Loading...
HomeMy WebLinkAbout17- Project Manual - JR Civil, LLC - East Peach Street Reconstruction Project PROJECT MANUAL For EAST PEACH STREET RECONSTRUCTION CITY OF BOZEMAN, MT -A®NTAAf. ' T. SHANE s CAN 0 0 � ut � o : s ` ® No. 4 5 1 tv;/ PE 17 � �vs •°°�E�NS°,••��09 •�°°•N•....•••s*° THE ABOVE HEREBY CERTIFY THAT THIS PROJECT MANUAL WAS PREPARED BY THEM OR UNDER THEIR DIRECT SUPERVISION, AND THAT THEY ARE DULY REGISTERED PROFESSIONAL ENGINEER(S) UNDER THE LAWS OF THE STATE OF MONTANA APRIL 2017 _ -KL)Project No. 16417103 ADDENDUM NO. 1 East Peach Street Reconstruction City of Bozeman, Montana BID DATE: May 2, 2017 BID TIME: 2:00 PM local time LOCATION: City Clerk's Office, City Hall, Suite 202, PO Box 1230, Bozeman, MT 59771-1230 This Addendum is written for the purpose of clarification and/or modifications to the Contract Documents. Acknowledgement of the Addenda shall be noted per Section 00200 - Instructions to Bidders. As a reminder, Questions received less than seven (7) days prior to the date for opening of Bids may not be answered as per Section 00200 - Instructions to Bidders. The following changes and/or corrections shall be made to and become part of the project plans and specifications. QUESTIONS AND CLARIFICATION: 1. Clarification: Note the correct Bid Date and Time shown above. It had been brought to our attention that the Bozeman Builder's Exchange had conflicting information regarding the Bid Date and Time. The correct Bid Date is Tuesday, May 2, 2017 at 2:00 PM. 2. Clarification: On Plan Sheet ST1, regarding the "STUB OUT Et PLUG ± 20 LF OF 15" PIPE" from MH ST-100, the question was asked if this pipe could be stubbed and plugged before getting into the trees and creek bank. The answer to this question is yes. The intent here is to just get the stubbed pipe outside of the roadway, while staying as far away as possible from the stream bank. SPECIFICATION ITEMS: 1. Section 00300 Bid Form, Page 5 of 13, Schedule 1 - General Conditions Hand write item 105 as depicted below and add the items to the bid accordingly. 104 Construction Traffic Control 1 LS 105 Rail Removal 675 LF East Peach Street Reconstruction Addendum 1 Page 1 of 3 Project 16417103 2. Add the following Special Provision to Section 00910: 2.26 RAIL REMOVAL A. It is anticipated that abandoned railroad tracks and cross ties will be encountered within the excavation of the project corridor. All railroad material including, but not limited to rails, fasteners, spikes, cross ties, etc. shall be removed. Rail removal shall consist of all work associated with removing the existing rail including, but not limited to the following: removing all rail (both sides of the track), removing railroad ties, removing Other Track Materials (OTM), hauling and proper disposal offsite, in compliance with all federal, state and local requirements, and all other work necessary or incidental to complete this item. 3. Add the following Measurement and Payment to Section 01200: 3.33 Rail Removal: Measurement for Rail Removal shall be on the basis of the length in linear feet of rail removed measured along the centerline of the existing track. This shall include removal of rail on both sides of the tracks and items discussed in Special Provision 2.26, added by this addendum. Payment for Rail Removal shall be made at the contract unit price bid per linear foot in the Bid Form, and shall include all material, labor, tools, equipment, and incidentals necessary to complete the Work. Payment shall also include all costs associated with proper disposal offsite, including hauling and tipping fees. 4. Section 02721 Hydrodynamic Separator Unit; Part 2.1.B.3.: Delete Sentence Number 3. "Required peak flow rate shall be 3.06 CFS (MIN.) Add the following Sentence Number 3. "Required peak flow rate shall be 3.22 CFS (MIN.) PLAN SHEET ITEMS: 1. Sheet G5 - TYPICAL SECTIONS: Revised Typical Road Section 2. 