATE NO. 02221-2 A Q;twf i brfsiev fly !. J`j ' i f° f f�� Std.Trench Backfill Trench Plug Material ZA Select Pipe Bedding t' Bottom of Trench Type 1 Bedding A l Section A-A Std,Trench Backfillrtstilid_Siirf;tcc _ op Trench Wall Trench Wall . Plug Limit Plug Limit �3.'(90 cm) 3'(90 cm) 4---- Plug Limit Trench Bottom 3'(90 cm) REVISED: 10/21/02 MONTANA PUBLIC WORKS SCALE: TRENCH PLUG STANDARD DRAVANG STANDARD SPECIFICATIONS NONE EXCAVATION DETAIL NO. 02222-1 5.4" (0.45') 24"' 9' 2" a �, TOPSOIL° 4 (TYP.) 4 51, 4 C « 3/4" TO PER 1' SLOPE 12 ° �//\ 0 O O 0 0 0 O 0 O O 0 ED GRAVEL 0 CRUSH O O O O O O O O O O O O O O O BASE 3" MIN. 0000000000000000000000000000000 O 0 0 0 0 0 0 . 0 -0 0 . 0 O O 0 O 0 SUB—BASE COURSE AS REQUIREDif I III COMPACTED SUBGRADE 0,5" 1.5" 3/4" 11 r 3�4" PER 1' SLOPE �,3 q" PER-1` SLOPE t 2" PER 1' SLOPE w 6" 9,5 DROP CURB FOR DRIVEWAYS DROP CURB FOR PEDESTRIAN RAMPS SPILL CURB NOTES: 1. Subgrade or base course compaction shall conform to section 02230 (M.P.W. Specs., 1996 ed.) 2. Contraction joints shall be placed at 10' intervals and shall have a minimum depth of 3/4" and minimum width of 1/6 3. 1/2" expansion joint material shall be placed at all P.C.s, P.T.s, curb returns and at not more than 300' intervals. The expansion material shall extend through the full depth of the curb and gutter. 4, No curb and gutter shall be placed without a final form inspection by the City Engineer or his representative. 5. Concrete shall be Class M-4000. 6. Crushed gravel base shall meet the requirements of Section 02235 (MPW SPECS, 2003 ed.) For curb and gutter replacement projects, washed rock may be used for the gravel base. CITY OF BOZEMAN SCALE: INTEGRAL CONCRETE NO. 02528- 1 STANDARD DRAWING NONE CURB & GUTTER Revised Mar. 2006 CURB TO CURB ;.: WIDTH - VARIES ---`i FACE OF CURB 15' R (TYP) FACE OF GUTTER EXPANSION JOINT CONTROL JOINT : . _. A BACK OF CURB FLOWLINE WITH CURB RETURN A FILLET AS ONE PIECE 6" IF EXISTING CURB DOWEL WITH 5 #4 X 36" JOINTS WILL BE REQUIRED- RETURN, GRIND GUTTER SMOOTH REBAR EVENLY APPROX. EVERY 10 FEET TO FORM OUTLET SPACED ON 1' CENTERS CHANNEL WHEN THIS WITH 3 1/2" OF COVER. IS THE HIGH SIDE ONE ONEAEND OF BARS PLAN VIEW VARIABLE 6'-0" MIN. STREET SURFACE 1/2" PER 1'---� .. t 7" REINFORCE WITH #4 BARS ON 2' x 2' cRlo SECTION A-A NOTES: THE WIDTH WITH PROPORTIONAL INVERT MAY VARY TO SATISFY THE DESIGN REQUIREMENTS OF INDIVIDUAL APPLICATIONS, FINISHED STREET SURFACE TO BE 1/8" TO 1/4" ABOVE EDGES OF DOUBLE GUTTER. CITY OF BOZEMAN SCALE: DOUBLE GUTTER DETAIL NO. 02529-1 STANDARD DRAWING NONE FOR STREET INTERSECTION DEC. 2003 6, _ 6. l *1.5'1 L 7 *Depth will vary proportionately 3" GRAVEL with width of cross drain —so 3' CROSS DRAIN CONTROL JOINT - SEAL WITH BITUMINOUS JOINT SEALER EXPANSION JOINT 6" 8,. 1O EXTEND EXPANSION TUBES 3/4" PAST END OF STEEL DOWEL TO ALLOW FOR EXPANSION (IF DOWELS ARE USED) FILLET TO BE PLACED ON 3" COMPACTED GRAVEL BASE OR STREET BASE, WHICHEVER IS GREATER. CONCRETE TO BE EXPANSION JOINT AT' 6" DEPTH FROM P.C. (TYP) FACE OF CURB TO STREET 15' R (TYP.) 3/4" STEEL DOWELS (OPTIONAL) CITY OF BOZEMAN SCALE: STANDARD FILLET NO. 02529-2 STANDARD DRAWING NONE AUG. 1994 2" TO 2 1/2" DIAMETER BRASS CAP WITH ROUNDED TOP, SET FROM REFERENCE POINTS. ENGINEER TO MARK MONUMENT POINT IN CAP AFTER INSTALLATION. STREET PAVEMENT 1/8" TO 1/4" BELOW PAVEMENT 6" TO 9" �U7 NO DEEPER THAN 1/2" ABOVE BOTTOM OF BOX k i x pr'E.r�th y+ t�rY 'DES +wn'+1yt'. `d a 'd3.�'SfI N� x� s�trli�+ txl�ttJ)w� r +'f� kC.sg� t�`�. x r �1, r r' ''`�'}A-� }T...�x k.t}t+ K-r li'k t' � �'4'f•-j r, s t ?Y 7 k;`� r° / J by 1 " ri t t + .w• d , +:a ry i. � �.�Jit''k a err 4YR s� btC,ia�'+' GRAVEL BASE �� .s t..f f ��.�.°�a r`n�:a.ct"`e s r+� x.«rt- t ':M;r�$ '�,g•',. ''}r.ai..#��..t;,.� 7a.{'}': 2 1/2" ,;. MIN. LEAVE GRAVEL EXPOSED FOR DRAINAGE. MIN, STANDARD CONCRETE (6 1/2 SACK MIX OR BETTER) POURED IN PLACE OR PRECAST AND SOLIDLY PLACED. y ° NON REINFORCED 6" MIN., ROUND OR SQUARE WITH 1/2" CHAMFERED CORNERS OR y q 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 I STREET MONUMENT NO. 02529-3 STANDARD DRAWING NONE Dec. 1999 ,RIVEWAY EXPANSION JOINT EXPANSION JOINT . \ti A �\O; � f:12 MAk, �O �? -SLOPE 7... . :•v ,._ EXPANSION JOINT FLQWLINE TRANSITION SECTION -5' MINIMUM -15' FOR NON-RESIDENTIAL APPROACH ON ARTERIAL STREETS 6" M-4000 CONCRETE 29 5" DRIVEWAY . s oo ,o o o 0 3" WASHED GRAVEL COMPACTED SUBGRADE SECTION VIEW CITY OF BOZEMAN SCALE: DRIVEWAY APPROACH NO. 02529-5 STANDARD DRAWING NONE WITH SIDEWALK Revised ADJACENT TO CURB Dec. 1999 A• ,._ - ----- - _- ----------- .w........---- DGSTING CURSWALK SAW CUT OR REMOVE AT JOINT CUN6INQ: JOINT AS'NLEUFD (StE eabW) 2'-0" - eoan FLAW J AREA OF NEW CONSTRUCTION I REYtOVE.EidST1 :CURB:ANL�GUTTER OVER CURB Ei6STiNii ORlVE MATCH DOSTING 2'-0"(6OomT ROUNMQ TO RESTORE MATCH OUTING EXISTING CURBWALK FLOW WIE STRFSf SURFACE v . ao o:c oon a¢'.� oa 00 a A 3-(Um)GRAVEL BASE SEC11ON A—A REVISED: 12/27/95 MONTANA PUBLIC WORKS SCALE: STANDARD DRAVNING STANDARD SPECIFICATIONS NONE RETROFIT DRIVE APPROACH NO. 02529-6 o z d a I o (if cr) a N o CV W V 8 0 0 n� 5 a O a � Z W t y m < = c!i LO Of UPO LLJ z \ f try i a Q 7 — co Q J dw^ 0p Lil Q Z V) o ti d m W \ d Cl. Q d � + w Z W' Z Z O d Wil y5 z w 01 e :1 No N I U) N w a No IL } W za O w m J�IWz<O O a 2 0-FI-U.I< O I-3 Ha z Fz Z�-3w + ip pF-m p0 Zn wz W)zJ zo)wNI JQrtOpwz p o,w7Q Owv f. U zY>mR JU U aZwj;( wq QOW ao3ma� I Y VI j < FZN 3a— J>IwZ60 O� 3 �a<°'� mmLL. 0NM(Ewww3 jag ad6aooap 3 V \ u.aow Lap ! rNN JW Z t OZ z In w , Q LL. zz z J Z O A J � W s \ / w3: o � A Z O O +' w-' O h LL xwz N x;.i. Z Ld _N� �• O Z4. J 7-. ,F r„ LJ J J r- d I R 15' 0 d BACK OF CURB o R 4. PT AI d B a r 'A, Y> :• 1' (TYP.) DOWEL WITH 24" N0,5 a EXPANSION REBAR 3' IL�TO BACK 1 0 .`e.4 C JOINTS' OF CUI28, 3 CLEAR . SY 4. •••�Y 5'e .5 'Jy•.• a StDE1NALKii 1:20 MAX, s 5' SIDEWALK (TV.)44, TTT SCALE: >" =5' . . Di11EL 5 1/2' BLVD. (TYP.) C 6" THICK CONCRETE SURFACE RAMPS TO BE CONSTRUCTED WIN�,I)(�{{ETECTABLE ~ -�ExPANSION Flow line CfOTTVpp{ERNNG$ E ENTIRE4WIDTHN F 7NE AM�P9. . JOINT ONETH 8 ODING EDRCf OfETNEE.-NO�OT E:WAR LNG' STORM DRAIN INLET MAY 8E MORt THAN 5 FROM THE FLOW LINE,. (TYPICAL LOCATION) REINFORCE CONCRETE IN RAMPS WITH FIBERMESH•'AT A RATE IF 1 1/2 lbs./C.Y, OR WITH 6x6x1D GAUGE WIRE MESH 12" 5'-0" 12" TbP OF CURB I J_ TRANSITION TO NORMAL SIDEWALK ELEVATION. DISTANCE VARIES. _=n— ,_,F-4 _F SIDEWALK '• 5' SIDEWALK 5:5.'" NO LIP 5 5r' VARIES LANDING FLOW LINE SECTION B—B NO LIP ` 9.5.. Dwx NO SCALE 1 a ,z ' • r S+A STANDARD -2 1/2' DEPRESSED CURB S£CYN)! SIDEWALK LANDING 6" 6' CONCRETE 3". G VEL BASE (TYP.) RAMP SECTION A—A NO SCALE SECTION C—C NO SCALE CONSTRUCTION NOTES: 1. Standard applies to new construction, with max. curb R=15', and min. 5.5' boulevards. 2. Ramp and curb can be poured monolithicolly. 3. Storm drain inlets shall be constructed "upstream" of ramps. Alternative locations permitted only upon City Engineer's approval. 4. Ramp width shall be 5' minimum. 5. Sidewalk cross-slopes shall not exceed 2%. BOULEVARD SIDEWALK NO. 02529-8 CITY OF BOZEMAN SCALE: PERPENDICULAR STANDARD DRAWING AS SHOWN PEDESTRIAN RAMP NOV. 1995 (15' MAX. RADIUS/5-5- MIN. BOULEVARD) Revised April 2006 USE BLENDED TRANSITION RAMP WHERE LIMITATIONS DUE TO BOULEVARD WIDTH, t� RIGHT-OF-WAY,CURB RADIUS,OR INTERSECTION ANGLE PREVENT THE USE OF STANDARD RAMPS PER ' t` C.O.B STANDARD DRAWING 02529-8 DETECTABLE WARNING TO BE A MINIMUM OF 4' WIDE,CENTERED ON THE CROSSWALK(S). �$ MANSION JOW I SIDEWALK XXX Drop Curb ® Curb 11w01tlon f:e�M r•i "i.,�.; 2.%IVIF45I Y ANSION 1pi�L•�'O w,STANDARD �REQQUpIIELED�i0 MATCH STANDARD SIDEWALK ALK OPADE I V61'1E6 �Ic $�f7W611G TKNAX f _ .#it.�:4.�a i. •. Y i r cona* I+i'liaintsh IG,1C ox 6xdxi0 t3aage.pJao ldeel� SEGIYO2I A•A: N0416 ftU CITY OF BOZEMAN SCALE: BLENDED TRANSITION NO. 02529-8A STANDARD DRAWING NOT TO SCALE PEDESTRIAN RAMP APRIL 2006 TYPE OF MAIL BOX AND SUPPORTING POST IS OPTIONAL 4 -- ------ -. --� MAIL BOX —8`MIN �--- - �- • I (15cm) i MAINTAIN 3'(0.9m) MIN. CLEAR SIDEWALK WIDTH TO MAILBOX OR SUPPORT WiEN MOUNTED 4. IN SIDEWALK. SIDEWALK OR BOULEVARD CURB STREET SURFACE k d REVISED: 12/27/95 MONTANA PUBLIC WORKS SCALE: MAIL BOX MOUNTING STANDARD DRANING STANDARD SPECIFICATIONS NONE FOR CURBLINE DELIVERY NO. 02529-10 SIDEWALK BOULEVARD . } � VAR I E5-4- 5'TYP-;- P A 0 RTY 3" MIN GRAVEL BASE 4" THICK M-4000 CONCRETE MAINTAIN Ot SECTION B PROPER SIDEYARD SETBACK PER I ZONING REGULATIONS �. TRANSITION SECTION FROM EXISTING CURB TO DROP CURB: 3' M ,;, 5' MAX. EXPANSID JOINTS COMPLETELY AROUND SIDEWALK SECTION DRIVEWAY THROAT WIDTH 24' MAX, CURB do APRON POURED MONOLITHIC f UNLESS OTHERWISE APPROVED 1 CONTRACTION JOINT EXPANSION JOINTS AT CURB RETURNS 1' w BACK OF CURB SIDEWALK CONTRACTION JOINTS j SPACED AT 5' INTERVALS — MIN. I FLOW LINE DEPTH 1". EXPANSION JOINTS EDGE OF GUTTER TO BE PLACED AT 25' INTERVALS. a VARIABLE 0.6, TYP.) CONTRACTION JOINTS TO BE SPACED AT 10' INTERVALS IN CURB do GUTTER EXPANSION JOINT MATERIAL SHALL BE 1/2" THICK PRE-FORMED BITUMINOUS TREATED FIBERBOARD FILLER. ALL CURB REPLACEMENT SHALL BE DONE WITH INTEGRAL CURB AND GUTTER UNLESS OTHERWISE APPROVED, .GRADE ESTABLISHED AS 1/4" RISE PER FOOT FROM TOP OF ADJACENT FULL HEIGHT CURB R MATCH EXISTING SIDEWALK GRADE SIDEWALK DRIVEWAY 5.5' TYP. 5' TYP. (VARIES) 1/4". PER FOOT.SLOPE STREET SURFACE w z 0 w a o _.. ..._ WASHED ROCK n CURB & GUTTER 3" MIN, MIN, 6".THICK M;-4040. CONCRETE * OR MATCH EXISTING OR REQUIRED SIDEWALK WIDTH SECTION A CITY OF BOZEMAN SCALE: RESIDENTIAL NO. 02529-1 1 STANDARD DRAWING NONE DRIVEWAY APPROACH DEC 2003 AND SIDEWALK DETAILS MAINTAIN PROPER SIDEYARD SETBACK PER ZONING REGULATIONS 5' TRANSITION SECTION FROM EXISTING CURB TO DROP CURB; EXPANSION JOINTS COMPLETELY AROUND SIDEWALK SECTION MAX. THROAT WIDTH 35' COMMERCIAL 40' INDUSTRIAL CURB & APRON POURED MONOLITHIC UNLESS OTHERWISE APPROVED CONTRACTION JOINT EXPANSION JOINTS AT CURB RETURNS 1' w BACK OF CURB SIDEWALK CONTRACTION JOINTS SPACED AT 5' INTERVALS - MIN. FLOW LINE DEPTH 1". EXPANSION JOINTS TO BE PLACED AT 25' w EDGE OF GUTTER INTERVALS. 0VARIABLE CONTRACTION JOINTS TO BE SPACED a (5.5' TYP.) AT 10' INTERVALS IN CURB & GUTTER tij5; EXPANSION JOINT MATERIAL SHALL BE 1/2" THICK PRE-FORMED BITUMINOUS TREATED FIBERBOARD FILLER. ALL CURB REPLACEMENT SHALL BE DONE WITH INTEGRAL CURB AND GUTTER UNLESS OTHERWISE APPROVED. GRADE ESTABLISHED AS 1/4" RISE PER FOOT FROM TOP OF ADJACENT FULL HEIGHT CURB R MATCH EXISTING SIDEWALK GRADE SIDEWALK DRIVEWAY APRON 1' * 5' TYP. 5.5' TYP. (VARIES) 1/4" PER FOOT SLOPE STREET SURFACE z „+ O _ ! a 3" WASHED ROCK ` - - CURB & GUTTER MIN. 6" THICK M-4000 CONCRETE * OR MATCH EXISTING OR REQUIRED SIDEWALK WIDTH CITY OF BOZEMAN SCALE: NON RESIDENTIAL NO. 02529--12 STANDARD DRAWING NONE DRIVEWAY APPROACH Dec. 2003 TYP: NOTE: IF SIDEWALK EXTENDS TO CURB, .INSTALL APPROACH AS PER STANDARD PROPERTY LINE 1 DRAWING 02529-5, WITH 15' CURB TRANSITION SECTIONS. 3` VERTICAL CURB OR INTEGRAL CURB &. GUTTER EXPANSION JOINTS INSTALL EXPANSION JOINT IF DRIVEWAY IS P.C.C. PAVEMENT 35' MAX. COMMERCIAL 40' MAX. INDUSTRIAL A A CONTRACTION JOINTS (TYP.) - SPACE AT 5' INTERVALS IN SIDEWALK, 10' INTERVALS IN APRON TRANSITION TOP OF CURB TO MATCH SIDEWALK a. EXPANSION JOINTS AT CURB RETURNS PQRS & GUTTER SIDEWALK DRIVEWAY APRON DRIVEWAY (A.C.C.. OR P.C,C. PAVEMENT) 5' TYP, 5.�' TYP; 1/4" PER FOOT SLOPE STREET SURFACE WASHED ROCK' 1 3" MIN. 6" THICK M-4000 CONCRETE SECTION A—A CITY OF BOZEMAN SCALE: NON—RESIDENTIAL NO. 02529-13 STANDARD DRAWING NONE DRIVEWAY APPROACH Dec. 2003 FOR ARTERIAL STREETS 12* BACK OF CURB SOLID COVER 1' b' 5.5'tTyp.y --nowuwt SIDEWALK BOULEVARD OPANSiol JOINT n i t.S' EXPANSION-JOINfS t0• 6 VARIES 6 . CQ.N4RTE DROP CURB HEAD tw+NNsEcL JI NORMAL.CONCRETE GUTTER LINE WCO STYLI 5(SOUD COVER)TRENCH GRATING (OUTi.ET CHASE ONLY) WITH STYLE B FRAME, D k L FOUNDRY -J SERIES- WITH SOLID, BOLT DOWN COVERS,(OR APPROVED EQUAL) PLAN VIEW - N.T.S. WCO STYLE S(SOLID COVER)TRENCH GtATINO WITH STYLE B FRAME,D R L FOUNDRY J SERIES- PROVIDE WITH SOLID.BOLT DOWN COVERS,(OR APPROVED EQUAL) EROSION CONTROL.: - Y(iIF1E AS REQUIRED --Y �EXPANSiOH-JOINT II ..........__................... ...,... ... -^�4' BASE COURSE V AS LS' 5' 5.5'(TYP.) I 2 L REQUIRED SIDEWALK BOULEVARD END CHASE * LEND COVER CURB R CUTTER INLET CHASE 'IFCQ,STYLE S-((SOLID COVER TRCHCH.OIj+llItlD WITH STYLE )FRAME 0 k FOUNDRY J SERIES' WITN:SOLID, BOLT DONRH COVERS.(OR APPROVED EQUAL) OWLIHE ,.. ... ..... ..,,:...... .................[['-4-BASE COURSE AS LS'G,.. .. . 5' S.S'(iYP:) 2'_ [f REQUIRED SIDEWALK BOULEVARD CUURER PER STD. DRAWING 02525-1 SECTION B - N.T.S. OUTLET CHASE FCO STYLE S(SOLID COVER)TRENCH GRATING WITH STYLE B FRAME, D k L FOUNDRY-J SERIES- 4' S@EWAUG WITH SOLID, BOLT DOWN COVERS,(OR APPROVED EQUAL) DIMENSIONS r AND A VARY,SIZE ....._.....,..';•_ TO BE DETERMINED BY ENGINEER EXPANSION JOINT BASED ON 25-YEAR EVENT,BUT NO 8` LESS THAN 6' AT CURB OPENING BASE.000RSC CONCRETE SHALL BE Y-4000 COVERS MUST BOLT DOWN TO FRAME 0 YIN. SECTION A - N.T.S. CITY OF BOZEMAN SCALE.: CONCRETE STORM DRAINAGE NO. 02529-14 STANDARD DRAWING NONE OUTLET AND INLET CHASES DEC. 2003 Rev: April 2005 MIN FUTURE SIDEWALK I. 5' 6" 6'(MIN) SIDEWALK PROPERTY LINE E LIMIT OF PUBLICLY MAINTAINED SIDEWALK CURB & GUTTER 5` NOTE: PUBLICLY-MAINTAINED SIDEWALKS TO BE 6" THICK M-4000 CONCRETE REINFORCED ' WITH 1.5 LBS FIBERMESH PER C.Y. '. FUTURE SIDEWALK CITY OF BOZEMAN SCALE: PUBLICLY-MAINTAINED SIDEWALK NO. 02529-15 STANDARD DRAWING 1"= 5' CONSTRUCTION STANDARD MARCH 2O05 mob( \2 �2§ 9 ) w� /�§ $ xR« . .. o < (L 'ILI�» K/04 m¢;0 �\ §k\§ �§ . f. }m w� �> \ \ fn D }« , k ` 2 ; i\ - 2 ) � \}� M *\ $ ` o d \o > ez 3 ) -J<0 § // §] \)2( \f Q/ k\ /#j2 3co Z \ §km& §Cca \ e ®* -ia °a» \ ]; § cal /) §�§ M2�� �F- ¥„\ §m kk7 . \« § rA(L \ (A� _j LLJ §2 §)@ § ±z <&° \< waw(in§ )d . �i CITY 0f 802£MAN SCALE: ASPHALT PATHWAY NO. 02529-16 STANDARD DRAWING NONE TYPICAL SECTION April 2006 �. . .. .. . . . . . . . . | }\ | �L0 | )_§ §kE | macƒ | U}§ | 3Eo F§\ | ' � o m k§j � 77 �za | c\a. z, � | _ o § , \ \ 3 W E � \ / § Ld w / , R =~ 7k @ § , e 2 ow § #) \ , G 2 /k R ' § / 2u a0W F- /� \ �§ \ . 2 k� � , }L / _� , %j . o §§ } , \y 0 §b )LL � /\ $§ z$ E . 2 z w 8 w � � -4. . . , < , , CITY OF BO2£UAN SCALE: CONCRETE CLASS 1 TRAIL NO. 02529-17 ' STANDARD DRAWING NONE TYPICAL SECTION April 2006 ' i i w I N I = � z I I 015 ? N Z Nw F. Z - Y LLJ •i.' =w } I :4: I ' `1 I sr[ m I Ld _, O w o a t,i fv s Ow ro o= .I. V7 N w F ! p(i LL z 0 O pa.,O t..: Y U Q uj ou t 4U 0J O ..] Zw Nd j 0 FZ-O w ZJ wO N F tL 6 N N� 4 zZ am =<a I I r t t t t 1 I CITY OF BOZEMAN SCALE: CLASS II TRAIL NO. 02529-18 STANDARD DRAWING NONE TYPICAL SECTION April 2006 a a. Y t :rl� •jar _ ',5 r+ti ter••>�•'r 1 FROM EDGE OF GUTTER OR FACE OF VERTICAL CURB 8" White Standard 24".White . Stop Line 8'- Standard XabYS:r I .. a-...a....-a . SEE NOTES: NOTE 2 11( 2 1 (1) THE LOCATION OF THE CROSSWALK LINES ARE DEPENDENT UPON LOCATION 31 . ♦ . OF THE SIDEWALKS. (2) 4' MINIMUM FOR SINGLE LANE APPROACHES. FOR MULTI-LANE APPROACHES , SETBACK BASED ON ENGINEERING DESIGN. White (3) USE YIELD LINE FOR I Yield Line UNCONTROLLED CROSSINGS, STOP LINES FOR CONTROLLED CROSSINGS. CITY OF BOZEMAN SCALE: TYPICAL PAVEMENT MARKINGS NO. 02581 -1 NONE FOR PEDESTRIAN CROSSINGS FEB. 1996 STANDARD DRAWING (TYPE "A" CROSSINGS) Revised April 2013 I 1' 2' I 24" White Stop Line School Crossing ®2 8' Typical NOTES: (1) THE LOCATION OF THE CROSSWALK LINES ARE DEPENDENT UPON LOCATION OF THE SIDEWALKS, (2) USE YIELD LINE FOR UNCONTROLLED CROSSINGS, STOP LINE FOR CONTROLLED CROSSINGS (SEE STANDARD DRAWING 02581--1) CITY OF BOZEMAN SCALE: TYPICAL PAVEMENT MARKINGS NO. 02581 -2 NONE FOR SCHOOL CROSSINGS FEB. 1996 STANDARD DRAWING (TYPE "B" CROSSINGS ) Revised April 2013 �, *:• r d r •`,ri 3 ,,A REDUCER MIN. .,.UNDISTURBED EARTH ,j t TEE TEE (Plugged) BEND STANDARD DIMENSIONS FOR THRUST BLOCKING TEES & PLUGS 900BEND 4eBEND & WYES REDUCERS do f1771NG 22 1/2°BEND. _. S12ES A B A B A B A 8 4" 1'4" 1'-2" 1'4' 1'-6" 1'-8" W-10 1'-7" 0'-6" 8" 2'-0' 1'-11" 2'-5' 2'-2' 1'-10" 1'-7" 1'-9" 0'-10" e" 2'-8' 2'-6' 3'-2' 3'-0" 2'-5' 2'-1" 1'-9' 10' 3'-4" 3'-3' 4'-0" 1 3'-10" 3'-0" 2'-9" 2'-2" P-11" 12' 4'-O' 3'-10' 4'-8` 4'-8 3'-8" 3'-3" 2'-7" 2'-3" 14' 5'-5' 3'-10" 6'-6' 4'-11' 4'-9' 3'-5" 3'-5' 2'-5' METRIC DIMENSIONS FOR THRUST BLOCKING 2 l TEES & PLUGS 900BEND 450BEND & WYES 2 /2"1qr�RBEND S Et FITTING SIZES A B A B A B A B 10cm 0.5m 0.4m 0.5m 0.5m. ... 