2. Sheet G6 - SANITARY SEWER AND STORM DRAIN DETAILS: Revised Peach Street Surfacing Repair at Wallace Ave. Detail. 3. Sheet G7 -MISCELLANEOUS DETAILS: Added Hydrodynamic Separator Bedding Detail and revised Note 2 for the Subgrade Stabilization Detail. 4. Sheets RI-R3 - EXISTING CONDITIONS Et REMOVALS: Sheets R1-R3 are included, as the previous prints did not clearly show the gray hatch indicating existing asphalt to be removed. Sheets R1 and R3 contain no revisions. Sheet R2 has been revised as noted in Item 4 below. 5. Sheet R2 - EXISTING CONDITIONS Et REMOVALS: STA 8+00 - 14+00: Updated existing concrete sidewalk removals at Station 10+73.86 LT. East Peach Street Reconstruction Addendum 1 Page 2 of 3 Project16417103 6. Sheet W1 - WATER PLAN Et PROFILE: STA 12+00 - 17+60: Removed solid sleeve, revised the location of the proposed 8"X6" Reducer and 8" Gate Valve. 7. Sheet C2 - GEOMETRIC DESIGN PLAN Et PROFILE: STA 10+00 - 16+00: Updated the tie-in location to the existing concrete sidewalk at Station 10+73.86 LT. 8. Sheet INT3 - E. PEACH STREET GRADING DETAIL: STA 9+50 - 11+47.09: Updated the tie- in location to the existing concrete sidewalk at Station 10+73.86 LT. END OF ADDENDUM NO. 1 �pNTgNq T. SHANE V No. 40M PE ENS NAL East Peach Street Reconstruction Addendum 1 Page 3 of 3 Project 16417103 �m # T maeb -00 RAN RM RIGHT-OF-WAY <<KL) VARIES 55-58' 10.00, 16.9 16.0' VARIES 2-(TYP.)-TYPE B ASPHALT PAVEMENT TOP ASPHALT PAVEMENT LOWER EXISTING GROUND 1.00' 5.00' 4.00' LIFT 1/4" VARIES VARIES 0.75' LIFT 1.00, 1.5% 1.25! VARIES VARIES 3.0% z EXISTING GROUND z 4"TOPSOIL 0 9.( 0 w TYP.) 5; w it NEW 4"SIDEWALK 4"TOPSOIL EXISTING 0 SIDEWALK 3"-1"MINUS CRUSHED WASHED ROCK 6"-1-1/2"MINUS CITY OF BOZEMAN STANDARD CURB&GUTTER CRUSHED BASE COURSE MIRAFI 160N NON-WOVEN COMPACTED SUBGRADE SEPARATION FABRIC OR ll"-3"MINUS APPROVED EQUAL CRUSHED SUBBASE COURSE TBC LT=(L-0.20' TBC RT=(L-0.06' TYPICAL ROAD SECTION 1: STA 4+11.63 TO STA 8+77.94 STA 10+52.51 TO STA 16+86.30 0 C5 NO SCALE DRAPreo CDF BEV 16417103 155M DAM R/W RIGHT-OF-WAY RAN 04/2017 VARIES 55'-58' VARIES 16.0' 16.0' VARIES 2"(TYP.)-TYPE B 2-(TYP.)-TYPE B 1.09- VARIES VARIES ASPHALT PAVEMENT TOP ASPHALT PAVEMENT LOWER z -0.76 FVAVj LIFT LIFT 1/4" VARIES VARIES 0 �j E S -[VARIES 1.25' 1.7%MIN. 1.0%MIN. VARIES VARIES 1.00, _35%MAX. 3.0%MAX. 4"TOPSOIL 9.(TYP.) EXISTING SIDEWALK EXISTING 4"TOPSOIL z SIDEWALK 6'-1-1/2"MINUS 0 EXISTING CURB&GUTTER Z Z CRUSHED BASE COURSE MIRAFI 160N NON-WOVEN COMPACTED SUBGRADE < 0 SEPARATION FABRIC OR ll"-3"MINUS EXISTING BASE COURSES UJ :E I-- - APPROVED EQUAL CRUSHED SUBBASE COURSE W TBC LT=(L-0.20' N 0 Z Lu TBC RT=(L-0.06' UJI Ill < (j) LL TYPICAL ROAD SECTION 2: STA 9+69.67 TO STA 10+52.51 Lu 0 w N NO SCALE W � o 0 NOTES: �_ 5 Cl) 1. FROM STATION 7+43.61 TO 8+77.94 THE CROSS SLOPE OF TYPICAL SECTION I WARPS TO • 1: MATCH EXISTING ASPHALT AT STATION 8+77.94. • TA 2. FROM STATION 10+52.51 TO 11+47.09 THE CROSS SLOPE WARPS TO MATCH THE PROPOSED CROSS SLOPE OF TYPICAL SECTION 1 AT STATION 11+47.09. UJI 3. THE ASPHALT BINDER SHALL BE PG 58-28. • (L BRYAN E 4. SEEDING AREA SHALL CONSIST OF AREA BETWEEN THE TOP BACK OF CURB AND THE NDERLOOS FRONT OF THE SIDEWALK,THE AREA BETWEEN THE HANDICAP ACCESSIBILITY RAMPS AT THE CURB RETURNS,ANY SLOPES CREATED FROM THE TOP BACK OF CURB TO THE Jfj < EXISTING GROUND CATCH POINT,AND OTHER DISTURBED AREAS SPECIFIED BY THE LL, .r I NGINEER. No 40784 PE ,44-1.• E .0% ..4 /Jo • 5. CONTRACTOR SHALL MAKE A NEAT VERTICAL SAWCUT OF THE EXISTING ASPHALT PRIOR TO NEW ASPHALT PLACEMENT. • -M.CEN * % � /1' 6. STREET MAY NOT BE CENTERED IN RIGHT-OF-WAY. - ..ONAL % 9 7. CONTRACTOR SHALL OVERLAP NON-WOVEN SEPARATION FABRIC ABOVE THE-1-1/2" SHEET CRUSHED BASE COURSE BEHIND THE BACK OF CURB. G5 -.0 j Apr 24,2017-1:13pm-P:lCityXMMozemanll6417103 E.Peach St.ReconstructionlCadcIlConstruction DravAngs\TYP SECTIONS.dwg (C)KLJ 20 17 I�ROADWAY CENTERLINE 8.00'(MAX.)SEE PLANS MILL EX.ASPHALT TO A 8.00'(MAX.)SEE PLANS j KL' TRAFFIC LANE TRAFFIC LANE 2"(TYP.)-TYPE B DEPTH OF 2"MIN.MILLED ASPHALT PAVEMENT TOP ASPHALT SHALL BE LIFT PG 58-28 OVERLAID WITH SPECIFIED VARIES I v I 2"(TYP.)-TYPE B ASPHALT MIX TO MATCH EX. SEE PLANS I I I ASPHALT PAVEMENT LOWER GRADES&CROSS SLOPES Q I I LIFT PG 58-28 4"(TYP.)-TYPE B o MANHOLE ACCESS AND STEPS ASPHALT PAVEMENT TOP NEW PVC STORM I I 6"-1-112"MINUS LIFT PG 58-28 > DRAIN LATERAL L T— ALIGNED TO BE OFFSET FROM PIPES IN MANHOLE AND TO CRUSHED BASE COURSE 8°MIN.M-4000 1 SAWCUT(TYP.) SAWCUT (TYP.) { �.\ AVOID VEHICLE WHEEL PATHS. 11"-3°MINUS CONCRETE OR / \•\ CRUSHED BASE COURSE FLOWABLE FILL 3 -----�\\ hl-- o 0 0 0 o JrC��tJbC) bU�T1�C) o 0 0 NEW PVC STORM ���— (// o 0 0 0 0 0 0 0 DRAIN TRUNK LINE CENTER OF MANHOLE TO BE LL (TYP.) I I I ALIGNED WITH STATIONS AND `; :" o 'w OFFSETS GIVEN ON STORM — — — — — — — — rE _ _ _ _ _ _ _ _DRAIN PLAN AND PROFILE SHEETS o o 9"(MIN.) 9"(MIN.) 9°(MIN.) 9"(MIN.) oTYPICAL STORM MANHOLE ALIGNMNT BEDDING AND TARY SEWERNEW SANITARY SEWER BACKFILL PER BEDDING AND SCALE:NOT TO SCALE MPWSS BACKFILL PER PIPE w MPWSS ROADWAY CENTERLINE ° �'• p'• �' •'' �'• D'• �' .e .e n .e, 'a. .e A- .Q. TRAFFIC LANE TRAFFIC LANE .• n! n! n• o• n• o• n! n• Z Dw,FrED (-I-1 MDL VARIES TSS I t I SEE PLANS MANHOLE ACCESS AND STEPS I I I PEACH STREET SURFACING REPAIR DETAIL(SS ONLY) PEACH STREET SURFACING REPAIR AT WALLACE AVE. P.-TIMEER ALIGNED TO BE OFFSET FROM I I NEW PVC SAN. SCALE:NOT TO SCALE SCALE:NOT TO SCALE 16417103 ssUE Dare SEWER TRUNK PIPES IN MANHOLE AND TO �.y_� .� I 04/2017 AVOID VEHICLE WHEEL PATHS. /. \ LINE(TYP.) 20.00'(MAX.)SEE PLANS 7T — /-JI----- 2"(TYPJ-TYPE B -- N -----4C' ASPHALT PAVEMENT TOP LIFT PG 58-28 2"(TYP.)-TYPE B 1'( NEW PVC SAN.SEWER ASPHALT PAVEMENT LOWER ZCENTER OF MANHOLE TO BEI I I TRUNK LINE LIFT PG 58-28 ALIGNED WITH STATIONS AND (TYP-) O OFFSETS GIVEN ON SAN.SEWER I I 6"-1-U2"MINUS PLAN AND PROFILE SHEETS I I I CRUSHED BASE COURSE CO I v I 11"-3"MINUS SAWCUT(TYP.) V Q CRUSHED BASE COURSE W TYPICAL SEWER MANHOLE ALIGNMENT 0 0 0 N z SCALE:NOT TO SCALE Z O o V z - - - - - - - - - W < � E / v 9"(MIN.) — �— — 9"(MIN.) Li. N Z O BEDDING AND m Q (n BACKFILL PER Q MPWSS BEDDING AND W u W BACKFILL PER NEW STORM DRAIN PIPE W O O Q 6"(MIN. MPWSS Ids � m ENCASE WATER MAIN IN A NEW SANITARY SEWER + O N TA/�•••.�•� U IPE MINIMUM OF SIX INCHES OF .••••••••••.. q •. W FLOWABLE FILL FOR A �•.1 •: _ W MINIMUM OF 10 FEET EACH 6"(MIN.) • * •.•* •• SIDE OF THE UTILITY ••. CROSSING WHICH DOES PEACH STREET SURFACING REPAIR DETAIL(SS PARALLEL STM) T. SHANE % W NOT MEET MIN.ALLOWABLE • VERTICAL CLEARANCE. SCALE:NOT TO SCALE N C. �J� Z N EX.WATER MAIN NO. PE o Zra �v. a W NOTE: NCG ALL WATER MAIN CROSSINGS OF BOTH SANITARY SEWER AND STORM DRAIN •7G �{'ir WHICH ARE DISCOVERED TO NOT MEET THE MIN.VERTICAL CLEARANCE OF /r V 18"SHALL BE IMMEDIATELY BROUGHT TO THE ENGINEER'S ATTENTION FOR -ONA :.•'�� CONFLICT RESOLUTION EXISTING WATER MAIN ENCASEMENT SHEET SCALE:NOT TO SCALE G6 Apr 27,2017-9:56am-\\gtfi-files011p1City\MT\Bozeman\16417103 E.Peach St.ReconslructionlCadd\ConsWcdon Drawings\Peach Details.dwg ©KLJ 2017 ASPHALT CONCRETE PAVEMENT PAVEMENT PER PLAN <KL]j PER PLAN BASE COURSE PER PLAN IT 2.0' r - EXISTING ROAD PER J COLD-BUTT I NT SUBBASE COURSE PER PLAN PLAN z EXISTING AC 7' m EXISTING BASE r ° 65 APPLY TACK PRIOR TO CRUSHED BASE COURSE PER i i '//, �,j;�//.'" r ' \r r / ' r /f- PAVING PLAN r COLD-MILLED BUTT JOINT 3"MlNus SUBBASE COURSE SCALE:NOT TO SCALE SEE TENSAR TX 5 GEOGRID ON SEE NOTE MIRAFI 160N NON-WOVEN FABRIC NOTE ° 1 OR APPROVED EQUALS. 