0.5m 0.3m 0.5m 0.2m 15cm 0.6m 0.6m 0.7m 0.7m 0.6m 0.5m 0.5m 0.3m 20cm 0.8m 0.8m f.Om 0.9m OJm 0.6m 0.5m 0.5m 25cm 1.0m 1.Om 1.2m 1.2m 0.9m 0.8m 6.7m 0.6m 30cm 1.2m 1.2m 1.4m 1.4m 1.1m 1.0m 0.8m 0.7m 36cm 1.6m 1.2m 2.0m I., 1.5m 1.4m 1.0m 1-Om 0.7m NO ..THESE TABLES ARE BASED ON 150 PSI(1030 kpa) MAIN PRESSURE 2.WRAP ALL FlTTINGS MTH POLYETHYLENE. 2000 PSF(9800 kg/m!) SOIL BEARING PRESSURE REMSED: 12/27/0 MONTANA PUBLIC WORKS SCALE: THRUST BLOCKING STANDARD DRAWING STANDARD SPECIFICATIONS NONE FOR WATER MAIN FITTINGS N0.02660-1 NO VERTICAL REQUIREMENT -WATER MAIN I V SEWER �-- 10'-0" MIN.— 0 Q (3m) t PARALLEL ARRANGEMENT r, L L Q L 2 L/2 _ EXISTING _ PIPE r 1dm) © I NEW PIPE -EXISTING PIPE 1 fdl �0,5m ( + 3 /—NEW PIPE CROSSINGS 0 5 NOTES: 1Q SPECIFIC MONTANA DEPART. OF HEALTH AND ENVIROMENTAL SCIENCES APPROVAL IS REQUIRED FOR A DISTANCE LESS THAN 10 FEET(3m) BETWEEN WATER MAIN AND GRAVITY SEWER. 2Q NO EXCEPTION TO THE MIN. SEPARATION REQUIREMENT IS PERMITTED WHEN THE SEWAGE CARRYING PIPE IS A FORCE MAIN. AT CROSSINGS, ONE FULL LENGTH OF WATER MAIN PIPE SHALL BE LOCATED SO THAT BOTH JOINTS WILL BE AS FAR FROM THE FORCE MAIN AS POSSIBLE. (3 LESS THAN 18 INCHES(0.5m) OF SEPARATION IS PERMITTED WHEN THE GRAVITY SEWER AT THE CROSSING IS MADE FROM A SINGLE 20 FOOT(6.1m) LENGTH OF AWWA PRESSURE PIPE AND THE CROSSING ANGLE IS APPROXIMATELY 90 DEGREES. SPECIFIC MONTANA DEPART. OF HEALTH AND ENVIROMENTAL SCIENCES APPROVAL IS REQUIRED FOR A VERTICAL SEPARATION OF LESS THAN 18 INCHES(0.5m) BETWEEN WATER MAIN AND SANITARY SEWER ® "L" IS A STANDARD LENGTH OF PIPE AS SUPPLIED BY A PIPE MANUFACTURER. 05 ADEQUATE STRUCTURAL SUPPORT FOR PIPES AT CROSSINGS SHALL BE PROVIDED. REVISED: 12/27/95 MONTANA PUBLIC WORKS SCALE: WATER AND SEWER MAIN STANDARD DRAWING STANDARD SPECIFICATIONS NONE SEPARATION NO. 02660-2 REBAR ANCHOR d. 4 A N a • 4. v' d ae \ ,\ ae j \� 6• e.. . e e . CONCRETE 6 . ANCHORS cB. "A" NOTE: COAT RODS WITH "KOPPERS" BITUMASTIC NO, 50 COATING OR EQUAL. THRUST BLOCK DIMENSIONS Roder valve 100 PSI 150: PS{. 20Q PSI 250: PSI 3CJ0 PSI Size She A. B _ C A' 13 C A B C A. g C A C 1 " 2'-'0` 2'-0:2"=0'2' 0'2'-0'2'-0"2'-0"2'-0"2'-0 2'-0 2'-0. 2'_0 2'_0"2'-0'2'_7• u 1 2 1 n. z'-D 2'w0 2'-0'2'_d 2'-B K 2'-9"2'-6"2'-6' 3'-0 3'-0"3'-0 3'.-7. 3'-0:3'-0 ,,. 1`T 2'-3� 3'-6 2 0: 3'�0 3'-0 2'=6 3'-5" T 14" 2`-3" 2'-0 2 0 3'-4 3'-0 N-n 4'-6"3'-0'zv_ 4-0.4`-0'4'-D 4'�9 4+-4:#'-Q. 1 $= 16. 3'�O` 3'r0 3'=0°4'-4- Y-0 3`-0 4'-i"4'-0"C-0' 6-i A'-0'4 0 8'-t 4-0-.4'-0 18: 3'�8" 3'-0 3 0'S'Y$ 3'-0 3'.-0 W-1"4'-0'4`-0. C-+6 4'-0`4-G W-9 6'-0-6'-0 4'-0. 6'-D T-6 6'-0 NOTE: Pressures shown above ore 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 8'— 0" MAX. 3'— 0" MIN. INSTALL PLUMB WITH TO BACK OF CURB PUMPER NOZZLE FACING STREET NEW HYDRANT, MUELLER SUPER CENTURION 250 OR WATEROUS PACER MIN. 4'— 0" CLEAR ALL AROUND (TREES, HEDGES, BUSHES, ETC.) t ADJUSTABLE SCREW °( ELEVATIONS AS SHOWN -' TYPE VALVE BOXWITH LID ON PLANS OR 0.2' ABOVE TOP OF CURB GRADE GROUND LINE UNDISTURBED EARTH MIN. 6.5' COVER r Y *CONCRETE THRUST - a a a TO MAIN LINE BLOCK JU tl JOINT AS REQUIRED FOR PIPE SPECIFIED NEW 6" AUXILIARY GATE VALVE MIN. 1/2 CUBIC YARD WASHED GRAVEL — FLANGE JOINT *MEGA—LUG OR APPROVED EQUAL JOINT RESTRAINTS MAY BE USED IN LIEU OF CONCRETE THRUST BLOCK CITY OF BOZEMAN SCALE: FIRE HYDRANT NO. 02660-4 STANDARD DRAWING . NONE FEB 2008 PROPERTY LINE 2' MIN. W W W W W W W W j y' w W W FIRE HYDRANT w ARIABLE w .............. . . ....... WATER MAIN CURB & GUTTER CURB WALK DETAIL PROPERTY LINE ;f; CURB & GUTTER FIRE HYDRANT VARIABLE 3' MIN. VALVE WATER MAIN 5' F - (TYP.) BOULEVARD WALK DETAIL CITY OF BOZEMAN SCALE: HYDRANT LOCATION NO. 02660-5 STANDARD DRAWING NONE DETAIL Dec 2003 STEEL POST MARKER PROPERTY PAINTED BLUE LINE OR EASEMENT LINE 5 1/ BOULEVARD (TYP,) STREET SURFACE 4 5' SIDEWALK GROUND SURFACE (TYP.) od; I CURB BOX !!! 11.5, PROVIDE 5' STATIONARY (np) ROD IN ALL CURB BOXES 6 1/2' MIN. COVER SEE DETAIL a' CBNTRA - (TYPICAL EXCEPT IN SPECIAL BELOW CIRCUMSTANCES WHERE CITY HAS OR APPROVED ALTERNATE LOCATION) CURB STOP - N NO COUPLINGS OR OTHER JOINTS ALLOWED ON SERVICE PIPE FROM BASE MATERIAL CORP. STOP TO CURB STOP FOR 3/4" AND 1 SERVICES. STRAIGHT COPPER PIPE SHALL BE USED FOR 1 1/2" AND 2" SERVICES DETAIL OF A SELECT MATERIAL BACKFILL AREA PROPERLY CORPORATION STOP (SEE SPECIFICATIONS) INSTALLED CORPORATION STOP. TAP MAIN AT jjj jr /. /' j/ j j/j j/jjj jjj/!,�//�./ jj/f'j'�j/jjjj• SPRINGLINE. / SERVI E PIPE 6" MIN. TRENCH BOTTO 4- GENERAL NOTES: 1. WATER SERVICE LINES SHALL HAVE A MINIMUM 6 1/2 FOOT COVER MEASURED FROM THE EXISTING GROUND SURFACE, EXCEPT THAT COVER SHALL BE MEASURED FROM CENTER LINE STREET GRADE WHEN SERVICE LINES ARE LAID TO A STREET SIDE WHICH HAS AN UPHILL SLOPE. WATER SERVICE LINES SHALL. HAVE A MAXIMUM 7 1/2 FOOT COVER AT CURB STOP. 2. WATER SERVICE LINES SHALL BE INSTALLED WHERE SHOWN ON THE DRAWINGS OR AS SPECIFIED. 3. BEDDING SHALL BE 1" DIA. MAXIMUM WITHIN 6" OF SERVICE PIPE. 4. INSTALL CURB STOP SO THAT OPERATING KEY IS PARALLEL TO STREET IN OFF-POSITION. CITY OF BOZEMAN SCALE: WATER SERVICE LINE NO. 02660-6 STANDARD DRAWING NONE DEC 2003 PL 1' FINISH GRADE CURB BOX VALVE BOX TOP SECTION 8'MIN MUELLER H-15428 WITHI GALVANIZED G OR BRASS CAP 6.5' MIN COPPER SERVICE LINE 2" COPPER SERVICE LINE.. 1/4 BEND COMPRESSION COUPLING 1/8" DIAMETER `4. '`. CURB STOP CORPORAT117N STOP F?RbVIDE1/8" DIAMETER DRAIN HOLE WATER MAIN CITY OF BOZEMAN SCALE: TYPICAL BLOWOFF NO. 02660-7 STANDARD DRAWING NONE Dec. 2003 PAINT POSTS AS NOTED BELOW Q \ 34" CONCRETE (TYP.) 8" I.D. HEAVY-DUTY STEEL PIPE FILL WITH 2O00 P.S.I. CONCRETE 12" 36" 66' 21" 33" 33° NOTE: POST NOT REQUIRED WHERE NATURAL BARRIERS EXIST. PAINT POSTS WITH SHERWIN-WILLIAMS METALATEX SEMI-GLOSS COATING, SAFETY RED (842 R38 620-4069). CITY OF BOZEMAN SCALE: HYDRANT NO. 02660-8 STANDARD DRAWING NONE BARRIER POSTS DEC 2003 UNDISTURBED EARTH (TYP ) CONCRETE THRUST :. ;a a. ; ; '. MJ GLAND BLOCK (TYP.) •�.a, MJ GLAND D.I. MJ D.I. D.I. PIPE TEE PIPE PIPE J. MJ VALVE D.I. MJ GLAND PIPE 3/4" MIN, CORROSION RESISTANT ALL THREAD RESTRAINING ROD, CONFORMING TO ASTM A242-81, MJ VALVE -- INSTALLED IN HALF THE AVAILABLE MECHANICAL JOINT BOLT HOLES (TYP.) WHERE NECESSARY, CLAMPING LUGS (ROMAC "DUCTILE LUG OR EQUAL) DESIGNED TO FIT DUCTILE IRON (D.I.) PIPE, AND CONFORMING TO ASTM 536-80 MAY BE USED IN CONJUNCTION MJ GLAND D.I. WITH THE RESTRAINING RODS. PIPE CITY OF BOZEMAN SCALE: TYPICAL V_ ALVE/TEE NO. 02660-10 STANDARD DRAWING NONE RESTRAINT DEC 2003 J I Q Q M w w Cp O i=_-{w- :ram: W_ N w w 0w � �Z \ Nin W Y p '_ / O Z Z CD mui m s �.. OZ Z (13 J U1 '� r ~ wo Li 7 \ \\ Z H- N V g W LJ O m w c t f , ` \f�. Ld o V N s ue; Z LLw-_ Z 0 (.DQ � w w~ _ %\� c� Z � wW Q J O U g o Li vi w W LLI Q w O ~ UOz a° ui w Q dr \ \". d ° Z 13 Z W � d. w � r ¢ m ot� Q Of f' t ' (�/ ✓ W s '\\\� < o w ! N Z z r XZ lil C) � o O m�� o; w_O J~m V:.o W Q. w V) e ry0�y-� Q ZFj q V a W Q Q NQ i W �Z= ado z (� H Z -Qj1Qw_ 1A1dA M3N �f' U Y Z z F-- E- O w (n 1 o v~i Q U � w O �o az � 0O z " ¢K HW C� W m M Of 0 °w°m w� Q F- V) Z w_ ZN W zmor.' r X3 OVv � (!! I— w NO PRESSURE GAUGES OR PRESSURE GAUGE FITTINGS WILL BE ."METER SIZED SAME AS INCOMING LINE — NO EXCEPTIONS. ALLOWED ON THE TEST PORTS oAC<f'LOW PREVENTION ASSEMBLY OF ANY 13ACKFLOW PREVENTION ASSEMBLY. __ _ REOUTAEO'BACKFLOW PREVEMION - SEE NOTE 9 � -. . - DEVICE SUPERINTENDENT. DETERMINED BY SU.' WATER PERERINTENDEM. FLANGE TO BE THREADED ON STANDPIPE, M.J. TO FLANGE ADAPTORS NOT ACCEPTABLE ('TYPICAL FOR ALL RISER CONFIGURATIONS) 4" OR LARGER CLASS 51 DUCTILE IRON PIPE (TYP.) 1 MIN., 2' MAX. ABOVE FINISHED FLOOR FLOOR MECHANICAL 3/4' MIN. Redi Rod, INSTALLED IN EVERY OTHER AVAILABLE M.J. JOINT BOLT HOLES (TYPICAL)— 5/8' RODS ACCEPTABLE FOR 4'LINES MAIN THRUST 90' BEND WITH THRUST BLOCK BLOCK'—.-.. e.: LEGEND TAPPING TEE & VALVE, FLANGED OS&Y VALVE OR INSTALL VALVE AT PROPERTY LINE (TYPICAL FOR ALL RISER CONFIGURATIONS) PROVIDE FLEXIBLE, WATER—TIGHT CONNECTION --FOR ALL WALL OR FLOOR CITY OF BOZEMAN REQUIREMENTS FOR INSTALLATION PIPE PENETRATION. OF BACKFLOW PREVENTION ASSEMBLY 1. The FIRST fitting inside of the building shall be a UL listed flanged Kennedy or Mueller OS&Y valve the same size as the service +RL9OR line, Combination strainer/meter immediately following OS&Y valve or elbow attached directly to OS&Y valve -- meter must set horizontal. 1' MIN„ 2'FINISHED F 2. All Backflow Prevention Assemblies shall be: a. UL or FM listed. b. Approved by the University of Southern California Foundation for Cross Connection Control and Hydraulic Research (USCFCCCHR) for operation in the proposed position (vertical or horizontal) as shown MECHANICAon approved plans. JOINTc. Installed as shown on the approved plans. 3. Horizontal installations must be o minimum of 2' and maximum of 3' above the finished floor. '.,. 4. The service riser must be a minimum of 2' from any outside wall, 90' BEND WITH THRUST BLOCK 5, The incoming service line shall be a minimum 6.5', and a maximum 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 Iron Pipe. 1' MIN., 2' MAX; 8. Line sizing: The Backflow Prevention Assembly and meter shall be equal in size to both the incoming pipe diameter (upstream) and outgoing pipe diameter (downstream). For example, a 4" service line shall have a 4" meter and Backflow Prevention Assembly. 2' MIN., 3' MAX 9. A minimum of four (4) pipe diameters of straight run pipe is CLEARANCE ABOVE required upstream and downstream of the meter/strainer assembly. WA/IiEpLA FL FINISHED FLOOR 1H0NES5 CITY OF BOZEMAN SCALE: WATER SERVICE LINE NO. 02660-12 STANDARD DRAWING NONE FOR SIZES 4" AND LARGER DEC 2003 REV: JAN 2015 % \q \ 00 � � \ 0La . c ¥ 0 2 LLJ � q \\\ 2< \ § * \ \ 2 Zn Ld ± I2Qf ~ \ / � § ¥ Q $ x20 (ED< \ / / b _ 0 | | § a_ z \ z wo ƒ §§ \ / . � \ 3 | | \ 5 R% 9j | | } a / \ \ ~z \&5® \ « V 2 /\\ [ � ® < \ o u = > \ �� ( w a_ \ \ ? ^ a | 2 \ \ \ \\ § 2 § e �o E j \ E z Ld L _ 0 \ / a � ® U § / ~ ( z § CY- LA j \ \ | | 7 / Ld \ z 3 z = % / z \ \ \ u § d ®< [ | ~ C E & / J § / 7 � 5 z © & § \ /� �[ ) a \ \ { \ ƒ @ a E / ± LLI z e c ± u \ / N \ } E / / / f \ / E ¥ 2 z E \ E as u 2 R ^2 \ § % ) j �d doi3iX301%m \ § \ 2\36g \ = w w ¥ yvl� �Nmml � \q J § ® \G\/ z a \ / \ƒ/ . » ONLY FITTINGS ALLOWED BETWEEN FIRST OS&Y VALVE AND No PRESSURE GAUGES OR PRESSURE GAUGE FTMNGS WILL BE LEGEND BACKFLOW ASSEMBLY TO BE 90'BEND. _..._ --. ALLOWED ON THE TEST PORTS OF ANY BACKFLOw ASSEMBLY -$ FLANGED OS&Y VALVE FIANCE TO BE:THREADED.,ON STANDPIPE; tr.3:To 6ARa ADAP10Rs.NOT ACCEPTABLE DOUBLE CHECK VALVE (TVPiev toR:A11 RISER:c9NFl�uwiTTDNs> MIN. REQUIREMENT) 4" OR LARGER CLASS 51 _ // � 7 AS INDICATED ON DUCTILE IRON PIPE (TYP,) V MIN., 2' MAX. ABOVE pp F(dbf� nNISHEO FLOOR X APPROVED PLAN(S) MECHANICAL 3/4" MIN. Redi Rod, INSTALLED IN EVERY OTHER AVAILABLE M.J. JOINT BOLT HOLES (TYPICAL) — 5/B" RODS ACCEPTABLE FOR 4" LINES MAIN : 90' BEND WITH THRUST BLOCK TBf.OGKT .' TAPPING TEE & VALVE, CITY OF BOZEMAN REQUIREMENTS FOR INSTALLATION OF DOUBLE CHECK VALVE ASSEMBLY OR INSTALL VALVE AT PROPERTY LINE (TYPICAL FOR ALL RISER CONFIGURATIONS) 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 fire service line. 2. All Double Check Valve Assemblies shall be: a, UL or FM listed. b. Approved by the University of Southern California Foundation for PROVIDE FLEXIBLE, Cross Connection Control and Hydraulic Research (USCFCCCHR) for operation in the proposed position (vertical or horizontal) as shown on WATER—TIGHT CONNECTION l approved plans. FOR ALL WALL OR FLOOR c. Installed os shown on the approved plans. PIPE PENETRATIONS. 3. A flow detection device shall be installed immediately following the Double Check Valve Assembly (alarm check valve, flow sensor/alarm, meter, etc.) as shown on the approved plans. Poddle—type flow alarms not permitted on dry systems. 4. A Double Detector Check Valve Assembly may be used with a standard V MIN., 2'=;ABOVE City of Bozeman meter. The meter loop of the Double Detector Check FINISHED ftooR FLOOR Valve shall have a Double Check Valve Assembly installed which meets ' • + the some installation criteria specified above in requirement number two. 0 Ps 5. Horizontal installations must be a minimum of 2' above the finished o floor. ECHANICiAL : JOINT' 6. The (ire service riser must be a minimum of 2' from any outside wall, - and a minimum of 1' from any interior wall. __10' MAX.' 7. The incoming fire service line shall be a minimum 6.5', and a max— imum of 7,5' below the finished grade. B. All fire service line appurtenances shall have a minimum pressure 90' BEND WITH rating of 175 PSI. THRUST BLOCK 9. All fire service lines 4" and larger shall be Class 51 Ductile Iron Pipe. 10. Line sizing: The Double Check Valve Assembly shall be equal in size to both the incoming pipe diameter (upstream) and outgoing pipe diameter r (downstream). �::.... [---1' MIN., 2' MAX, " PER NPPA-24 FIG A.10.6,3.1 arx. - 2' MIN., 3' MAX CLEARANCE COATED m` ABOVE FINISHED FLOOR 1WAU PLATE 5/T;"Liw TtiIp"ESS - STANDARD FIRE SERVICE CITY OF BOZEMAN SCALE: LINE INSTALLATION NO. 02660-13 STANDARD DRAWING NONE DEC 2003 FOR CLASS 1, II, & III SYSTEMS REV: APRIL_.20.1� ONLY mTiNGS ALLOWED BETWEEN FIRST OS&Y VALVE AND NO PRESSURE GAUGES OR PRESSURE GAUGE FTTTINGS WILL BE BACKFLOW ASSEMBLY TO BE 90' BEND. ALLOWED ON THE TEST PORTS OF ANY BACKFLOW ASSEMBLY FLANGE TO BE THOMEQ ON STANDPIPE, rM.J. TO FIMCE ADAPTORS HOT-ACCEPTABLE (TYPICAL FOR ALL MSER:CON*FIGUUMONS) 4" OR LARGER CLASS 51 JdJ I LEGEND.. DUCTILE IRON PIPE (TYP.) 1 V MIN., 2' MAX.ABOVE FLANGED OS&Y VALVE (=`L(}O(Z FINISHED FLOOR REDUCED-PRESSURE MECHANICAL BACKFLOW-PREVENTION JOINT 3 4" MIN. Redi Rod, INSTALLED IN ASSEMBLY(MINIMUM / REQUIREMENT)AS INDICATED MAIN— EVERY OTHER AVAILABLE M.J. ON APPROVED PLAN(s) BOLT HOLES (TYPICAL) — 5/8" RODS ACCEPTABLE FOR 4" LINES THRUST, 90' BEND WITH THRUST BLOCK BLOCK TAPPING TEE & VALVE, OR INSTALL VALVE AT CITY OF BOZEMAN REQUIREMENTS FOR INSTALLATION OF REDUCED PRESSURE BACKFLOW PREVENTION ASSEMBLY PROPERTY LINE (TYPICAL FOR ALL RISER 1. The FIRST fitting inside of the building shall be a UL listed flanged CONFIGURATIONS. Kennedy or Mueller OS&Y valve the some size as the fire service line. 2. All Reduced Pressure Backflow Prevention Assemblies shall be: ! a. UL or FM listed. PROVIDE FLEXIBLE, b. Approved by the University of Southern California Foundation for Cross Connection Control and Hydraulic Research (USCFCCCHR) for WATER—TIGHT CONNJECTION operation in the proposed position (vertical or horizontal) as shown on approved plans. FOR ALL WALL OR c. Installed as shown on the approved plans. PIPE PENETRATIONS 3., A flow detection device shall be installed immediately following the Reduced pressure Bock(low Prevention Assembly (alarm check valve, flow sensor,Glorm mete; ete. as shown on the approved plans. Paddle—type flaw ((arms not permitted n dry systems. 1' MIN., 2FINISHED FFLOOR 4. Horizontal installations must be a minimum of 2' above the finished •� f floor. 