1 N7BE70 LIMITS OF UNSUITABLE SUBGRADE(WIDTH VARIES)PAY LIMITSPAVEMENT SECTION -PER DETAIL SHOWN -- NOTES: ON PLAN SHEET G6 1. GRID&FABRIC SHALL BE PLACED 10'BEYOND THE LIMITS UNSUITABLE SUBGRADE. — ixfo COMPACTED COMPACTED 2. MIRAFI RS5801 MAY BE SUBSTITUTED FOR GEOGRID AND NON-WOVEN FABRIC. SWF BACKFILL MATERIAL I + ` I BACKFILL MATERIAL FR0.E NUBEN 3. CONTRACTOR SHALL USE A SMOOTH BUCKET BACKHOE OR EXCAVATOR 16417103 WORKING FROM THE EXISTING PAVEMENT SURFACE OR SOLID SUBGRADE.AFTER i� A, EXISTING UNSUITABLE MATERIAL HAS BEEN REMOVED,PLACE GEOSYNTHETICS 04/2017 COB TYPE 1 PIPE COB TYPE 1 PIPE ACCORDING TO THE CONSTRUCTION DETAIL AND IN ACCORDANCE WITH BEDDING MATERIAL I j I BEDDING MATERIAL MANUFACTURER'S RECOMMENDATIONS.THEN PLACE SUB-BASE COURSE IN PLACED TO 1'ABOVE — _ PLACED TO 1'ABOVE MINIMUM TEN(10)INCH AND MAXIMUM TWELVE(12)INCH LIFTS.PLACE SUB-BASE STORM DRAIN PIPE STORM I I IN PIPE AND AROUND PIPE IN PIPE BY END DUMPING METHODS.RUBBER-TIRED CONSTRUCTION EQUIPMENT WILL AND AROUND PIPE J - NOT BE ALLOWED ON THE WET CLAY SUBGRADE.CRUSHED BASE AND PAVEMENT — SURFACING CAN THEN BE PLACED.ADVANCE ACROSS THE GEOSYNTHETICS AND — _ COMPACT TO A MINIMUM OF 95 PERCENT OF ITS STANDARD PROCTOR DENSITY. z COB TYPE 1 L — —I — J GEOTEXTILE PIPE BEDDING I I I I 18"MIN.(TYP.) Q - SEPARATION SUBGRADE STABILIZATION SEPARATION FABRIC MATERIAL(IYP.) SCALE:NOT TO SCALE U SEPARATION FABRIC — �_y LL — I I CO) UNDISTURBED EARTH O Q 4" Z I.. 04.t0. 12" UJ �f- w cn a" o a O SPREAD FOOTING 4' W m 2 W DIMENSION PER W O LL N MANUFACTURER ELEVATION VIEW UNDISTURBED EARTH N (THICKNESS TO :r Ids m MATCH PRECAST BOTTOM) V NOTES: 1. GROUNDWATER MAYBE ENCOUNTERED DURING EXCAVATION FOR THE STRUCTURE,CONTRACTOR SHALL io •ool (�O r/q•••••• IMPLEMENT GROUNDWATER CONTROL MEASURES,AS NECESSARY,AND THEY SHALL OPERATE • �V` • 00 CONTINUOUSLY DURING INSTALLATION OF SEPARATOR STRUCTURE UNTIL FINAL SUBGRADE IS ESTABLISHED .••* .••'• •• •�•••� •i AND COMPACTED. ••• i W 2. CONTRACTOR SHALL PLACE A COMPACTED MAT OF TYPE 1 BEDDING STONE AS DETAILED ABOVE,AND ALL • B • • STONE,INCLUDING MATERIAL DETAILED FOR INITIAL BACKFILL SHALL BE COMPLETELY WRAPPED IN = VA 1'AN E. GEOTEXTILE SEPARATION FABRIC WITH 12-(MIN.)OVERLAPS SECURELY STAPLED. S N ERLOOS 3' s Q 3. GEOTEXTILE SEPARATION FABRIC SHALL BE MIRAFI 160N OR APPROVED EQUAL -4" : �Z E 4. GROUNDWATER LEVELS IN EXCAVATION AREA SHALL BE MAINTAINED 3 FEET(MIN.)BELOW EXCAVATED CENTER OF LANE i 0:.�yo• 407$4 F W BOTTOM. 5. BACKFILL DETAIL SHALL BE MIRRORED AND THE EXTENTS SHALL BE EXTENDED TO ALL FOUR SIDES OF THE ••• !C',C:v S•�►O••••���' EXCAVATION. SHARROW SYMBOL '••;S��NALE�'�;•' ••�••••• HYDRODYNAMIC SEPARATOR BEDDING DETAIL SCALE:NOT TO SCALE ''• '•• SHEET SCALE:NOT TO SCALE G 7 Apr 27,2017-10:48am-PACitylMT\BozemaM16417103 E.Peach St Reconstruction\CaddlConstruc8on Drawings\Misc Delail.dwg ©XLJ 2017 i NOTES: KL' I W I I I I 1. REMOVAL OF EXISTING CURB CC BOXES AND SERVICE LINES SHALL I I BE INCIDENTAL TO THE COST OF I I W I I I I I THE NEW WATER SERVICE LINE ' — — — — — — — CONNECTION. I I I I I I 2. REMOVAL OF EXISTING SANITARY V I I I w REMOVE 38 LF of INCIDENTAL I TO THE COST OF THE REMOVE EX.SAN. REMOVE EX.SSMH I EX.SAN.SEWER MAIN I I a:- NEW SEWER SERVICE LINE. L _SWR CLEANOUT L — _ J I_ I-.I V I REMOVE EX.SSMH I I I REMOVE EX. p L I FILL 8 ABANDON IN PLACE Jy���(jjj pu L _ J— — — _ LANDSCAPE BRICK mL 3. THE CONTRACTOR SHALL SALVAGE J 210 LF EX.SATO DRAIN Z (� � r — — — — — (q Z THE FOLLOWING EXISTING ITEMS: o \I/ �kl- FF- E(o) o ALL MANHOLE LIDS AND CASTINGS, D o o 00 ALL INLET FRAMES AND GRATES, C) SIGNS,AND FIRE HYDRANTS.ITEMS / T T T T T T T T�-- T T SHALL BE RETURNED TO THE T — v o w y w w OWNER.THE OWNER WILL DETERMINE THE LOCATION. --'2+ 0 - - 1 - - - - B gr s --�- S --t=- 6 F— 6 - s - - I E. PEACH STREET 4. CONTRACTOR SHALL COORDINATE c c c WORK WITH PRIVATE UTILITY a e c c c c _c E( E o E(oJ� _ EW _ — E 0 — _ AD)— RELOCATION WORK. F ' — — — — — — — — — — 5. ALL EXISTING TREES SHALL REMAIN o IN PLACE. CTOR RELOCATE EX. REMOVE 303 LF ROOT CUT TREES PRIOR SHALL PRIOR TO 0. REMOVE EX.SAN. REMOVE EX.STMH I POWER POLE EX.SAN.SEWER MAIN z EXCAVATION PER THE PROJECT SWR SRVC(fYP.) REMOVE 202 LF REMOVE 38 LF (BY OTHERS) MANUAL. DRUTeD EX.SAN.SEWER MAIN EX.STORM DRAIN BEV REMOVE EX.STORM REMOVE EX.STORM 