6 5. The fire service riser must be a minimum of 2' from any outside wall, o and a minimum of 1' from any interior wall. MECHANICAL JOINT P. The incoming fire service line shall be a minimum of 6.5', and a max— imum of 7.5' below the finished grade. 10' MAX.' ( 7. All fire service line appurtenances shall have a minimum pressure _ rating of 175 PSI. 8. All fire service lines 4" and larger shall be Class 51 Ductile Iron Pipe. 90' BEND WITH • 9. Line sizing: The Reduced Pressure Bockflow Prevention Assembly shall be THRUST BLOCK equal in size to both the incoming pipe diameter (upstream) and outgoing pipe diameter (downstream). 10. A drain is required. J PER NPPA-24 FIG A.10.6.3.1 1' MIN., 2' MAX; COATED STEEL 2 MIN., 3' MAX CLEARANCE WALL.;PLATE ABOVE FINISHED FLOOR 5/iB-MrN TitK:KLiESS r` STANDARD FIRE SERVICE CITY OF BOZEMAN SCALE: LINE INSTALLATION NO. 02660-14 STANDARD DRAWING NONE Dec 2003 FOR CLASS IV & V SYSTEMS REV:; APR IC 2013 FL NEAREST FOUNDATION WALL TO CURB STOP 'CURE STOP AND BOX :r SEE DETAILS �.. A & B BELOW WATER MAIN 6.5' MIN. COVER,_., _ 'i �S WATER SERVICE LINE STUB (SEE C.O.B. STANDARD WATER SERVICE UNE--� DRAWING 02660-6) INSTALLED BY CUSTOMER (SERVICE APPLICATION & PLUMBING PERMIT REQUIRED) NOTE: METER SIZED SAME AS INCOMING LINE-NO EXCEPTIONS. FOUNDATION BACKFLOW PREVENTION ASSEMBLY 1'MIN,/2' MAX WALL' (AS REQUIRED) SERVICE LINE: 'A ANGLE STOP BACKFLOW PREVENTION �- MI '/2! MAX TO DOMESTIC �METERw ASSEMBLY (AS REQUIRED) FIXTURE S NOATION.:.r .T' TO DOMESTIC WALL : . FIXTURES l ff t SHUWTNOFF E+M D OWNSYREAM' SHUTOFF �+ 2' MAX 'MEMR4 1 MIN. ANGLE STOP OR STRAIGHT STOP *METER SAME SIZE AS INCOMING LINE-NO EXCEPTIONS, METER MUST CONECDICTTO ANGLE OR STRAIGHT STOP AND QU�2kE2DOUING DEVICE � � SERVICES ONLY) **bdwPISTREAM SHUT OFF VALVE MUST DETAIL R BE SEPARATE FROM BACKFLOW DEVICE TYPICAL FLOOR PENETRATION (N.T.S.) TYPICAL WALL DETAIL (CRAWL SPACE) PENETRATION.(N.T.S.) QUIREMENTS: 1. WATER SERVICE LINE INSTALLATIONS SHALL CONFORM TO THE REQUIREMENTS OF THE CITY OF BOZEMAN WATER SUPERINTENDANT. 2. SERVICE LINES SHALL BE TYPE K COPPER FOR 3/4% 1", 1 1/2% AND 2' SERVICES, SEE STANDARD DRAWING NO, 02660-12 FOR 4" AND LARGER DOMESTIC SERVICE LINES. SERVICE LINES BETWEEN 2' AND 4' ARE NOT ALLOWED. 3, STRAIGHT COPPER TUBING SHALL BE USED FOR 1 1/2' AND 2' SERVICES, 4. SERVICE LINES SHALL BE BEDDED Y UNDER AND OVER THE PIPE WITH SAND. NATIVE MATERIAL MAY BE USED AS BEDDING IF IT CONFORMS TO THE REQUIREMENTS OF MONTANA PUBLIC WORKS STANDARD DRAWING 02221-2 AND DOES NOT CONTAIN ANY MATERIAL LARGER THAN 3/4'. 5. PROVIDE FLEXIBLE, WATER TIGHT CONNECTION FOR ALL WALL OR FLOOR PIPE PENETRATIONS. 6. METERS SHALL BE INSTALLED BY THE CITY WATER DEPARTMENT AT CUSTOMERS' EXPENSE. 7. NO SERVICE LINE SHALL BE BACKFILLED UNTIL IT HAS BEEN INSPECTED AND APPROVED BY THE WATER DEPARTMENT. 8. CONTACT CITY OF BOZEMAN WATER DEPARTMENT FOR APPROVED LIST OF COPPER CONNECTIONS. 9. WATER SERVICE LINE MAY BE REDUCED TO A SMALLER SIZE THAN THE WATER SERVICE STUB, REDUCTION MUST BE MADE WITHIN 1 " OF CURB STOP; 10. METER, BACKFLOW PROTECTION, AND INCOMING SERVICE LINE MUST ALL BE THE SAME SIZE, WATER SERVICE LINE CITY OF BOZEMAN SCALE: FROM CURB STOP TO BUILDING NO. 02660-15 STANDARD DRAWING NONE Dec. 2003 LINES 2" AND SMALLER __ .. ( ) Rey;__Agril 2006_ I I 60, R.O.W. N 19, (TYP.) 0 o 19, WATER r 30' ( .) SEWER h _ �e a a � k y 0 o. o w w PROPERTY . LINE 1. WATER MAINS LOCATED 19' FROM THE NORTH OR WEST RIGHT—OF—WAY PROPERTY LINE FOR STREETS 35' IN WIDTH OR GREATER. WATER MAINS LOCATED 5.5' WEST OR NORTH OF STREET CENTERLINE FOR STREETS LESS THAN 35' IN WIDTH (BACK OF CURB—BACK OF CURB) 2. WATER SERVICE STUB LOCATED AT CENTER OF LOT; SEE C.O.B. STANDARD DRAWING NO. 02660-6 FOR DETAILS. 3. WATER MAIN VALVES LOCATED AT PROPERTY LINE. 4. SEWER MAINS LOCATED ON STREET CENTERLINE FOR STREETS 35' IN WIDTH OR GREATER. SEWER MAINS LOCATED 5.5' EAST OR SOUTH OF STREET CENTERLINE FOR STREETS LESS THAN 35' IN WIDTH 5. SEWER SERVICE STUB LOCATED 15' UPSTREAM FROM DOWNSTREAM PROPERTY LINE. 6. WATER & SEWER MAIN CROSSING; SEE M.P.W. STANDARD DRAWING NO. 02660-2 FOR DETAILS. 7. HYDRANTS LOCATED 5' FROM VALVE OR ON PROPERTY LINES EXTENDED FOR MID—BLOCK LOCATIONS. CITY OF BOZEMAN SCALE: WATER & SEWER MAIN AND NO. 02660- 16 STANDARD DRAWING NONE SERVICES LOCATION Dec. 2003 STANDARDS -- FINISHED WALLS FINISHED WALLS DOWNSTREAM SHUTOFF v DOWNSTREAM BACKFLOW DEVICE Z SHUTOFF BACKFLOW DEVICE METER ��--_ ANGLE STOP `° METER . -�j• ANGLE STOP 12" MIN CLEAR 6" MIN CLEAR 3/4" AND. 1 00P_PER SERVICES. 1 Z " .AND 2" COPPER SERVICES PLAN VIEW PLAN VIEW FINISHED WALL FINISHED WALL Q W U J U Z Z_ cV ANGLE STOP � �ANGLE STOP FINISHED FINISHED 1' MIN FLOOR 1' MIN FLOOR MAX 2'2' MAXX S.ERVICE PIPE SERVICE PIPE 3/4" AND 1" COPPER SERVICES 1 1/2" AND 2" CQ. PER SERVICES PROFILE VIEW PROFILE VIEW NOTE: PROVIDE FLEXIBLE, WATER-TIGHT SEAL FOR ALL FLOOR PENETRATIONS CITY OF BOZEMAN SCALE: WATER SERVICE NO. 02660-17 STANDARD DRAWING NONE INTERIOR CLEARANCES APRIL 2005 INLET CASTING NEENAH R-3067—L, 4" MINIMUM, EJIW 7030, OR 7" MAXIMUM DEETER 2047L, OR OPENING D & L 1-3517 L5/8" SMOOTH ROD CENTERED IN OPENING (EXCEPT FOR EJIW 7030) FLAT TOP 6" A". 24" SQUARE °. OPENING a 36" R.C.P. �, —---- - ASTM C-76 e CLASS 2 a y� O a• W BLOCK OUT FOR w INLET PIPE 'a a. 4 IMP - '+ 6" PRECAST BASE 44" O.D. CITY OF BOZEMAN SCALE: 36" STANDARD NO. 02720-1 STANDARD DRAWING NONE STORM DRAIN INLET Dec. 2003 Rev. March 2006 -- 5' INLET CASTING NEENAH R-3067—L, DEEWTER 247 0d0L OR D & L 1-3517 TRANSITION CURB & GUTTER TO MATCH INLET CASTING: (TYPICAL FOf2 ALL INLETS) ep° PRECAST CONCRETE, M-3000 OR C-3000 VARIABLE (3' MIN.) 3'-0" NO. 4 BARS AT 12" CENTERS i. w ? MAX., SPACED EQUALLY a+ a fi (TYP.) FRONT VIEW 4" MINIMUM, 7" MAXIMUM OPENING 5/8" SMOOTH ROD CENTERED IN OPENING (EXCEPT FOR EJIW 7030) 1" MAX OFFSET ALLOWED FOR CASTING BACK PIECE ADJUSTMENT f VARIABLE • 2'-0" .,Ir. 1 r ;�.. CURB AND GUTTER TO BE WARPED 9„ TO MATCH INLET. DESIGNERS WILL PROVIDE ADDITIONAL ,:. BLOCK OUT FOR �� + # a.F _ DESIGN DETAILS TO FIT SPECIFIC OUTLET PIPE CONDITIONS. 12" RCP (Typ.) I SIDE VIEW CITY OF BOZEMAN SCALE: STANDARD SQUARE NO. 02720-1A STANDARD DRAWING NONE STORM DRAIN INLET Dec. 2003 Rev MAR 2006 4" MINIMUM, 7" MAXIMUM OPENING 5/8" DIA SMOOTH INLET CASTING NG ROD' ENTERED IN OPEN NEENAH R-3067—L, (EXCEPT FOR EJ1W 7030 EJIW 7030, 6" FLAT a DEETER 2047L, OR SLAB COVER D & L 1-3517 1.24 OPENING 4' DIA. PRECAST REINFORCED CONCRETE MANHOLE AND BASE, AS PER STANDARD DRAWING NO. 02720-4 4,_01, 9" MIN, ONE EXTRA BAR IN BOTTOM (ALL SIDES) 7- 24" -FLAT SLAB COVER REINFORCEMENT AS PER - -36 -- STANDARD DRAWING 02720-6 CITY OF BOZEMAN SCALE: COMBINATION MANHOLE AND NO. 02720-1 B STANDARD DRAWING NONE CURB INLET DEC.2003 REV: MAR. 2006 NEENAH NO. R-2533 OR APPROVED EQUAL WITH TYPE C GRATE. PLAN - ��gym). ff 22M f: (55.9cin}. �I 1' 1/2"(3.Scm) 9"(22.9crei 2 1 2" 2�2`(5cfn} ADJUSTING 20" RINGS FOR FUTURE GRADE ADJUSTMENT t - 24"(61cm) R.C.P. CLASS II WALL B (ASTM C-76) '°10%25,4tM} MINIMUM DIA. TRaI PIPE f9C:MIN, SLOPL -�- r�---~--_. 6" MIN. 12" MAX. SEDIMENTATION k. 3" MIN. BASIN 6" MIN. —- ASE OPTION, MAY BE FIELD POURED. SECTION NOTE: + STANDARD, EXCEPT AS FOR INSTALLATION IN GRAVEL OTHERWISE NOTED ON THE ALLEYS PIPE INVERT MUST BE PLAN — PROFILE SHEET. 6" MIN. ABOVE BASE. SHELF ON BASE NOT REQUIRED. 2/2000 MONTANA PUBLIC WORKS SCALE: „ STANDARD DRAWING 24 STANDARD RISER INLET N0. 02720-2 STANDARD SPECIFICATIONS NONE Frame and cover to be either D&L A-1172 ring with A-1178 cover, EJIW 3771/ 3772 series, or approved equal. �7... Covers shall have two 1" pick holes. Adjustable rings, NOTE: All joints between manhole sections, manhole ring & 2" min., 12" max, top section, and around sewer pipe into manhole shall be watertight. Jointing material shall be "Ram—Nek" or equal s ;. for all joints except between sewer pipe and manhole wall, Precast reinforced concrete manhole riser and eccentric cone top manufactured in Mahole steps at accordance with ASTM designation C-478. 16" centers '.r Pout invert to springline of pipe if gap between pipe and channel is i greater than 1/8". Pre—cost channel j _• flowline ;Y Top of pipe may .; f ;.� not extend post inside wall of Variable 4'-0 i manhole. If necessary top o o Shelf—slope 1" per foo.,'. half of pipe may E a a - toward channel. See `. a be trimmed off N o a channel detail. r. Flexible asketed joint (typical 9 1 (YP smooth. for precast bases — see detail) A Channel = dia, of pipe Precast or poured—in—place base. #4 bars — 1'-0" c—c Poured—in—place base, minimum concrete thickness below pipe is 5'-4" dia. - 8 inches. Precast base, minimum (min.) thickness is 6 inches. All bases reinforced as shown. Radius of manhole Slope,at 1" per foot Channel to full pipe.depth NOTE: Storm drain manholes shall not hove formed channels and the Dia. of _ lowest pipe invert shall be 9" higher sewer than bottom of manhole. pipe .•:.,': SECTION A—A CITY OF BOZEMAN SCALE: SANITARY SEWER AND N0, 02720-3 STANDARD DRAWING NONE STORM DRAIN MANHOLE DEC. 2003 Rev. FE6 2013 Standard costing & cover. Frame and cover to be either D & L A-1172 ring with A-1178 Cover, EJIW 3371/ 3772 series, or approved equal. Covers shall have two 1 pick holes. Flat slab cover Adjustable rings, 2" min., 12" Max. ` NOTE: All joints between manhole sections, manhole ring & top section, and around . : sewer pipe into manhole shall be water- 24" or tight. Jointing material shall be "Ram ,. or equal for all joints except between 27" Opening sewer pipe and manhole wall. M ' N M 6, N Manhole steps at c 16" centers .. Precast reinforced concrete manhole riser 0 u a and cover manufactured in accordance with ASTM designation C-478. • a o , c c d o 0 a 4�U As required O � M 0 i 0' o -Cutouts as required E V O A' � O N ++ a U . +a ,4 A Channel = did, of pipe A Precast or poured—in—place base. Poured—in—place base, minimum Radius of concrete thickness below pipe is manhole 8 inches. Precast base, minimum slope at t•par foot, channel to foil `• thickness is 6 inches. p4" depth. ,.. NOTE: Storm drain manholes shall Dio. of sewer pipe not have formed channels and the aF.• ." lowest pipe invert shall be 9„ higher than bottom of manhole. SECTION A-A CITY OF BOZEMAN SCALE: STANDARD STRAIGHT NO. 02720-4 STANDARD DRAWING NONE MANHOLE DEC. 2003 REV: MAR__2006 On I REINFORCING (i5cm) A A �♦ '�J: A. A A A 1 , SIZE O.D. REIN. WT. 48" 64" #408" 1675# EACH WAY ( (122cm) (163cm) (#4020cm) (760kg) 54" 71" #408" 4125# EACH WAY (137cm) (180cm) (#4020cm) (1870kg) 60" 78" #C408" 4975# ACH WAY (152cm) (198cm) (#4020cm) (2260kg) ( 72" 92" 6925# CH WAY (183cm) (234cm) (#4015cm) (3140kg) ( REVISED: 12/27/95 MONTANA PUBLIC WORKS SCALE: PRECAST MANHOLE BASES STANDARD DRAWNG STANDARD SPECIFICATIONS NONE 48", 54", 60", 72" NO. 02720-6 SHELF CHANNEL SHELF SHELF a ° SHELF:' A 1 SHELF CHANNEL CHANN.(l. SHELF f .qy SHELF C� NOTES: 1. SLOPE ALL SHELVES TO CHANNEL AT 1* PER FOOT(8am per meta). 2. SEE PLAN-PROFILE SHEETS FOR SLOPE OF CHANNEL REVISED: 12/27/95 MONTANA PUBLIC WORKS SCALE: TYPICAL MANHOLE STANDARD DRAWING STANDARD SPECIFICATIONS NONE CHANNEL DETAILS NO. 02720-7 1 ( t STEEL POST AT END OF SERVICE = a PROPERTY VARIES `vN - l x. � ( !>'7 W---l'-0,0MPA0TED BACKF1LL (SEE SPECS.) n2'X2"(5cm X 5cm) /( WOOD MARKER 4 I 45`ELBOW SL(OP�E-2�SMIN CUMUNE MIN. IF REO. ( ( IN LINE TEE FlTTING FOR NEW PLUG INSTALLATIONS. I INSERT-A-TEE, OR AS APPROVED BY ENGINEER, FOR EXISTING INSTALLATIONS ( f s ST01W SEWER MAIN STORM DRAIN SERVICE LINE (PRIVATE PROPERTY CONNECTION) i RENSED: 2/17/2000 MONTANA PUBLIC WORKS SCALE: STANDARD DRAWING STANDARD SPECIFICATIONS NONE STORM DRAIN SERVICE LINE NO. 02720--10 HINGE DETAIL 3" x 3" x 1/2' ANGLE IRON 1" DIA. STEEL BOLTS WELD PIPE TO FLAT IRON 3" DIA. STEEL PIPE RCP (SIZE VARIES) #5 REBAR OR SMOOTH BAR PIPE HINGE SIZE VARIES (SEE DETAIL) 4" MAX, SPACING BETWEEN BARS PLAN VIEW NOTE: RACK TO BE PAINTED ALUMINUM COLOR 4" x 1/4" FLAT IRON, ALL BARS WELDED TO 3" x 3" x 1/4" ANGLE IRON WELDED TO EACH BAR 3" x 1/4" FIAT IRON WELDED TO EACH BAR BOTTOM OF RACK NOT FIXED TO INVERT .: SECTION VIEW CITY OF BOZEMAN SCALE: STORM DRAIN NO. 02720-1 1 STANDARD DRAWING NONE DEBRIS RACK DEC. 2003 I f L C K d 1D00 15.0 _ 39 15000 900 38 800 10.0 10000 - 33 9.0 700 8.0 7.0 5000 27 600 8'0 - 4000 24 5.0 3000 500 4.0 21 2000 3.0 z - 18 400 1000 15 2.0 300 500 12 400 250 1.0 300 0.9 = - 10 0.8 200 0.7 200 0.8 8 0.5 100 0.4 15050 0.3 40 30 0.2 - d 1100 20 4 f The nomograph shown on this page may be used to compute the specification time even If several different pipe diamatora are Includod In one test. Draw a straight the connecting the diameter on the 'd" scale with the corresponding length of pipe of that diameter under test on the 'L' scale. Each line will cross the 'K' and "C' scales, The.corraoponding valued of "!(' and "C" for each diameter - length combination under test ore read and recorded. All the a values are totaled, as are the 'C' values. Total "K governs If the total of 'C" Is less than 1.0 In which case, total 'K' value equals the time In seconds that the pipeline under test should take before the pressure falls from 3.5 to 15 pslg. If total "C" is greater than 1.0, total "K" Is divided by total "C" to obtain the specification time In seconds. t t103E• This nomograph le applicable to pipe test section lengthe within the limits specified In Section 02722.3.3,3.2 of the speclflcatlons. For test lengths beyond the specified limits, refer to spadficat(ons for t additional Information. ( REVISED: 12/27/95 MONTANA PUBLIC WORKS SCALE: NOMOGRAPH FOR AIR TESTING STANDARD DRAWNG STANDARD SPECIFICATIONS NONE GRAVITY SEWER MAINS NO. 02730-1 GREEN STEEL POST AT END OF SERVICE PROPERTY LINE OR EASEMENT LINE 5 1/2' BOULEVARD (TYP.) 4' STREET SURFACE 5' SIDEWALK GROUND SURFACE (TYP.) , 2Z? 1 2.5.. �'�'• - COMPACTED BACKFILL (nP•) (SEE SPECS.) 11.5' 8' (TYP.) (TYPICAL EXCEPT IN SPECIAL CIRCUMSTANCES WHERE CITY HAS APPROVED ALTERNATE LOCATIONS) 2" X 2" WOOD SERVICE LINE. SLOPE = 1/4" MARKER 45' ELBOW PER FOOT MIN., 1/2" PER FOOT MAX. SEWER MAIN V IN LINE WYE FITTING FOR PLUG NEW INSTALLATIONS. SADDLE FITTINGS ALLOWED FOR EXISTING INSTALLATIONS ONLY UPON APPROVAL OF CITY OF BOZEMAN SEWER DEPARTMENT. SERVICE INVERT NO LOWER THAN SPRING LINE OF SEWER MAIN FOR WYE FITTINGS. CITY OF BOZEMAN SCALE: SANITARY SEWER NO. 02730-2 STANDARD DRAWING NONE SERVICE LINE DEC. 2003 GREEN STEEL POST AT END OF SERVICE PROPERTY LINE OR EASEMENT LINE 5 1/2' BOULEVARD (TYP.) 4 STREET SURFACE 5' SIDEWALK GROUND SURFACE (TYP.) COMPACTED BACKFILL (TYP.) (SEE SPECS.) �. (TYP.) (TYPICAL EXCEPT IN SPECIAL CIRCUMSTANCES WHERE CITY HAS — APPROVED ALTERNATE LOCATIONS) 2" X 2" WOOD MARKER ` Zak - SERVICE LINE. SLOPE = 1/4" PER FOOT MIN., 1/2" PER FOOT MAX. PLUG 45' ELBOW--i �7 45' BEND DUCTILE IRON 'J/?1777J7tIll.- fr,.;� -x►xrrr �J..-' -- SEWER FITTINGS. j77777_. �.LCf�JTl.(7�1° r7' 1:tr�rr^i� SDR 26 PVC PIPE ' iglu NOTES. .SEWER MAIN 1. THIS INSTALLATION MAY BE USED IF DEPTH OF COVER AT STUB END WILL EXCEED 6.5' WITH STANDARD INSTALLATION (PER STANDARD DRAWING 02730-2) 2. MIN. DEPTH OF COVER SHALL BE 5' AT END OF SERVICE STUB. ENGINEER SHALL BE RESPONSIBLE FOR DETERMINING REQUIRED ELEVATION OF STUB. 3. DUCTILE IRON FITTINGS SHALL BE HARCO GASKET X GASKET OR APPROVED EQUAL. CITY OF BOZEMAN SCALE: DEEP SANITARY SEWER NO. 02730-3 STANDARD DRAWING NONE SERVICE LINE OCT. 2014 -.. 1/4" BELOW TOP OF NEW PAVEMENT SURFACE HEAVY DUN MONUMENT BOX, SIMILAR TO CAIRD ENG. NO. 50608-1 STREET PAVING & GRAVEL AS REQUIRED SEAL JOINT WITH RAM—NEK v ' , 8" X 3' ROUND CONCRETE SLAB A SLIP HUB TO FROST THREADED ADAPTOR - EXPANSION SLEEVE THREADED PLUG - CLEANOUT PIPE, 8" PVC Np1SNRINK BA V'FILL 3' — 0" MIN. �,e � -#'/$' BEND. END OF TRENCH 'a 5. y • y E♦ fir° tt�4 j � .4 ..1 Y. • r yd i A i': ' y t v. 4 t• Y .,° . . ,< ` 8" PVC At END OF LINE QIEANOUT IF REQUIRED USE PLUG CITY OF BOZEMAN SCALE: SANITARY SEWER NO. 02730-4 STANDARD DRAWING NONE CLEANOUT DEC. 2003 Standard casting & cover Frame and cover to be either D & L A-1172 ring with A-1178 cover, EJIW 3771/ 3772 series, or approved equal. Covers shall have two 1" pick holes. Flat slab cover Adjustable rings, 2" min., 12" max. NOTE: All joints between manhole sections, 24" manhole ring and top section, and around Opening sewer pipe into manhole shall be watertight. n Jointing material shall be "Ram—Nek" or a equal for oil joints except between sewer `r' pipe and manhole wall. cV N N Manhole steps at S o16" centers Precast reinforced concrete manhole riser IL and cover manufactured in accordance N with ASTM designation C-478. r o . As required (60" min.) � U .a v Flexible gasketed joint > Gasketed Tee ON c C O N E B B: _. ' N _J N i d m Q O Pipe restraint (typ.) U a> W A Gasketed 90' elbow cost into base Channel dips, of pip ,.A Precast or poured—in—place base. Poured—in—place base, minimum concrete thickness below pipe is 8 inches. Precast base, minimum thickness is 6 inches. Stainless steel Radius of �I all—thread rod, manhole I 1/2" f6 Slope at 'I" per foot. Channel to full . Sewer pipe -- pipe depth. Manhole wall - 4 'f Epoxy grout rods Dia. of s wer pipe '- Stainless steel 3" into wall pipe clamp SECTION A—A SECTION B—B CITY OF BOZEMAN SCALE: STANDARD DROP NO. 02730-5 STANDARD DRAWING NONE MANHOLE DEC. 2003 Rev. March 2006 FLAT BLADE STREET NAME REGULATORY SIGN BLANK AS PER SIGN BLANKS SEE SECTION MUTCD STANDARDS, SIZE AS MOUNTED BACK TO SEES 2,2 FOR SPECIFIED ON PLANS BACK ON POST SIGN SIZES 2' MIN. 2" MIN. 0' 2" PREFORATED 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 " PREFORATED SQUARE TUBE POST (14 GAUGE) 0 FASTEN POST TO SLEEVE WITH 5As" CORNER BOLT o (A325) 1 Yz" ABOVE FINISH GRAGE. INSERT BOLT FINISH GRADE 2' o HEAD FROM OPPOSITE SIDE OF EXPECTED IMPACT, INSERT DRIVE RIVET INTO OPPOSITE SIDE. 4" 2 Y4" X 30" 12 GAUGE NON—PREFORATED SQUARE TUBE SIGN POST SLEEVE (TELSPAR "QUIK PUNCH" OR APPROVED EQUAL) ALL SLEEVES AND SIGN 24" POSTS SHALL BE INSTALLED °;;y..E ?� INSERT SIGN POST 18" INTO SLEEVE PLUMB. a r ' _ M-4000 CONCRETE ANCHOR R SIGN POST FOUNDATION DETAIL: CITY OF BOZEMAN SCALE: SIGN INSTALLATION NO. 09810-1 STANDARD DRAWING NONE STANDARDS AUG. 1994 Revised 6/2002 18" DIAMOND BLACK PANEL WITH 9 RED REFLECTORS, 3" MIN. SIZE — NUMBER OF 24 PANELS REQUIRED BY THE DIRECTOR OF PUBLIC SERVICE ROADWAY • • 24" 2" PERFORATED SQUARE TUBE POST (TELSPAR OR APPROVED EQUAL) 48" MIN, r' ROADWAY GRADE .y SIGN POST FOUNDATION AS PER STANDARD DRAWING 09810-1 60" TYP, SIGN BLANKS SHALL BE CONSTRUCTION GRADE ALUMINUM, 0.08 INCH THICK, WITH ENGINEER GRADE REFLECTIVE SHEETING CITY OF BOZEMAN SCALE: DEAD END BARRICADE NO. 09810-2 STANDARD DRAWING NONE DETAIL AUG. 1994 Revised 6/2002 CROSSWALK � STREET 9'TYP, MARKER SIGN 5' 2' MIN CLEARANCE FROM FACE OF CURB TO EDGE OF SIGN CITY OF BOZEMAN SCALE: TYPICAL STREET No. 09810-4 STANDARD DRAWING NONE MARKER SIGN Sept. 2002 LOCATION PREVAILING WAGE RATES MO T N PREVAILING WAGE RATES FOR HIGHWAY CONSTRUCTION SERVICES 2017 Effective: January 7, 2017 Steve Bullock, Governor State of Montana Pam Bucy, Commissioner Department of Labor and Industry To obtain copies of prevailing wage rate schedules, or for information relating to public works projects and payment of prevailing wage rates, visit ERD at www.mtwagehourbopa.com or contact: Employment Relations Division Montana Department of Labor and Industry P. O. Box 201503 Helena, MT 59620-1503 Phone 406-444-5600 TDD 406-444-5549 The Labor Standards Bureau welcomes questions, comments, and suggestions from the public. In addition,we'll do our best to provide information in an accessible format, upon request, in compliance with the Americans with Disabilities Act. MONTANA PREVAILING WAGE REQUIREMENTS The Commissioner of the Department of Labor and Industry, in accordance with Sections 18-2-401 and 18-2-402 of the Montana Code Annotated (MCA), 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 Section 18-2-401, et seq., MCA. It is required that each employer pay(as a minimum)the rate of wages, including fringe benefits, travel allowance, zone pay and per diem applicable to the district in which the work is being performed as provided in the attached wage determinations. All Montana Prevailing Wage Rates are available on the internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at(406)444-5600 or TDD (406)444-5549. In addition, this publication provides general information concerning compliance with Montana's Prevailing Wage Law and the payment of prevailing wages. For detailed compliance information relating to public works contracts and payment of prevailing wage rates, please consult the regulations on the internet at www.mtwagehourbopa.com or contact the Labor Standards Bureau at(406)444-5600 or TDD (406)444-5549. PAM BUCY Commissioner Department of Labor and Industry State of Montana TABLE OF CONTENTS MONTANA PREVAILING WAGE REQUIREMENTS: A. Date of Publication ............................................................................................................................... B. Definition of Highway Construction ............................................................................................................. 3 C. Definition of Public Works Contract .......................................................................................................... 3 D. Prevailing Wage Schedule ..................................................................................................................... E. Rates to Use for Projects ........................................................................................................................ F. Wage Rate Adjustments for Multiyear Contracts .......................................................................................... 3 G. Fringe Benefits ..................................................................................................................................... H. Dispatch City ........................................................................................................................................ I. Zone Pay ............................................................................................................................................ J. Computing Travel Benefits ..................................................................................................................... 4 K. Per Diem ............................................................................................................................................ L. Apprentices ......................................................................................................................................... M. Posting Notice of Prevailing Wages .......................................................................................................... N. Employment Preference ...............................................................................................I....................... 5 O. Projects of a Mixed Nature ............................................................................................................................................ 5 P. Occupations Definitions Website .................................................................................................................................... 5 Q. Welder Rates ........................................................................................................................I............ R. Foreman Rates ................................................................................................................................ 5 WAGE RATES: BRICK, BLOCK,AND STONE MASONS ........................................................................................................... 6 CARPENTERS ............................................................................................................................................ CEMENT MASONS AND CONCRETE FINISHERS ............................................................................................ 6 CONSTRUCTION EQUIPMENT OPERATORS OPERATORSGROUP 1 .................................................................................................I........................... OPERATORSGROUP 2 ....................................................................................................................I....... OPERATORSGROUP 3 ..............................................................................................I............................. OPERATORSGROUP 4 .....................................................................................................................I...... OPERATORSGROUP 5 ..............................................................................................I.......................... OPERATORSGROUP 6 ............................................................................................................................ OPERATORSGROUP 7 ............................................................................................................................ 8 CONSTRUCTION LABORERS LABORERSGROUP 1 ............................................................................................................................ LABORERSGROUP 2 ............................................................................................................................ 9 LABORERSGROUP 3 ............................................................................................................................ LABORERS GROUP 4 ..................................................................................................................... 10 0 DIVERS ..........................................................................................................................I......................... DIVERTENDERS ........................................................................................................................................ 0 ELECTRICIANS .......................................................................................................................................... 1 IRONWORKERS-STRUCTURAL STEEL AND REBAR PLACERS ...................................................................... 11 LINE CONSTRUCTION EQUIPMENTOPERATOR .......................................................................................................................... 11 GROUNDMAN ......................................................................................................................................... 11 11 LINEMAN ................................................................................................................................................. MILLWRIGHTS ............................................................................................................................................ 2 PAINTERS ................................................................................................................................................ 2 PILEBUCKS ............................................................................................................................................... 12 12 TEAMSTERS GROUP 1(Pilot Car Drivers) .......................................................................................................... TEAMSTERSGROUP 2 (Truck Drivers) .............................................................................................................. 13 2 A.Date of Publication January 7,2017 B.Definition of Highway Construction The Administrative Rules of Montana(ARM), 24.17.501(3)—(3)(a), states "Highway construction projects include, but are not limited to, the construction, alteration, or repair of roads, streets, highways, runways, taxiways, alleys, trails, paths, and parking areas, bridges constructed or•repaired in conjunction with highway work, and other similar projects not incidental to building construction or heavy construction. Highway construction projects include, but are not limited to, alleys, base courses, bituminous treatments, bridle paths, concrete pavement, curbs, excavation and embankment(for road construction), fencing(highway), grade grossing elimination (overpasses or underpasses), guard rails on highways, highway signs, highway bridges(overpasses, underpasses, grade separation), medians,parking lots,parkways, resurfacing streets and highways, roadbeds, roadways, runways, shoulders, stabilizing courses, storm sewers incidental to road construction, street paving, surface courses, taxiways, and trails. " C.Definition of Public Works Contract Section 18-2-401(11)(a),MCA defines"public works contract" as "...a contract,for construction services let by the state, county, municipality, school district, or political subdivision or for nonconstruction services let by the state, count), municipalio), or political subdivision in which the total cost of the contract is in excess of$25,000... ... D. Prevailing Wage Schedule This publication covers only Highway 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,Heavy Construction and Nonconstruction Services occupations can be found on the internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at(406)444-5600 or TDD (406)444-5549. E.Rates to Use for Projects ARM,24.17.127(1)(c), states "The wage rates applicable to a particular public works project are those in effect at the time the bid specifications are advertised." F.Wage Rate Adjustments for Multiyear Contracts Section 18-2-417, MCA states: "(1)Any public works contract that by the terns of the original contract calls for more than 30 months to fully per form must include a provision to adjust, as provided in subsection (2), the standard prevailing rate of wages to be paid to the workers performing the contract. (2) The standard prevailing rate of wages paid to workers under a contract subject to this section must be adjusted 12 months after the date of the award oj'the public works contract. The amount of the adjustment must be a 3%increase. The adjustment must be made and applied every 12 months,for the term of the contract. (3)Any increase in the standard rate of'prevailing wages for workers under this section is the sole responsibility of the contractor and any subcontractors and not the contracting agency. " 3 G.Fringe Benefits Section 18-2-412,MCA states: "(1) To fulfill the obligation...a contractor or subcontractor may: (a)pay the amount offringe benefits and the basic hourly rate ofpay that is part of the standard prevailing rate of wages directly to the worker or employee in cash; (b) make an irrevocable contribution to a trustee or a third person pursuant to a f tinge benef t fund,plan, or program that meets the requirements of the Employee Retirement Income Security Act of 1974 or that is a bona fide programm approved by the U. S. department of labor; or (c)make payments using any combination of methods set forth in subsections (1)(r) 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 pefformed. (2) The fringe benefit fiend,plan, or prograin described in subsection (1)(b) must provide benefits to workers or employees for health care,pensions on retirement or death, lij' insurance, disability and siclrness insurance, or bona fide programs that meet the requirements of the Employee Retirementlncome Security Act of'1974 or that are approved by the U. S. department of labor." Fringe benefits are paid for all hours worked(straight time and overtime hours). However, fringe benefits are not to be considered a part of the hourly rate of pay for calculating overtime,unless there is a collectively bargained agreement in effect that specifies otherwise. H.Dispatch City ARM,24.17.103(11),defines dispatch city as "...the courthouse in the city from the following list which is closest to the center of the job:Billings, Bozeman, Butte, Great Falls, Helena, Kalispell, and Missoula." I. Zone Pay Zone pay is not travel pay. ARM,24.17.103(24),defines zone pay as"...an amount added to the base pay;the combined sum then becomes the new base wage rate to be paid for all hours worked on the project.Zone pay must be determined by measuring the road miles one way over the shortest practical maintained route from the dispatch city to the center of the job." See section H above for a list of dispatch cities. I Computing Travel Benefits ARM,24.17.103(22), states " 'Travel pay,'also referred to as `travel allowance,'is and must be paid.for travel both to and .from the job site, except those with special provisions listed under the classification. The rate is determined by measuring the road miles one direction over the shortest practical maintained route from the dispatch city or the employee's home, whichever is closer, to the center of the job." See section H above for a list of dispatch cities. K.Per Diem ARM,24.17.t03(18), states " Per diem'typically covers costs associated with board and lodging expenses. Per diem is paid when an employee is required to work at a location outside the daily commuting distance and is required to stay at that location overnight or longer." L.Apprentices Wage rates for apprentices registered in approved federal or state apprenticeship programs are contained in those programs. Additionally, Section 18-2-416(2),MCA states "...The full amount of any applicable f tinge 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 journey level prevailing wage rate when working on a public works contract. 