6. UTILITY MAINS TO BE ABANDONED REhEwED DRAIN INLET DRAIN INLET IN PLACE SHALL BE PLUGGED AT TSS REMOVE 50 LF BOTH ENDS AND FILLED WITH PRO ECT NUX ER EX.STORM DRAIN FLOWABLE FILL MEETING THE 16417103 ISSN DATE REMOVE 38 LF REQUIREMENTS OF MPWSS 04/2017 EX.SAN.SEWER MAIN SECTION 02225. I Z CD CD Q + 00 V CD LEGEND Z REMOVAL/ 0 EXISTING ITEM ABANDON a w WATER MAIN ■ 0 CO) l7 FIRE HYDRANT ® GATE VALVE 1V W 2 F- J W :Z a SANITARY SEWER MAIN ■ N � SANITARY MANHOLE O ~Lu m 2 LL LLI ST STORM SEWER MAIN ■r W O N W sr STORM SEWER MANHOLE ® 25 0 25 50 m co co F 1-11 CURB INLET ® SCALE FEET U Z -- CONCRETE DRIVEWAY --- - --- CONCRETE SIDEWALK •••r••O �! r•w1��•••• U ~ ------- CONCRETE CURB&GUTTER 6 z EDGE OF ASPHALT SURFACE �•*,.•� �• W V EDGE OF GRAVEL SURFACE J BITUMINOUS/CONCRETE SURFACE F 0 YA E. Z • • • * VANDERLOOS ~ MILLED BITUMINOUS SURFACE © i ' Co GRAVEL SURFACE i N41 �4�7$ E W W e CHAIN LINK FENCE :�Q • Z e WOOD FENCE • �•:, CN Se Q••,'`�•� v x BARB WIRE FENCE TREES CONIFEROUS/DECIDUOUS ••r'Q.��N/���.••r•• t••rr■•rr••r• SHEET BUSH R1 ©KLJ 2017 Apr 13,2017-10:17am-P:kCitykMT\Bozeman\16417103 E.Peach St.Reconstruction\Cadd\ConstrucOon DraMngsXRemovals.dwg III REMOVE EX.SSMH I NOTES: KL) o III W III I 1. REMOVAL OF EXISTING CURB <c BOXES AND SERVICE LINES SHALL II' III ❑ BE INCIDENTAL TO THE COST OF J P I I Z III I'1I I I — I THE NEW WATER SERVICE LINE > CONNECTION. m III I'• I I — — I I 2. REMOVAL OF EXISTING SANITARY w III W III I I I I I I I SEWER SERVICES SHALL BE m 1 III v III �rl I I I I i I i I Q INCIDENTAL TO THE COST OF THE > a 3 NEW SEWER SERVICE LINE. i I I I1 III I I I I I c> o + 3 J- III MILL+/-96SY RELOCATE EX. n EX.ASPHALT SUFRACE I I I I T 3. THE CONTRACTOR SHALL SALVAGE w �I FILL 8 ABANDON IN PLACE III (MIN.2-DEPTH) POWER POLE I I r THE FOLLOWING EXISTING ITEMS: z Y 74 LF EX.SAN.SWR MAIN L.I w III Z I o r• I I I (BY OTHERS) I I I i I71 ALL MANHOLE LIDS AND CASTINGS, 0 I w REMONE w BOu) ALL INLET FRAMES AND GRATES, o El t II I I LI SIGNS,AND FIRE HYDRANTS.ITEMS n er°� \\ =• I _ J DSHALL BE RETURNED TO THE zc — +. OWNER.THE OWNER WILLh— DETERMINE THE LOCATION. w W W IF lrOCONTRACTOR SHALL COORDINATE _ + _ I _ _ S _ _ s s ' _ I 1 0 WORK WITH PRIVATE UTILITY Ier° 3 � EPEACH STREET 3 3 Fr°� 3RELOCATION WORK. W 11 7 p 5. ALL EXISTING TREES SHALL REMAIN o t.+ - E 0 — — ) E(o) E(o) _ r(o) E(0) F E( IN PLACE.CONTRACTOR SHALL < ? — ROOT CUT TREES PRIOR TO �. EXCAVATION PERTHE PROJECT III II' a MANUAL W °z � REMOVE EX.SAN. OM . JSWR SRVC(TYP.) REMOVE 460 LF I 6. UTILITY MAINS TO BE ABANDONED BEV 3 III EX.SAN.SEWER MAIN 3 IN PLACE SHALL BE PLUGGED AT SWF U BOTH ENDS AND FILLED WITH PRMCTR .M W REMOVE 58 LF FLOWABLE FILL MEETING 16417103 I.I III ` •Y EX.SAN.SEWER MAIN REQUIREMENTS OF MPWSS O"E s SECTION 02225. 04/2017 ••IWIII III `� III � 3 3 i pl III I'I I Z . I I I II o O o I— d' U LEGEND 0 + + REMMAU 00 EXISTING ITEM ABANDON CO) WATER MAIN • O 'a FIRE HYDRANT V ® GATE VALVE m W :E F O IL �5 SANITARY SEWER MAIN • W N Z SQ SANITARY MANHOLE SO F— m Q W �* STORM SEWER MAIN sr W W W W ON od sr STORM SEWER MANHOLE ® w m (n III CURB INLET ® zs o 25 so U Z CONCRETE DRIVEWAY SCALE FEET (n O CONCRETE SIDEWALK •••••••s••••••• _ ❑ -_ - - --_-_ _- CONCRETE CURB&GUTTER •••`-�Q 1� 1 q'Y •••••• U Z EDGE OF ASPHALT SURFACE •�• . •`• ••• Q U EDGE OF GRAVEL SURFACE • W • 0 BITUMINOUS/CONCRETE SURFACE O Q i .• BRYAN E. a Z MILLED BITUMINOUS SURFACE © • : ~ X s VANDERLQOS � m� GRAVEL SURFACEa� W W No.a CHAIN LINK FENCE . iu-j . 4Q784 PE . e WOOD FENCE • c�•'•��CENS�p'`•��. x BARB WIRE FENCE ••• S•'• ••,•••••• '•� ••• • ® TREES CONIFEROUS/DECIDUOUS ••••sYONAIL ••� BUSH SHEET R2 Apr 24,2017-1:51pm-PACitylM'1l13ozemank 16417103 E.Peach St.Reconstruction%CaftConstructlon DrawingsWemovals.dwg ©KLJ 2017 4, NOTES: <<KL) - I 1. REMOVAL OF EXISTING CURB BOXES AND SERVICE LINES SHALL BE INCIDENTAL TO THE COST T F HE NEW WATER SERVICE LINE CONNECTION. 