4 M.Posting Notice of Prevailing Wages Section 18-2-406,MCA,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 ivork and continuing for the entire duration of the project, a legible statement of all wages and fringe benefits to be paid to the employees. " N. Employment Preference Sections 18-2-403 and 18-2-409,MCA require contractors to give preference to the employment of bona fide Montana residents in the performance of work on public works contracts. O.Projects of a Mixed Nature Section 18-2-408,MCA states: "(1) The contracting agency shall determine, based on the preponderance of labor hours to be worked, whether the public works construction services project is classified as a highway construction project., a heavy construction project, or a building construction project. (2) Once the project has been classified, employees in each trade classification who are working on that project must be paid at the rate for thatproject classification" P. Occupations Definitions You can find definitions for these occupations on the following Bureau of Labor Statistics website: htti)://wAvw,bls.gov/ocs/cuiyeiit/oes stru.htin Q.Welder Rates Welders receive the rate prescribed for the craft performing an operation to which welding is incidental. R. Foreman Rates Rates are no longer set for foremen. However,if a foreman performs journey level work,the foreman must be paid at least the journey level rate. 5 WAGE RATES BRICK, BLOCK, AND STONE MASONS Wage Benefit Travel: $26.58 $13.77 0-45 mi.free zone >45-60 mi. $25.00/day >60-90 mi. $55.00/day >90 mi. $65.00/day T Back to Table of Contents CARPENTERS Wage Benefit Zone Pay: $29.00 $11.82 0-30 mi.free zone >30-60 mi. base pay+ $4.00/hr. >60 mi. base pay+ $6.00/hr. T Back to Table of Contents CEMENT MASONS AND CONCRETE FINISHERS Wage Benefit Zone Pay: $23.87 $10.51 0-25 mi.free zone >25-50 mi. base pay+ $2.50/hr. Duties Include: >50 mi. base pay+ $3.00/hr. Smooth and finish surfaces of poured concrete, such as floors,walks, sidewalks, or curbs. Align forms for sidewalks, curbs, or gutters. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 1 Wage Benefit Zone Pay: $24.02 $9.90 0-25 mi. free zone >25-50 mi. base pay+ $2.50/hr. This group includes but is not limited to: >50 mi. base pay+ $3.00/hr. Air Compressor; Auto Fine Grader; Belt Finishing; Boring Machine (Small); Cement Silo; Crane, A-Frame Truck Crane; Crusher Conveyor; DW-10, 15, and 20 Tractor Roller; Farm Tractor; Forklift; Form Grader; Front-End Loader, under 1 cu. yd; Oiler, Heavy Duty Drills; Herman Nelson Heater; Mucking Machine; Oiler, All Except Cranes/Shovels; Pumpman. t Back to Table of Contents 6 CONSTRUCTION EQUIPMENT OPERATORS GROUP 2 Wage Benefit Zone Pay: $26.05 $9.90 0-25 mi. free zone >25-50 mi. base pay+$2.50/hr. This group includes but is not limited to: >50 mi. base pay+$3.00/hr. Air Doctor; Backhoe\Excavator\Shovel, up to and incl. 3 cu. yds; Bit Grinder; Bitunimous Paving Travel Plant; Boring Machine, Large; Broom, Self-Propelled; Concrete Travel Batcher; Concrete Float &Spreader; Concrete Bucket Dispatcher; Concrete Finish Machine; Concrete Conveyor; Distributor; Dozer, Rubber-Tired, Push, & Side Boom; Elevating Grader\Gradall; Field Equipment Serviceman; Front-End Loader, 1 cu. yd up to and incl. 5 cu. yds; Grade Setter; Heavy Duty Drills, All Types; Hoist\Tugger, All; Hydralift Forklifts &Similar; Industrial Locomotive; Motor Patrol (except finish); Mountain Skidder; Oiler, Cranes\Shovels; Pavement Breaker, EMSCO; Power Saw, Self-Propelled; Pugmill; Pumperete\Grout Machine; Punch Truck; Roller, other than Asphalt; Roller, Sheepsfoot (Self-Propelled); Roller, 25 tons and over; Ross Carrier; Rotomill, under 6 ft; Trenching Machine; Washing/Screening Plant i Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 3 Wage Benefit Zone Pay: $26.91 $9.90 0-25 mi.free zone >25-50 mi. base pay+ $2.50/hr. This group includes but is not limited to: >50 mi. base pay+ $3.00/hr. Asphalt Paving Machine; Asphalt Screed; Backhoe\Excavator\Shovel, over 3 cu. yds; Cableway Highline; Concrete Batch Plant; Concrete Curing Machine; Concrete Pump; Cranes, Creter; Cranes, Electric Overhead; Cranes, 24 tons and under; Curb Machine\Slip Form Paver; Finish Dozer; Front-End Loader, over 5 cu. yds; Mechanic\Welder; Pioneer Dozer; Roller Asphalt(Breakdown & Finish); Rotomill, over 6 ft; Scraper, Single, Twin, or Pulling Belly-Dump; YO-YO Cat. ? Back to Table of Contents 7 CONSTRUCTION EQUIPMENT OPERATORS GROUP 4 Wage Benefit Zone Pay: $27.60 $9.90 0-25 mi. free zone >25-50 mi. base pay+ $2.50/hr. This group includes but is not limited to: >50 mi. base pay+ $3.00/hr. Asphalt\Hot Plant Operator; Cranes, 25 tons up to and incl. 44 tons; Crusher Operator; Finish Motor Patrol; Finish Scraper. t Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 5 Wage Benefit Zone Pay: $28.94 $9.90 0-25 mi.free zone >25-50 mi. base pay+ $2.50/hr. This group includes but is not limited to: >50 mi. base pay+ $3.00/hr. Cranes, 45 tons up to and incl. 74 tons. t Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 6 Wage Benefit Zone Pay: $29.63 $9.90 0-25 mi. free zone >25-50 mi. base pay+ $2.50/hr. This group includes but is not limited to:Cranes, 75 >50 mi. base pay+$3.00/hr. tons up to and incl. 149 tons; Cranes,Whirley(All). t Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 7 Wage Benefit Zone Pay: $31.73 $9.90 0-25 mi.free zone >25-50 mi. base pay+ $2.50/hr. This group includes but is not limited to: >50 mi. base pay+ $3.00/hr. Cranes, 150 tons up to and incl. 250 tons; Cranes, over 250 tons—add $1.00 for every 100 tons over 250 tons; Crane, Tower(All); Crane Stiff-Leg or Derrick; Helicopter Hoist. t Back to Table of Contents 8 CONSTRUCTION LABORERS GROUP 1/FLAG PERSON FOR TRAFFIC CONTROL Wage Benefit Zone Pay: $19.30 $9.00 0-25 mi. free zone >25-50 mi. base pay+$2.50/hr. >50 mi. base pay+ $3.00/hr. ? Back to Table of Contents CONSTRUCTION LABORERS GROUP 2 Wage Benefit Zone Pay: $23.60 $8.05 0-25 mi. free zone >25-50 mi. base pay+$2.50/hr. This group includes but is not limited to: >50 mi. base pay+$3.00/hr. General Labor; Asbestos Removal; Burning Bar; Bucket Man; Carpenter Tender; Caisson Worker; Cement Mason Tender; Cement Handler(dry); Chuck Tender; Choker Setter; Concrete Worker; Curb Machine-lay Down; Crusher and Batch Worker; Heater Tender; Fence Erector; Landscape Laborer; Landscaper; Lawn Sprinkler Installer; Pipe Wrapper; Pot Tender; Powderman Tender; Rail and Truck Loaders and Unloaders; Riprapper; Sign Erection; Guardrail and Jersey Rail; Spike Driver; Stake Jumper; Signalman; Tail Hoseman; Tool Checker and Houseman and Traffic Control Worker. Back to Table of Contents CONSTRUCTION LABORERS GROUP 3 Wage Benefit Zone Pay: $22.19 $8.05 0-25 mi. free zone >25-50 mi, base pay+$2.50/hr. This group includes but is not limited to: >50 mi. base pay+ $3.00/hr. Concrete Vibrator; Dumpman (Grademan); Equipment Handler; Geotextile and Liners; High-Pressure Nozzleman; Jackhammer(Pavement Breaker) Non- Riding Rollers; Pipelayer; Posthole Digger(Power); Power Driven Wheelbarrow; Rigger; Sandblaster; Sod Cutter-Power and Tamper. Back to Table of Contents 9 CONSTRUCTION LABORERS GROUP 4 Wage Benefit Zone Pay: $23.18 $8.05 0-25 mi. free zone >25-50 mi. base pay+$2.50/hr. This group includes but is not limited to: >50 mi. base pay+ $3.00/hr. Hod Carrier'; Water Well Laborer; Blaster; Wagon Driller; Asphalt Raker; Cutting Torch; Grade Setter; ***Hod Carriers will receive the same amount of travel High-Scaler; Power Saws (Faller & Concrete) and/or subsistence pay as bricklayers when requested to Powderman; Rock & Core Drill; Track or Truck Mounted travel. Wagon Drill and Welder incl. Air Arc. i Back to Table of Contents DIVERS Wage Benefit Zone Pay: Stand-By $38.16 $14.52 0-30 mi.free zone Diving $76.32 $14.52 >30-60 mi. base pay+$4.00/hr. >60 mi. base pay+ $6.00/hr. Depth Pay(Surface Diving) 0-20 ft. free zone >20-100 ft. $2.00 per ft. >100-150 ft. $3.00 per ft. >150-220 ft. $4.00 per ft. >220 ft. $5.00 per ft. Diving In Enclosures 0-25 ft. free zone >25-300 ft. $1.00 per ft. ;Back to Table of Contents DIVER TENDERS Wage Benefit Zone Pay: $37.16 $14.52 0-30 mi. free zone >30-60 mi. base pay+ $4.00/hr. The tender shall receive 2 hours at the straight time pay >60 mi. base pay + $6.00/hr. rate per shift for dressing and/or undressing a Diver when work is done under hyperbaric conditions. i Back to Table of Contents 10 ELECTRICIANS Wage Benefit Travel: $32.74 $13.45 No mileage due when traveling in employer's vehicle. The following travel allowance is applicable when traveling in employee's vehicle: 0-18 mi. free zone >18-60 mi. federal mileage rate/mi. >60 mi. $75.00/day T Back to Table of Contents IRONWORKERS - STRUCTURAL STEEL AND REBAR PLACERS Wage Benefit Travel: $27.25 $23.16 0-45 mi.free zone >45-85 mi. $55.00/day Duties Include: >85 mi. $85.00/day Structural steel erection; assemble prefabricated metal buildings; cut, bend, tie, and place rebar; energy producing windmill type towers; metal bleacher seating; handrail fabrication and ornamental steel. T Back to Table of Contents LINE CONSTRUCTION — EQUIPMENT OPERATORS Wage Benefit Zone Pay: $33.27 $14.17 No Free Zone $60.00/day T Back to Table of Contents LINE CONSTRUCTION —GROUNDMAN Wage Benefit Zone Pay: $25.98 $13.31 No Free Zone $60.00/day Back to Table of Contents LINE CONSTRUCTION — LINEMAN Wage Benefit Zone Pay: $43.43 $15.30 No Free Zone $60.00/day T Back to Table of Contents 11 MILLWRIGHTS Wage Benefit Zone Pay: $32.00 $11.82 0-30 mi. free zone >30-60 mi. base pay+ $4.00/hr. >60 mi. base pay+ $6.00/hr. ?Back to Table of Contents PAINTERS Wage Benefit $27.00 $9.30 i Back to Table of Contents PILE BUCKS Wage Benefit Zone Pay: $29.00 $11.82 0-30 mi.free zone >30-60 mi. base pay+ $4.00/hr. Duties Include: >60 mi. base pay+ $6.00/hr. Set up crane; set up hammer; weld tips on piles; set leads; insure piles are driven straight with the use of level or plum bob. Give direction to crane operator as to speed, and direction of swing. Cut piles to grade. r Back to Table of Contents TEAMSTERS GROUP 1 (Pilot Car Drivers) Wage Benefit Zone Pay: $20.39 $9.16 0-25 mi.free zone >25-50 mi. base pay+ $2.50/hr. >50 mi. base pay+ $3.00/hr. Back to Table of Contents 12 TEAMSTERS GROUP 2 (Truck Drivers) Wage Benefit Zone Pay: $26.09 $9.16 0-30 mi.free zone >30-60 mi. base pay+ $2.50/hr. This group includes but is not limited to: >60 mi. base pay+$3.00/hr. Combination Truck and Concrete Mixer and Transit Mixer; Dry Batch Trucks; Distributor Driver; Dumpman; Dump Trucks and similar equipment; Dumpster; Flat Trucks; Lumber Carriers; Lowboys; Pickup; Powder Truck Driver; Power Boom; Serviceman; Service Truck/Fuel Truck/Tireperson; Truck Mechanic; Trucks with Power Equipment;Warehouseman, Partsman, Cardex and Warehouse Expeditor; Water Trucks. i Back to Table of Contents 13 .RT/I.ONTANA PREVAILING E RATES FOR HEAVY CONSTRUCTION SERVICES 2017 Effective: January 7, 2017 Steve Bullock, Governor State of Montana Pam Sucy, Commissioner Department of Labor and industry To obtain copies of prevailing wage rate schedules, or for information relating to public works projects and payment of prevailing wage rates, visit ERD at www.mtwagehourbopa.com or contact: Employment Relations Division Montana Department of Labor and Industry P. O. Box 201503 Helena, MT 59620-1503 Phone 406-444-5600 TDD 406-444-5549 The Labor Standards Bureau welcomes questions, comments, and suggestions from the public. In addition,we'll do our best to provide information in an accessible format, upon request, in compliance with the Americans with Disabilities Act. MONTANA PREVAILING WAGE REQUIREMENTS The Commissioner of the Department of Labor and Industry, in accordance with Sections 18-2-401 and 18-2-402 of the Montana Code Annotated (MCA), 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 Section 18-2-401, et seq., MCA. It is required that each employer pay (as a minimum)the rate of wages, including fringe benefits, travel allowance, zone pay and per diem applicable to the district in which the work is being performed as provided in the attached wage determinations. All Montana Prevailing Wage Rates are available on the internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at(406)444-5600 or TDD (406)444-5549. In addition, this publication provides general information concerning compliance with Montana's Prevailing Wage Law and the payment of prevailing wages. For detailed compliance information relating to public works contracts and payment of prevailing wage rates, please consult the regulations on the internet at www.mtwagehourbopa.com or contact the Labor Standards Bureau at(406)444-5600 or TDD (406)444-5549. PAM BUCY Commissioner Department of Labor and Industry State of Montana TABLE OF CONTENTS K00NTANA PREVAILING WAGE REQUIREMENTS: A. Date ofPublication ...—....'.'--...—.'.'—'..''.'.---'.--.......'....'—.'—'..'.'. .................. 3 B. Definition of Heavy Construction ----'--.'—.'.'—'.'.......—....''.'....'.--'.....''.--'..''.----. o C. Definition of Public Works Contract -----------------------------------. a D. Prevailing Wage Schedule -----------------_—__—__—______________ o 3 E. Rates to Use kxPn�ac� ---------------------------------------- F. Wage Rate Adjustments for Multiyear Contracts ------------------------------ 3 G. Fringe Benefits ................................................. 4 4 H. Dispatch City ---------------------------------------------. iZone Pay .................... ........................................................ ........................................... .................. 4 J. Computing Travel Benefits --------------------------------------- 4 K. Per Diem ------------------------_--__—________________.. 4 4 L. Apprentices ---------------------------------------------.. M. Posting Notice of Prevailing Wages -----------------------------------. n N. Employment Preference 5 ---------------------_—_--__—__—________. O. Projects of Mixed Nature ----------------------------------------------' o P. Occupations Definitions VVebaha -------------------------------------------- n O. Welder Rates --------------------------------------------� u 5 R. ForemanRateo --------------------__—__—_________________. l8fA&3E RATES: BOILERMAKERS, -------------------_--________________________ BRICK, BLOCK,AND STONE MASONS -----------------------------------.. o CARPENTERS --------_-- .................................... o CEMENT MASONS AND CONCRETE FINISHERS .......................... .................... .................................. ......... G CONSTRUCTION EQUIPMENT OPERATORS 7 DPEF�(TORSE}ROUP1 -------------------------------------_--_.. C)PER/Ql}RSGROUP 2 -----------------------------------------. ' 0 OPEFAQl]RS {�ROUP3 -----------------------------------------. OPERATORS GROUP 4 ........... .............. ................................................................................................. 0 OPERATORS C�ROUP5 -----------------------------------------. o OPERATORS GROUP 8 .................. ....................................................................— ................................ o OPERATORS GROUP 7 -----------------------------------------. v CONSTRUCTION LABORERS LABORERS GROUP 1 0 -----------------------------------------. LABORERS GROUP 2 ....... .................. ................ ................................ .............................................. x 10 LABORERS GROUP 3 ------------------------------------_--__. LABORERS GROUP 4 18 -----------------------------------------. - 10 DIVERS --------------------__—__________________________. 11 DIVER TENDERS --------------_--____________________________. ELECTRICIANS 11 --------------------------------------------------__ HEATINGAND AIR CONDITIONING .......................... ................................................................................. ... ..................... 11 12 |NSUL/�lONVVORKERS K4ECHAN|CAL(HEAT AND FROST) ------------------------- IRONWORKERS-STRUCTURAL STEEL AND REBARPLACERS ....... 12 LINE CONSTRUCTION EQUIPMENT OPERATORS -----------------------------------.-----� 12 12 GROUNDMAN ----------------------------_--_--__—__________ 13 LINEMAN ---------------------------------------------'--- i3 MILLWRIGHTS —---------------------------------------------' PAINTERS 13 ----------_—____________________,___________________. PILE BUCKS 13 --------------------__—_________________________ PLUMBERS, P|PEF|TTERS. AND STEAMF|TTERS ................... ..........—...... .................................................... 13 SHEET�WETALVVORKERS ----------------------------------------- 13 13 TEAMSTERS GROUP 1 (PUotCar Dr�*m) ------.------------------------------___. 14 TEAMSTERSGROUP 2 (Truck Dr�er ) ---- ................................................................................................... 2 A.Date of Publication January 7,2017 B.Definition of Heavy Construction The Administrative Rules of Montana(ARM), 24.17.501(4)—(4)(a), 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 constructionprojects include, but are not limited to, antenna towers, bridges (major bridges designedfor commercial navigation), hreakgvaters, caissons(other than building or highway), canals, channels, channel cut-offs, chemical complexes orfacilities (other than buildings), cofferdams, coke ovens, dais, demolition (not incidental to constructions), dikes, docks, drainage projects, dredging projects, electrification projects(outdoor),fish hatcheries,flood control projects, industrial incinerators (other thann building), irrigation projects,jetties, kilns, land drainage(not incidental to other construction), land leveling(not incidental to other construction), laird reclamation, levees, locks and waterways, oil refineries (other thann buildings),pipe lines,ponds,pumping stations (prefabricated drop-in units—not buildings), railroad construction, reservoirs, revetments, sewage collection and disposal lines, sewers (sani.tal)� 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." C.Definition of Public Works Contract Section 18-2-401(1 1)(a),MCA defines"public works contract" as "...a contract for construction services let by the state, county, municipality, school district, or political subdivision or for nonconstruction services let by the state, county, municipality, or political subdivision in which the total cost of the contract is in excess of'$25,000...". D.Prevailing Wage Schedule This publication covers only Heavy Construction occupations and rates in the specific localities mentioned herein. These rates will remain in effect until superseded by a more current publication. Current prevailing wage rate schedules for Building Construction,Highway Construction and Nonconstruction Services occupations can be found on the internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at(406) 444-5600 or TDD (406)444-5549. E.Rates to Use for Projects ARM,24.17.127(1)(c), states "The wage rates applicable to a particular public works project are those in effect at the time the bid specifications are advertised." F.Wage Rate Adjustments for Multiyear Contracts Section 18-2-417,MCA states: "(1)Any public works contract that by the terms of the original contract calls for more than 30 months to fully per form must include a provision to adjust, as provided in subsection (2), the standard prevailing rate of wages to be paid to the workers performing the contract. (2) The standard prevailing rate of wages paid to workers under a contract subject to this section must be adjusted 12 months after the date of the award of the public works contract. The amount of the adjustment must be a 3%increase. The adjustment must be made and applied every 12 months for the term of the contract. (3)Any increase in the standard rate of prevailing wages for workers under this section is the sole responsibility of the contractor and any subcontractors and not the contracting agency." 3 G.Fringe Benefits Section 18-2-412,MCA states: "(1) To fulfill the obligation...a contractor or subcontractor may: (a)pay the amount offringe benefits and the basic hourly rate ofpay that is part of the standard prevailing rate of wages directly to the worker or employee in cash; (b) make an irrevocable contribution to a trustee or a third person pursuant to a fringe benefit fiend,plan, or program.that meets the requirements of the Employee Retirement Income Security Act of 1974 or that is a bona fide program approved by the U. S. department of labor; or (c) make payments using any combination of methods set forth in subsections (1)(a) and(1)(b)so that the aggregate of payments and contributions is not less than the standard prevailing rate of wages, including f inge benefits and travel allowances, applicable to the district for the particular type of work being per formed. (2) The fr•i.nge benefit fiend,plan, or program described in.subsection (1)(b) must provide benefits to workers or employees for health care,pensions on retirement or death, life insurance, disability and sickness insurance, or bona fide programs that meet the requirements of the Employee Retirement Income Security)Act of'1974 or that are approved by the U. S. department of labor." Fringe benefits are paid for all hours worked(straight time and overtime hours). However, fringe benefits are not to be considered a part of the hourly rate of pay for calculating overtime,unless there is a collectively bargained agreement in effect that specifies otherwise. H.Dispatch City ARM,24.17.103(11),defines dispatch city as "...the courthouse in the city from the following list which is closest to the center of the job:Billings, Bozeman, Butte, Great Falls, Helena, Kalispell, and Missoula." I. Zone Pay Zone pay is not travel pay. ARM,24.17.103(24),defines zone pay as "...an amount added to the base pay; the combined sum then becomes the new base wage rate to be paid for all hours worked on the project. Zone pay must be determined by measuring the road miles one way over the shortest practical maintained route from the dispatch city to the center of the job." See section H above for a list of dispatch cities. J. Computing Travel Benefits ARM,24.17.103(22), states " Travel pay,'also referred to as `travel allowance,'is and must be paid for travel both to and from the job site, except those with special provisions listed under the classification. The rate is determined by measuring the road miles one direction over the shortest practical maintained route from the dispatch city or the employee's home, whichever is closer, to the center of the job." See section H above for a list of dispatch cities. K.Per Diem ARM,24.17.103(18),states " `Per diem'typically covers costs associated with board and lodging expenses.Per diem is paid when an employee is required to work at a location outside the daily committing distance and is required to stay at that location overnight or longer." L.Apprentices Wage rates for apprentices registered in approved federal or state apprenticeship programs are contained in those programs. Additionally, Section 18-2-416(2),MCA states, "...The full amount of any applicable fringe benefits must be paid to the apprentice while the apprentice is working on the public works contract." Apprentices not registered in approved federal or state apprenticeship programs will be paid the appropriate journey level prevailing wage rate when working on a public works contract. 4 M.Posting Notice of Prevailing Wages Section 18-2-406,MCA, 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 project, a legible statement of all wages and fringe benefits to be paid to the employees. " N. Employment Preference Sections 18-2-403 and 18-2-409, MCA require contractors to give preference to the employment of bona fide Montana residents in the performance of work on public works contracts. O.Projects of a Mixed Nature Section 18-2-408,MCA states: "(1) The contracting agency shall determine, based on the preponderance of labor hours to be worked, whether thepublic works construction services project is classified as a highway construction project, a heavy construction project, or a building construction project. (2) Once the project has been classified, employees in each trade classification who are working on that project must be paid at the rate for thatproject classification" P. Occupations Definitions You can find definitions for these occupations on the following Bureau of Labor Statistics website: http://www.bls.t)-,ov/oes/c-uiTeiit/oes stru.htm Q. Welder Rates Welders receive the rate prescribed for the craft performing an operation to which welding is incidental. R. Foreman Rates Rates are no longer set for foremen. However, if a foreman performs journey level work,the foreman must be paid at least the journey level rate. 5 WAGE RATES BOILERMAKERS Wage Benefit Travel: $30.25 $30.30 0-120 mi.free zone >120 mi. federal mileage rate/mi. Duties Include: Construct, assemble, maintain, and repair stationary Special Provision: steam boilers, boiler house auxiliaries, process vessels, Travel is paid only at the beginning and end of the job. pressure vessels and penstocks. Bulk storage tanks and bolted steel tanks. Per Diem: 0-70 mi. free zone >70-120 mi. $55.00/day >120 mi. $70.00/day Back to Table of Contents BRICK, BLOCK, AND STONE MASONS Wage Benefit Travel: $31.07 $13.90 0-20 mi. free zone >20-35 mi. $30.00/day >35-55 mi. $35.00/day >55 mi. $65.00/day Back to Table of Contents CARPENTERS Wage Benefit Zone Pay: $29.00 $11.82 0-30 mi.free zone >30-60 mi. base pay+ $4.00/hr. >60 mi. base pay+$6.00/hr. T Back to Table of Contents CEMENT MASONS AND CONCRETE FINISHERS Wage Benefit Zone Pay: $21.73 $10.51 0-30 mi. free zone >30-60 mi. base pay+ $2.95/hr. Duties Include: >60 mi. base pay+ $4.75/hr. Smooth and finish surfaces of poured concrete, such as floors,walks, sidewalks, or curbs. Align forms for sidewalks, curbs, or gutters. T Back to Table of Contents 6 CONSTRUCTION EQUIPMENT OPERATORS GROUP 1 Wage Benefit Zone Pay: $25.41 $12.05 0-30 mi. free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+$5.50/hr. Air Compressor; Auto Fine Grader; Belt Finishing; Boring Machine (Small); Cement Silo; Crane, A-Frame Truck Crane; Crusher Conveyor; DW-10, 15, and 20 Tractor Roller; Farm Tractor; Forklift; Form Grader; Front-End Loader, under 1 cu. yd; Oiler, Heavy Duty Drills; Herman Nelson Heater; Mucking Machine; Oiler, All Except Cranes/Shovels; Pumpman. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 2 Wage Benefit Zone Pay: $26.20 $12.05 0-30 mi. free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+ $5.50/hr. Air Doctor; B ackhoe\Excavator\S hovel, up to and incl. 3 cu. yds; Bit Grinder; Bitunimous Paving Travel Plant; Boring Machine, Large; Broom, Self-Propelled; Concrete Travel Batcher; Concrete Float&Spreader; Concrete Bucket Dispatcher; Concrete Finish Machine; Concrete Conveyor; Distributor;-Dozer, Rubber-Tired, Push, & Side Boom; Elevating Grader\Gradall; Field Equipment Serviceman; Front-End Loader, 1 cu. yd up to and incl. 5 cu. yds; Grade Setter; Heavy Duty Drills, All Types; Hoist\Tugger, All; Hydralift Forklifts &Similar; Industrial Locomotive; Motor Patrol (except finish); Mountain Skidder; Oiler, Cranes\Shovels; Pavement Breaker, EMSCO; Power Saw, Self-Propelled; Pugmill; Pumperete\Grout Machine; Punch Truck; Roller, other than Asphalt; Roller, Sheepsfoot(Self-Propelled); Roller, 25 tons and over; Ross Carrier; Rotomill, under 6 ft; Trenching Machine; Washing/Screening Plant T Back to Table of Contents 7 CONSTRUCTION EQUIPMENT OPERATORS GROUP 3 Wage Benefit Zone Pay: $27.95 $12.05 0-30 mi. free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+ $5.50/hr. Asphalt Paving Machine; Asphalt Screed; Backhoe\Excavator\Shovel, over 3 cu. yds; Cableway Highline; Concrete Batch Plant; Concrete Curing Machine; Concrete Pump; Cranes, Creter; Cranes, Electric Overhead; Cranes, 24 tons and under; Curb Machine\Slip Form Paver; Finish Dozer; Front-End Loader, over 5 cu. yds; Mechanic\Welder; Pioneer Dozer; Roller Asphalt (Breakdown & Finish); Rotomill, over 6 ft; Scraper, Single, Twin, or Pulling Belly-Dump; YO-YO Cat. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 4 Wage Benefit Zone Pay: $28.95 $12.05 0-30 mi. free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+$5.50/hr. Asphalt\Hot Plant Operator; Cranes, 25 tons up to and incl. 44 tons; Crusher Operator; Finish Motor Patrol; Finish Scraper. Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 5 Wage Benefit Zone Pay: $29.95 $12.05 0-30 mi. free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+$5.50/hr. Cranes, 45 tons up to and incl. 74 tons. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 6 Wage Benefit Zone Pay: $30.95 $12.05 0-30 mi. free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+ $5.50/hr. Cranes, 75 tons up to and incl. 149 tons; Cranes, Whirley(All). T Back to Table of Contents 8 CONSTRUCTION EQUIPMENT OPERATORS GROUP 7 Wage Benefit Zone Pay: $31.95 $12.05 0-30 mi.free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+ $5.50/hr. Cranes, 150 tons up to and incl. 250 tons; Cranes, over 250 tons—add $1.00 for every 100 tons over 250 tons; Crane, Tower(All); Crane Stiff-Leg or Derrick; Helicopter Hoist. i Back to Table of Contents CONSTRUCTION LABORERS GROUP 1/FLAG PERSON FOR TRAFFIC CONTROL Wage Benefit Zone Pay: $21.58 $8.69 0-30 mi. free zone >30-60 mi. base pay+ $3.05/hr. >60 mi. base pay+$4.85/hr. i Back to Table of Contents CONSTRUCTION LABORERS GROUP 2 Wage Benefit Zone Pay: $24.40 $8.69 0-30 mi. free zone >30-60 mi. base pay+ $3.05/hr. This group includes but is not limited to: >60 mi. base pay+ $4.85/hr. General Labor; Asbestos Removal; Burning Bar; Bucket Man; Carpenter Tender; Caisson Worker; Cement Mason Tender; Cement Handler(dry); Chuck Tender; Choker Setter; Concrete Worker; Curb Machine-lay Down; Crusher and Batch Worker; Heater Tender; Fence Erector; Landscape Laborer; Landscaper; Lawn Sprinkler Installer; Pipe Wrapper; Pot Tender; Powderman Tender; Rail and Truck Loaders and Unloaders; Riprapper; Sign Erection; Guardrail and Jersey Rail; Spike Driver; Stake Jumper; Signalman; Tail Hoseman; Tool Checker and Houseman and Traffic Control Worker. j Back to Table of Contents 9 CONSTRUCTION LABORERS GROUP 3 Wage Benefit Zone Pay: $24.54 $8.69 0-30 mi. free zone >30-60 mi. base pay+ $3.05/hr. This group includes but is not limited to: >60 mi. base pay+$4.85/hr. Concrete Vibrator; Dumpman (Grademan); Equipment Handler; Geotextile and Liners; High-Pressure Nozzleman; Jackhammer(Pavement Breaker) Non- Riding Rollers; Pipelayer; Posthole Digger(Power); Power Driven Wheelbarrow; Rigger; Sandblaster; Sod Cutter-Power and Tamper. i Back to Table of Contents CONSTRUCTION LABORERS GROUP 4 Wage Benefit Zone Pay: $25.26 $8.69 0-30 mi. free zone >30-60 mi, base pay+ $3.05/hr. This group includes but is not limited to: >60 mi. base pay+$4.85/hr. Hod Carrier***; Water Well Laborer; Blaster;Wagon Driller; Asphalt Raker; Cutting Torch; Grade Setter; ***Hod Carriers will receive the same amount of travel High-Scaler; Power Saws (Faller&Concrete) and/or subsistence pay as bricklayers when requested to Powderman; Rock&Core Drill; Track or Truck Mounted travel. Wagon Drill and Welder incl. Air Arc. t Back to Table of Contents DIVERS Wage Benefit Zone Pay: Stand-By $38.16 $14.52 0-30 mi. free zone Diving $76.32 $14.52 >30-60 mi. base pay+ $4.00/hr. >60 mi. base pay+$6.00/hr. Depth Pay(Surface Diving) 0-20 ft. free zone >20-100 ft. $2.00 per ft. >100-150 ft. $3.00 per ft. >150-220 ft. $4.00 per ft. >220 ft. $5.00 per ft. Diving In Enclosures 0-25 ft. free zone >25-300 ft. $1.00 per ft. T Back to Table of Contents 10 DIVER TENDERS Wage Benefit Zone Pay: $37.16 $14.52 0-30 mi. free zone >30-60 mi. base pay+ $4.00/hr. The tender shall receive 2 hours at the straight time pay >60 mi. base pay+ $6.00/hr. rate per shift for dressing and/or undressing a Diver when work is done under hyperbaric conditions. i Back to Table of Contents ELECTRICIANS Wage Benefit Travel: $32.74 $13.45 No mileage due when traveling in employer's vehicle. The following travel allowance is applicable when traveling in employee's vehicle: 0-18 mi.free zone >18-60 mi. federal mileage rate/mi. >60 mi. $75.00/day T Back to Table of Contents HEATING AND AIR CONDITIONING Wage Benefit Travel: $28.04 $17.38 0-50 mi.free zone >50 mi. Duties Include: ■ $0.25/mi. in employer vehicle. Testing and balancing, commissioning and retro- ■ $0.65/mi. in employee vehilcle. commissioning of all air-handling equipment and duct work. Per Diem: $65/day i Back to Table of Contents 11 INSULATION WORKERS - MECHANICAL (HEAT AND FROST) Wage Benefit Travel: $34.17 $19.47 0-30 mi.free zone >30-40 mi. $20.00/day Duties Include: >40-50 mi. $30.00/day Insulate pipes, ductwork or other mechanical systems. >50-60 mi. $40.00/day >60 mi. $45.00/day plus ■ $0.56/mi. if transportation is not provided. ■ $0.20/mi. if in company vehicle. >60 mi. $80.00/day on jobs requiring an overnight stay plus ■ $0.56/mi. if transportation is not provided. ■ $0.20/mi. if in company vehicle. T Back to Table of Contents IRONWORKERS - STRUCTURAL STEEL AND REBAR PLACERS Wage Benefit Travel: $27.25 $23.16 0-45 mi.free zone >45-85 mi. $55.00/day Duties Include: >85 mi. $85.00/day Structural steel erection; assemble prefabricated metal buildings; cut, bend, tie, and place rebar; energy producing windmill type towers; metal bleacher seating; handrail fabrication and ornamental steel. T Back to Table of Contents LINE CONSTRUCTION — EQUIPMENT OPERATORS Wage Benefit Zone Pay: $33.27 $14.71 No Free Zone $60.00/day Duties Include: All work on substations T Back to Table of Contents LINE CONSTRUCTION — GROUNDMAN Wage Benefit Zone Pay: $25.98 $13.31 No Free Zone $60.00/day Duties Include: All work on substations T Back to Table of Contents 12 LINE CONSTRUCTION— LINEMAN Wage Benefit Zone Pay: $43.43 $15.30 No Free Zone Duties Include: $60.00/day All work on substations Back to Table of Contents MILLWRIGHTS Wage Benefit Zone Pay: $32.00 $11.82 0-30 mi.free zone >30-60 mi. base pay+$4.00/hr. >60 mi. base pay+$6.00/hr. ?Back to Table of Contents PAINTERS Wage Benefit Travel: $25.05 $16.72 No mileage due when traveling in employer's vehicle. The following travel allowance is applicable when traveling in employee's vehicle: No free zone. $0.60/mi. Per Diem: $80.00/day T Back to Table of Contents 12 PILE BUCKS Wage Benefit Zone Pay: $29.00 $11.82 0-30 mi. free zone >30-60 mi. base pay+$4.00/hr. Duties Include: >60 mi. base pay+ $6.00/hr. Set up crane; set up hammer; weld tips on piles; set leads; insure piles are driven straight with the use of level or plum bob. Give direction to crane operator as to speed, and direction of swing. Cut piles to grade. q Back to Table of Contents PLUMBERS, PIPEFITTERS, AND STEAMFITTERS Wage Benefit Travel: $35.66 $16.86 0-70 free zone >70 mi. Duties Include: 0On jobs when employees do not work Assemble, install, alter, and repair pipe-lines or pipe consecutive days: $0.55/mi. if employer doesn't systems that carry water, steam, air, other liquids or provide transportation. Not to exceed two trips. gases. Testing of piping systems, commissioning and retro-commissioning. Workers in this occupation may 0 On jobs when employees work any number of also install heating and cooling equipment and consecutive days: $100.00/day if employer mechanical control systems. doesn't provide transportation. r Back to Table of Contents SHEET METAL WORKERS Wage Benefit Travel: $28.04 $17.38 0-50 mi.free zone >50 mi. Duties Include: ■ $0.25/mi. in employer vehicle Testing and balancing, commissioning and retro- 0 $0.65/mi. in employee vehicle commissioning of all air-handling equipment and duct work. Manufacture, fabrication, assembling, installation, Per Diem: dismantling, and alteration of all HVAC systems, air $65.00/day veyer systems, and exhaust systems. All lagging over insulation and all duct lining. Metal roofing. t Back to Table of Contents TEAMSTERS GROUP 1 (Pilot Car Drivers) No Rate Established T Back to Table of Contents 13 TEAMSTERS GROUP 2 (Truck Drivers) No Rate Established This group includes but is not limited to: Combination Truck and Concrete Mixer and Transit Mixer; Dry Batch Trucks; Distributor Driver; Dumpman; Dump Trucks and similar equipment; Dumpster; Flat Trucks; Lumber Carriers; Lowboys; Pickup; Powder Truck Driver; Power Boom; Serviceman; Service Truck/Fuel Truck/Tireperson; Truck Mechanic; Trucks with Power Equipment;Warehouseman, Partsman, Cardex and Warehouse Expeditor;Water Trucks. Back to Table of Contents APPENDIX A MISCELLANEOUS FORMS NOTICE TO PROCEED TO: _ __. DATE: a.. _ PROJECT: ., PROJECT NO: _ In accordance with the Agreement dated you are hereby notified to commence work no later than _ and you are to complete the work within consecutive calendar days thereafter. The date of completion of all work is, therefore, _ OWNER: m � x BY: SIGNATURE DATE PRINT OR TYPE NAME THE ACCEPTANCE OF NOTICE TO PROCEED Receipt of the above Notice to Proceed is hereby acknowledged this _ day of CONTRACTOR: BY: SIGNATURE DATE PRINT OR TYPE NAME TITLE Notice to Proceed Page 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2011 SUBSTITUTION E UST FORM TO(Engineer): PROJECT TITLE: _.__ _ m m _ ., PROJECT NUMBER: We hereby submit for your consideration the following product instead of the specified item for the above project. SPECIFICATION SECTION: _ PARAGRAPH: SPECIFIED ITEM: _ y - PROPOSED SUBSTITUTION: F complete technical data,including laboratory tests,if applicable. Include complete information on changes to ngs and/or Specifications which proposed substitution will require for its proper installation.(Fill in blanks below.) A. Does the substitution affect dimensions shown on Drawings? B.Will the undersigned pay for changes to building design, including engineering and detailing costs caused by the requested substitution? C.What affect does substitution have on other trades? D. Differences between proposed substitution and specified item? E. Manufacturer's guarantees of the proposed and specified items are: Same Different(explain on attachment) The undersigned states that the function,appearance,and quality are equivalent or superior to the specified item. CHECKED BY ENGINEER: SUBMITTED BY: �_ ❑ Accepted ❑ Accepted As Noted ❑ Not Accepted ❑ Received Too Late SIGNATURE DATE BY: SIGNATURE DATE PRINT OR TYPE NAME TITLE ADDRESS: . w x PRINT OR TYPE NAME TITLE REMARKS: DATE: v_ TELEPHONE: r_. OWNER APPROVAL: BY: SIGNATURE DATE PRINT OR TYPE NAME TITLE Substitution Request Form 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2015 RMI SCHEDULE OF VALUES FOR CONTRACT PAYMENT (Applies ONLY to Lump Sum Bid Items) PROJECT TITLE: PROJECT NO: CONTRACTOR: BID ITEM DESCRIPTION OF BID ITEM COMPONENT OF WORK COST PER NO. (Describe) COMPONENT TOTAL COST OF WORK ITEMS FOR PAYMENT REQUEST. I hereby certify that the costs of the work items noted above include an appropriate amount of overhead and profit applicable to each work item.The sum of the costs per component shall equal the lump sum unit price of the bid item. SIGNED BY(Contractor): SIGNATURE PRINT OR TYPE NAME DATE CHECKED BY(Engineer): SIGNATURE PRINT OR TYPE NAME DATE APPROVED BY(Owner): SIGNATURE PRINT OR TYPE NAME DATE Schedule of Values for Contract Payment 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2015 WORK DIRECTIVE CHANGE INSTRUCTIONS A. GENERAL INFORMATION This document was developed for use in situations involving changes in the Work which, if not processed expeditiously, might delay the Project. These changes are often initiated in the field and may affect the Contract Price or the Contract Time.This is not a Change Order, but only a directive to proceed with Work that may be included in a subsequent Change Order. For supplemental instructions and minor changes not involving a change in the Contract Price or the Contract Time, a Field Order may be issued. B. COMPLETING THE WORK DIRECTIVE CHANGE Engineer initiates the form, including a description of the items involved and attachments. Based on conversations between Engineer and Contractor, Engineer completes the following: METHOD OF DETERMINING CHANGE, IF ANY, IN CONTRACT PRICE: Mark the method to be used in determining the final cost of Work involved and the net effect on the Contract Price. If the change involves an increase in the Contract Price and the estimated amount is approached before the additional or changed work is completed, another Work Directive Change must be issued to change the time or Contractor may stop the changed Work when the estimated time is reached. If the Work Directive Change is not likely to change the Contract Price, the space for estimated increase(decrease)should be marked "Not Applicable". METHOD OF DETERMINING CHANGE, IF ANY, IN CONTRACT TIME: Mark the method to be used in determining the change in Contract Time and the estimated increase or decrease in Contract Time. If the change involves an increase in the Contract Time and the estimated time is approached before additional or changed Work is completed, another Work Directive Change must be issued to change the time or Contractor may stop the changed Work when the estimated time is reached. If the Work Directive Change is not likely to change the Contract Time, the space for estimated increase (decrease)should be marked "Not Applicable". Once Engineer has completed and signed the form, all copies should be sent to Owner for authorization because Engineer alone does not have authority to authorize changes in price or time. Once authorized by Owner, a copy should be sent by Engineer to Contractor. Once the Work covered by this directive is completed for final cost and time determined, Contractor should submit documentation for inclusion in a Change Order. THIS IS A DIRECTIVE TO PROCEED WITH A CHANGE THAT MAY AFFECT THE CONTRACT PRICE OR THE CONTRACT TIME.A CHANGE ORDER, IF ANY, SHOULD BE CONSIDERED PROMPTLY. Work Directive Change 2 of 2 AR ROBERT PECCIA&ASSOCIATES copyright©2011 malf CHANGE ORDER No. DATE OF ISSUANCE EFFECTIVE DATE OWNER CONTRACTOR Contract: Project: OWNER's Contract No. ENGINEER ENGINEER's Contract No. You are directed to make the following changes in the Contract Documents: Description: Reason for Change Order: Attachments: (List documents supporting change) 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: (days or dates Net increase(decrease)of this Change Order: Net increase(decrease)this Change Order: Substantial Completion: $ Ready for final payment: (days) Contract Price with all approved Change Orders: Contract Times with all approved Change Orders: Substantial Completion: $ Ready for final payment: (days or dates) Contractor certifies and agrees that there are no additional costs or claims for extra work,additional time,delays or omitted items,of any nature whatsoever,associated with the subject change order items,except as identified and set forth herein and unless expressly stated otherwise in the Change Order. And further,that the price agreed-upon herein represents the full cost and value for the subject work performed and the materials supplied under the terms of the contract and that the work quantities and value were properly determined and are correct. CONTRACTOR(Authorized Signature) Date RECOMMENDED BY: APPROVED BY: (ENGINEER- Signature) Date OWNER(Authorized Signature) Date CHANGE ORDER FORM Page I of 2 CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION This document was developed 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 Agreement, 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 sent to 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 be sent 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. CHANGE ORDER FORM Page 2 of 2 AFFIDAVIT ON BEHALF OF CONTRACTOR STATE OF: ):SS COUNTY OF: ) PROJECT: PROJECT NUMBER: DATE: I certify to the best of my knowledge and belief that all work has been performed and materials supplied in strict conformance with the terms and conditions of the corresponding Contract Documents between the Owner, and the Contractor, dated for the Project, No. , and further declare that all bills for materials, supplies, utilities, and for all other things furnished or caused to be furnished by the above-named Contractor and used in the execution of the above Contract have been fully paid, and there are no unpaid claims or demands of State Agencies, subcontractors, materialmen, mechanics, laborers or any others resulting from or arising out of work done or ordered to be done by said Contractor under the above-identified Contract. In consideration of the prior and final payments made and all payments made for authorized changes, the Contractor releases and forever discharges the Owner from any and all obligations and liabilities arising by virtue of said Contract and authorized changes between the parties hereto, either verbal or in writing, and any and all claims and demands of every kind and character whatsoever against the Owner, arising out of or in any way relating to said Contract, and authorized changes. This Waiver includes any claim of lien as well as any and all claims under 40 U.S.C. §§270a-270d ("the Miller Act")or any state statute serving a substantially similar purpose, and releases and waives any and all claims to any private bond right. This statement is made for the purpose of inducing the Owner to make Final Payment under the terms of the Contract, relying on the truth and statements contained therein. The Contractor acknowledges others, including lenders, insurers, and the Engineer, will rely upon this instrument as a full and complete waiver and release of all claims in the normal course of their transactions. Dated this day of at Montana. CONTRACTOR: Subscribed and sworn to before me this day of NOTARY PUBLIC FOR THE STATE OF MONTANA BY. _ n SIGNATURE DATE RESIDING AT PRINT OR TYPE NAME TITLE MY COMMISSION EXPIRES Affidavit On Behalf of Contractor 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2011RM CONTRACTOR'S CERTIFICATE OF COMPLETION TO(Owner): e,.. _.. _ sz.