2. REMOVAL OF EXISTING SANITARY � SEWER SERVICES SHALL BE REMOVE EX.FH INCIDENTAL TO THE COST OF THE L H REMOVE EX. NEW SEWER SERVICE LINE. � J REMOVE EX.SAN. FILL&ABANDON IN PLACE WATER VALVE 3. THE CONTRACTOR SHALL SALVAGE 355 LF EX.WATER MAIN SWR SRVC(fYP.) I THE FOLLOWING EXISTING ITEMS: z — REMOVE 2 EX. ALL MANHOLE LIDS AND CASTINGS, _ BOLLARDS ALL INLET FRAMES AND GRATES, h SIGNS,AND FIRE HYDRANTS.ITEMS SHALL BE RETURNED TO THE w OWNER.THE OWNER WILL p IN w w w w w DETERMINE THE LOCATION. oo k _ _ 00 _i _ _ __16 0 _ _ _ _17�00 6 4. CONTRACTOR SHALL COORDINATE zFF- TH o . >E E. PEACH STREET —� 2 WORK RELOCATION ON WORKS UTILITY o y _+ —� -(O E(0) E ) p _ _ _ _ �) 5. ALL EXISTING TREES SHALL REMAIN o XT E(J IN PLACE.CONTRACTOR SHALL RELOCATE EX. v Eli ROOT CUT TREES PRIOR TO o LLI TELEPHONE PEDESTAL REMOVE EX. sl EXCAVATION PER THE PROJECT Z Z (BY OTHERS) WATER SRVC(TYP.) MANUAL. o D REMOVE 362 LF y RELOCATE EX. EX.SAN.SEWER MAIN y BEV POWER POLE SWF H (BY OTHERS) y / 16417103 - !ll issue once 04/2017 y / Z O Oto ti O LEGEND EXISTING ITEM ABANDON Z N WATER MAIN • O Y7 FIRE HYDRANT Q J ® GATE VALVE W W 2i > SANITARY SEWER MAIN N Z O SANITARY MANHOLE SO ~ Cog W IT STORM SEWER MAIN R W O N sr STORM SEWER MANHOLE ® m zs o zs so CURB INLET ® N Z -- ----- CONCRETE DRIVEWAY SCALE FEET (n O CONCRETE SIDEWALK •.••�O N T•'•••.• = p --'---- CONCRETE CURB&GUTTER • ----- -- •.• ,.......... q••., Q o EDGE OF ASPHALT SURFACE •' :�• o W V •EDGE OF GRAVEL SURFACE a 0 Z 0 i BITUMINOUS/CONCRETE SURFACE 0 0 • BRYAN E. , VANDE s ti MILLED BITUMINOUS SURFACELoos : X GRAVELSURFACE W W e CHAIN LINK FENCE :O • NO• 40784 PE ��L(/ e WOOD FENCE i "n(•��•��C�''`'S�.. �.•'�� •• x BARB WIRE FENCE %fJ' 7•e•• N.... �• TREES CONIFEROUS/DECIDUOUS •'W+•�.•"+eW:.•„ • �> SHEET G J BUSH R3 Apr 13,2017-10:22am-P:\Ctty\MT\Bozeman\16417103 E.Peach SL Reconstruction\Cadd\Construc6on Drawtngs\Removals.dwg ©KLJ 2017 I I I a I I I I Q I STA 14+88.81.31'LT ~ FIRE HYDRANT- SERVICE REPLACEMENT \ > I STA 17+16.58 I I c WITHIN ROW I _j y r I NEW CURB STOP&BOX 18.01'LT Z CONTRACTOR SHALL RESTRAIN 6'INV.=4748.10 - I ALL WATER MAIN JOINTS WITHIN 29 LF FG=4766.10 w BURY DEPTH=8.0' o OF THE VALVE&PLUG AT STATION 17+18.65. w a w w w w o 1 O _1 0E—_o — — —1 0 _ » — » 15 0 • _ _ » 16 0 _ »—_ 17 00 60 Q 7 ,: w `+`, T j.• E(O o LK°) E ) O o > w CONTRACTOR SHALL DISCONNECT ' r w `o EX.WATER MAIN FROM TEE A STA 14+66.84,30'RT Eli a = STA 16+01.97,31'RT STA 16+75.44,32'RT AND INSTALL6`PLUG � SERVICE REPLACEMENT SERVICE REPLACEMENT SERVICE REPLACEMENT ` STA 13+77.80 o WITHIN ROW WITHIN ROW WITHIN ROW 9.62'LT NEW CURB STOP&BOX NEW CURB STOP&BOX NEW CURB STOP&BOX " z STA 15+11,54,31'RT PRIVATE UTILITY/SERVICE DRAffM SERVICE REPLACEMENT y CONFLICTS: BEV WITHIN ROW Ill aEvuvEo NEW CURB STOP&BOX LOCATIONS ARE APPROXIMATE TSS s AND DEPTHS ARE UNKNOWN PROJECT""'-m 16417103 GAS MAIN © ISS DATE r ti ELECTRICAL QE TELECOM/FIBER 3 I CABLE WATERSERVICE ® z 4775 EAST PEACH STREET 4775 ®_ SEWER SERVICE QS -•.................................... ...................................... ...................................... .............................. ............................... .................................. -------------------------------------------------------------------------- -------------------------------------- ------------------------------------- ----------------------------------------------------------------------------- -------------------------------------- - ;.................................... .................................. _ .. WATER MAIN ® y p L ......................................_..............................................................................c...................................... .........................I............ ...................................... ...................................... ............... V .................i................----.................. ......................................i...................................... .......... SEWER MAIN 4770 ......... 