-s _ _ m_ DATE: _ P - PROJECT: PROJECT NO: ATTN(Engineer): CONTRACT DATE: FROM(Contractor): This is to certify that I,_ __. am an authorized official of working in the capacity of , and have been properly authorized by said firm or corporation to sign the following statements pertaining to the subject contract: I know of my own personal knowledge, and do hereby certify, that the work of the contract described above has been performed, and materials used and installed in every particular, in accordance with, and in conformity to, the Contract Plans and Specifications. The contract work is now complete in all parts and requirements and ready for your substantial completion inspection. I understand that neither the determination of the Engineer that the work is complete nor the acceptance thereof by the Owner shall operate as a bar to claim against the Contractor under the terms of the guarantee provisions of the Contract Documents. CONTRACTOR: . _. BY: SIGNATURE DATE PRINT OR TYPE NAME — — TITLE # lk Contractors Certificate of Completion 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2011 RMT CERTIFICATE F SUBSTANTIAL COMPLETION TO(Owner): _ SUBSTANTIAL COMPLETION DATE: PROJECT: CONTRACT DATE: . PROJECT NO m-_ ..LL _ r._.- INSPECTION DATE: PROJECTOR PART SHALL INCLUDE ENGINEER: PERFORMANCE BOND NO: DATE OF BOND: SURETY: CONTRACTOR: _ _ _. �. MONTANA AGENT: ADDRESS: _ ADDRESS: _.. . : .. . ,_. .. PHONE NO: PHONE NO: _ The Work performed under this Contract has been inspected by authorized representatives of the Owner,Contractor,and Engineer,and the Project(or specified part of the Project,as indicated above)is hereby declared to be substantially completed on the above date. DEFINITION OF SUBSTANTIAL COMPLETION The date of substantial completion of a project or specified area of a project is the date when the construction is sufficiently completed,in accordance with the contract documents,as modified by any change orders agreed to by the parties,so the Owner can occupy or utilize the project or specified area of the project for the use for which it was intended. A tentative list of items to be completed is appended hereto.This list may not be exhaustive,and the failure to include an item on it does not alter the responsibility of the Contractor to complete all the Work in accordance with the Contract Documents. ENGINEER: BY- SIGNATURE DATE The Contractor accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. CONTRACTOR: BY: SIGNATURE DATE The Owner accepts the Project or specified area of the Project as substantially complete and will assume full possession of the project or specified area at (time),on (date).The responsibility for heat, utilities,security,and insurance under the Contract Documents shall be as set forth under'Remarks"below. OWNER: SIGNATURE DATE REMARKS:(include additional information if necessary) Certificate of Substantial Completion 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2015RM CONSENT F SURETY COMPANY TO FINAL PAYMENT OWNER: ENGINEER: CONTRACTOR: SURETY: PROJECT- PROJECT NUMBER: CONTRACT DATE: In accordance with the provisions of the contract between the Owner and the Contractor indicated above, the......__....... _ _ _ SURETY COMPANY, on bond of (here insert name of Surety Company) _...—_..........._.__._—__�_— �____..._.-.-------._._.__-- _ ____---------, CONTRACTOR, (here insert name and address of Contractor) hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to ..-..... __. ------ —___�_�____------------ OWNER, (here insert name and address of Owner) as set forth in the said Surety Company's bond. IN WITNESS WHEREOF,the Surety Company has hereunto set its hand this day of SURETY COMPANY: COMPANY NAME ADDRESS SIGNATURE OF AUTHORIZED REPRESENTATIVE TITLE DATE NOTE:This form is to be used as a companion document to the Affidavit on Behalf of Contractor(current edition). Consent Of Surety Company To Final Payment 1 of 1 4.4j Ada ROBERT PECCIA&ASSOCIATES copyright©2011 OWNER'S ACCEPTANCE AND GRANT OF POSSESSION On the basis of independent observations and inspections and the recommendations of the Engineer, the Owner accepts the Project as complete. This acceptance does not relieve the Contractor of continuing obligations as described above. The Contractor is reminded this Project is under warranty beginning and that bonds shall remain in effect for two years after the Date of Acceptance specified above. The Owner hereby grants possession of all public infrastructure improvements completed by this Project to the City of Bozeman and warrants against defects in these improvements for a period of two years from the Date of Acceptance specified above. By: . _. Owner Printed Name: Title; Date: CITY OF BOZEMAN'S ACCEPTANCE The City of Bozeman hereby accepts possession of all public infrastructure improvements, subject to the above indicated warranty. This acceptance does not relieve the Owner or Contractor of his continuing obligations :for this work as described above or otherwise required through Improvement Agreements, conditions of plat approval, or his other contractual commitments. City of Bozeman._-. _ B y: Title: Date: 2 APPENDIX B EASEMENTS ` � ' � , � � ` � " � " Return to: � DOVVL 2090 Stadium Drive � Bozeman, MT5Q71b CITY OF BOZEMAN COTTONWOOD ROADWAY10 PROJECT NAME:BAXTER/ Engineering Division IMPROVEMENTS Public Works Department EASEMENT TEMPORARY CONSTRUCTION EASEMENT ` ` � ^ � ^ � ^ � " THE GRANTORS, BROOK V. DALY AND MICHELLE R. DALY. asjoint tenants, whose address io5141 � Hamm Road, Belgrade, MT 59714` for and in consideration of Ten and No/100 - Dollars, and other ` valuable consideration, in hand paid, conveys and warrants hothe CITY OF BOZEM4N. a Municipal � Corporation of the State of Montana, with offices at 121 North Rouse Avenue, Bozeman Montana � 59715. its successors and aoaigneeo, an unrestricted Temporary Construction EaoemenL, over, and across ` the following described roo/ property|000b*d in Gallatin County. Montana: � ^ A temporary construction easement tn the City ofBozeman, ona tract of land in the GVV1/4ofSection � . 34. Township 1 South, Range East, PW.P.W1, Gallatin County, Montana, more particularly described � as follows: � Beginning ata point on the South line of said section, which said point bears East n distance of248.G � feet from the southwest corner ofsaid section; Thence North 10 25.9Y west along the line of a mmbs| " post fence a distance of 246.8 feet to a point marked by a metal fence corner post; Thence North 89' � 53.0' East distance cf302.O feet Lo e point marked by e nhae| rod; Thence South 80 44.7'east along the foot of the West bank of a ditch o d|mbunoe of 249.2 feet to a point marked by o steel rod in the � South line of said section; Thence West along said South line o distance of415.Q feet to the point of � beginning. According to plat recorded in Book 14OofDeeds, Pages 2OG and 2O7. " � Said temporary construction easement areas are depicted on Exhibit Aattached hen*bz and more particularly described as: � � TCE 2L-1: ' Beginning at the Southwest corner ufthe easement herein deanribod, being a point on the North � right-of-way of Baxter Lane, from which point the section corner common to Sections 33 and 34, TIS, R5E and Sections 3 and 4 T26 R5� PK8W1 beam � 87" 34' 5G" VV �01 70 feet, said point of � beginning; Thenca, from said point ofbeginning, N 01" 88'36' E` 20.00feet; Thenma, 0 88" 59v24' E. � 24.00 feet; Thence, 8 01" 00' 36'VV. 20.00 feet to the North right-of-way of Baxter Lane; Thenoe, N 88" 59' 25" VV. 24.OU feet along the North right-of-way of Baxter Lane tothe point cfbeginning, and � containing 480mqM., more or less and an shown on Exhibit A; � � � CITY nFBOZEMAw PROJECT NAMe�nxxTspx COTTONWOOD RDxcmVA<IMPROVEMENTS ToEc'1 and 2-2 � � ' PRoJeoT# 4535.11402.10 Page of* , � U « TCE 2-2: Beginning at the Southwest corner of the easement herein described, being a point on the North right-of-way of Baxter Lane, from which point the section corner common to Sections 33 and 34, T1S, R5E and Sections 3 and 4, T2S, R5E, P.M.M., bears S 88' 06' 12" W, 591.62 feet, said point of beginning; Thence, from said point of beginning, N 01° 00' 36" E, 7.00 feet; Thence, S 880 59' 24" E, 26.00 feet; Thence, S 01' 00' 36" W, 7.00 feet to the North right-of-way of Baxter Lane; Thence, N 88- 59' 25" W, 26.00 feet along the North right-of-way of Baxter Lane to the point of beginning, and containing 182 sqf,, more or less and as shown on Exhibit A; delineated as to said tract of land on the exhibit attached hereto and made a part hereof as Exhibit A of this instrument and designated as TCE 2-1 and 2-2. Said TCE's are hereby provided to the CITY OF BOZEMAN, for the purpose of reconstructing and/or regrading the private driveway approaches as necessary for the Baxter/ Cottonwood Roadway Improvements Project. Upon completion of said project for which access is hereby provided, the CITY OF BOZEMAN shall restore the property as nearly as possible to its original condition. The CITY OF BOZEMAN agrees to hold Grantor harmless from any and all liability that may result or arise from the exercise of the rights granted hereby. The Grantor hereby covenants with the CITY OF BOZEMAN that the Grantor has good title to the above- described tract of land, and covenants that the CITY OF BOZEMAN shall have quiet and peaceable possession thereof and use thereof during the period of the Temporary Construction Easement, This Temporary Easement is in effect for a period beginning the 1st day of construction on the property, and ending two (2) years later, at which time this easement shall expire and be of no force and effect. BROOK V. DALY AND MICHELLE R. DALY Br4 V. Daly ryq Michelle R. Daly CITY OF BOZEMAN PROJECT NAME:BAXTER/COTTONWOOD ROADWAY IMPROVEMENTS TCE 2-1 and 2-2 PROJECT#:4535.11402.10 Page 2 of 4 ACKNOWLEDGMENT OF GRANTORS STATE OF Wtmkyot } ss County of ti jl On this t` day of �v 20f before me, the undersigned, a Notary Public in and for the said State, personally aplieared the Grantor, Brook V. Daly, known to me to be the identical individual who executed the foregoing instrument, who acknowledged to me that the individual executed the same as the free and voluntary act of said grantor, with full authority to do so and with full knowledge of its contents, for the uses and purposes therein mentioned. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal this day and year above written. ' Q N f r =ANTH(O:)N�C,ADDO0PublicTArrr-1t ° of Montanang at: Notary Public in and for the State of tartI'E�'f ' Montana My Commission Expires:ion Expires:0,2019 STATE OF tM:a,, ) ss County of.-C } On this "? day of 2013 before me, the undersigned, a Notary Public in and for the said State, personally appedkd the antor, Michelle R. Daly, known to me to be the identical individual who executed the foregoing instrument, who acknowledged to me that the individual executed the same as the free and voluntary act of said grantor, with full authority to do so and with full knowledge of its contents, for the uses and purposes therein mentioned. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal this day and year above written. ANTHONY GADDO ��pNY GgOQ Notar} Public o-for the State of Montana Q �otAnrR< NotaryPublic in and for the State of *_ Residing at: N�.SEAl _�` [3ozeman, Montana My Commission Expires: v e; My Commission Expires: January 30,2019 CITY OF BOZEMAN PROJECT NAME:BAXTER/COTTONWOOD ROADWAY IMPROVEMENTS TCE 2-1 and 2-2 PROJECT#:4535.11402.10 Page 3 of 4 L1 N 01°00'36"E,20.00 FEET L2 S 88°59'24"E,24.00 FEET L3 S 01°00'36"W,20.00 FEET Current Owner: L4 N 88°59'25"W,24.00 FEET Brook V.Daly and L5 N 01'00'36"E,7.00 FEET Michelle R.Daly L6 S 88°59'24"E,26.00 FEET 4555 Baxter Lane L7 S 01°00'36"W,7.00 FEET Bozeman,MT 59718 L8 N 88'59'25"W,26.00 FEET \\ \\ \\ \\\ \\ \\ \\ \ SWY40FSEC 34,\\\\\\\\\\\\\ T1S,R5E \\\ \\\\\\\\\ \\ EXISTING \\\ \\ \\ \\\ \\\ \\\ \ PROPERTY , \\ \\ \\ \\ \\ \\ \\\IN\(\P) \\\\\\\TEMPORARY \ \\\\\\\\ \\\\\\\\\\\\\\\\\EAO EMRNTTION \\\\\\\\\\\\\TEMPORARYCONSTRUC \ \\\ \\\\\\ \\XI TING \\EA EM NTTION \\RIOGHDT,-OF-WAY\\ \\\\ \\\ \\2 \\\\ \\ \\ \16 \\ — 3 TE LAN TCE 2-1 TCE 2-2 R/W Legend ® Existing Road Right-of-Way New Temporary Construction a o 40 eo Easement (�N scu FEET IN r Area Remaining I A temporary construction easement to the City of Bozeman, on a tract of land in the SW1/4 of Section 34,Township 1 South, Range 5 East, M.P.M., Gallatin County, Montana, more particularly described as follows: TCE 2-1: Beginning at the Southwest corner of the easement herein described, being a point on the North right-of-way of Baxter Lane, from which point the section corner common to Sections 33 and 34, T1S, R5E and Sections 3 and 4,T2S, R5E, P.M.M., bears S 87'34'56"W,501.76 feet,said point of beginning; Thence, from said point of beginning, N 01°00'36" E,20.00 feet; Thence, S 88°59' 24" E, 24.00 feet; Thence, S 01' 00' 36" W, 20.00 feet to the North right-of-way of Baxter Lane; Thence, N 88° 59' 25"W, 24.00 feet along the North right-of-way of Baxter Lane to the point of beginning,and containing 480 sq.ft.,more or less. TCE 2-2: Beginning at Southwest corner of the easement herein described, being a point on the North right-of-way of Baxter Lane, from which point the section corner common to Sections 33 and 34, T1S, R5E and Sections 3 and 4,T2S, R5E, P.M.M., bears S 88°06'12"W,591.62 feet,said point of beginning;'Thence, from said point of beginning, N 01' 00' 36" E,7.00 feet; Thence, S 88' 69' 24" E, 26.00 feet; Thence, S 01' 00' 36" W, 7,00 feet to the North right-of-way of Baxter Lane; Thence, N 88' 59' 25"W, 26.00 feet along the North right-of-way of Baxter Lane to the point of beginning,and containing 182 sq,ft.,more or less. Right of Wa Required for Baxter Lane and PROJECT. 44 t7-cw AL CottonwoodyRoad Roadway improvements I D p W L City of Bozeman,Montana EXHIBIT A 20 s".D6. m "•=Ts TCE 2-1 &2-2 Page 4 of 4 PUBLIC PARK IN BLOCK 17 Current Owner: OF BAXTER MEADOWS City of Bozeman SUBDIVISION PHASE 3A IN P.O. Box 1230 SEC. 34, T1 S, R5E Bozeman, MT 59771 EXISTING � - 3 t � DITCH EASEMENT ( 'I t J-44�) SEE NC7T1S ��,s_ ,EXISTING '`: Ri�AD RIGHT�C3FrWA � � y { Notes: 1.The northwest tree will be removed. R/W Legend 2.The southern tree was removed prior to the project. 3.The northeast tree will remain. Existing Road Right-of-Way 4.The existing sign and landscaping will remain, 5.The existing underground irrigation system New Storm Pond Area impacted by the project will be repaired with this project. Unencumbered Remainder --- Existing Right-of-Way ® 80 160 ---- Existing Easement SCAM IN FEET -�AN— Existing Property Line -- New Storm Pond Boundary Ri ht of Wa Required for Baxter lane and rnoacut as>sa�affz.rg�_ _ 9 Q nia�. CottonwoodyRoad Roadwa Improvements �O W�, City of Bozeman, Montana FIGURE 1 PARCEL 3-1 Cage 3 of 3 64