4770 CD ......................................_.........................................-...................................- .........-.......................... ...................................... ...................................... ............................................................................. ...................................... .............................................................................. ...... o .................... ......................................a...................................... +.............................r........n...... N ......................................y..............................................................................;;...................................... ......................................-...................................... ...................................... ...................................... ......................................ti...................................... ......................................:....... ® r 4765 ' 4765 {...................................... ......................................r...................................... ..........................EXISTING GROUND................... ...................................... .................................... ...................................... .................................... .................................. Q I— PROFILE Iv ......................................_............................................................................._...................................... ................. ....... .................,. ..PROPOSED CENTERLINE................................. ..........r...........................-...................................... ......................................:....... W � ...................................... ...................................... ......................................-...................................... ............. ....................... ................................. ... ..PROFILE ................................. ...................................... .................................... ...........I...................... _ .. N ......................................i...................................... ......................................e...................................... .......... ...........................i............................. ....... ......................................,. ' ............-................... .. .. .. Z w 4760 4760 m W ......................................:.......................................................... I - _ ................................. ..... ;' ................................ .....................................:................................... ..... ... _.................. --. - _.--.,. :..............--.-. m .. .. .. w ............................................................................. ................................................................ ..Q..... ............................. ........................ w 0- ............... _ ...........................i.................................... .................................. .. 25 50.............. ......................................�..................... 25 0 4755 ......................................i"........ 06 .............................. .................................... i .................................. ..... ..... .. .........................................................................©....................d........................................................................ ................:..'...`:-- -..-.... .... 4755 SCALE FEET E Q �• e............. :—.......—........ _..144 LF 8`CL ...... .................................. .................................. ............................ ........................ '•e' �o .. 51 D.1.WATER .................................. o o w .. .. .. .. a.. ......................................L................................ .......................... .............................. .. ........................ ................................... f o _ MAIN......................wS 2LF8 CL51"' "' O OLu 4750 ` ` - D.I.WATER MAIN 164 LF 8"CL 51 D.I.WATER MAIN 1 0°oCL ................. .............................................................................�.... _. : . 4750 � °o :.. = ...................................... ...................................... _ - _, -.. T. SHANL `$ REMOVE EX.PLUG& TEE .. .. 8"X6` • ......................................:...................................... .................... .......... ....................................-..................-................... .......................................:.. ............... ... ....... .................... _ .. .. INSTALL 8'X6`REDUCER' Sta 17+16.65,11.88 LT $ 8 ...................-----•-•------'--. ................................... CONTRACTOR VERIFY........ ...... ....... .............................a...................................... ......................................,;.............................----_.. ................ .. ... ....... .................... .. °o 8"INV.=4747.90.................. .. .. a o 47-^,5 LOCATION&ELEVATION 4745 GATE o°8"GA VALVE&BOX p 1 ................ Sta 14+05.63,12.55 LT............... ........ ..........8`GATE VALVE&BOX.................... .... GRADE BREAK...... .............................. ......................................i.......Sta 17+18. No. E ....................................... ---•--.......................... ................. 8`INV.=4751.91 Sta 14+08.63,12.54 LT .................... ....Sta 15+53.03,12.24 LT...................................... g = _ .. o`INV. 4747.89•••-•- •• w _ .............. - 8`INV.=4751.85 8"INV.=4748.72 .. .. O^` � rg o .. .................... .. .. ... ..... .....'•..... . . ........... .. ................... .................. .. .................................. ....................................... _ .............................. FG=4758.10 ......................................a...................-...-.............. .-..........3 LF 8`CL 51 D.I.WATER MAIN a...................................... ......................................%...................................... ......................................b....... INSTALL 8`M.J.PLUG ............................. / ENSE.... p° I ®u' 4740 ON DEAD END SIDE 4740 •®•gfos�_\ W Cf N t�D a7 m N O N V O�I s� `�0000 - ll n n n� �� n n n n ~~~•N•••0000cao�•oo•e � S:;EET� 12+00 13+00 14+00 15+00 16+00 17+00 17+60 J� Apr 26,2017-3:49pm-PAC ity\&TL\Bozeman\16417103 E.Peach SL Reconstrucdon\Cadd\ConSWCGOn Drawings\Water Design Plans.dwg / QC KLJ 2017 NOTES: @ (1 _ _ _ _ 1. SEE TRAFFIC CONTROL SHEETS h11 ANENT TRANSITION EX.ASPHALT I I CONTROFOR L PERMANFENT H PR OPOSED — — r _ _ _ TO MTYPICA L SECTION I MARKING PLANS. I i LIJ STA 13+82.55,119.8 LT I 1 � . SEE INTERSECTION GRADING LU I 2 DETAILS FOR CURB RETURN RADI o > AND SPECIFIC CURB GRADES. z CL DRIVEWAY I I TEMP. CL DRIVEWAY I Q I D STA 10+95.29 CL DRIVEWAY CL DRIVEWAY CONST. STA 12+64.07 I Q I CL DRIVEWAY CY = 3. SEE SHEET G5 FOR TYPICAL N 16.01'LT 16.00'LT STA 9 59 I STA 11+96.73 ESMT 16.00'LT P SECTIONS.I STA 14+91.57 16.00'LT RESET EX.FH TEMP. 16.09 LT z TEMP. Z 4. CURB TRANSITIONS FOR DRIVEWAY zo TEMP. I I IF1(L� IN BLVD Z CONST. m F CONST. CONST. (1``XylQy��1 I ESMT Cn APPROACHES TO BE n w ESMT I GRADING LIMITS _ GRADING LIMITS � > z g I' ESMT C I— — — J --- ---_ L _c _ — — — — _ — — — D CONSTRUCTED AS FOLLOWS:3' wf 0 FOR Y c TRANSITIONS FOR RESIDENTIAL r rn DRIVEWAYS,5'TRANSITIONS 1 — — — * o COMMERCIAL DRIVEWAYS. w- p— g TRA 10 00_ 11 00 12 00 0 `; 13t00�_ 14 00 ■ N 15 00 0 � � S. M NIIMUM OP 0.25 OF TYPE B A» > 32.0'-- - » -`i— _Z $ >Z » > »— 1600 _ o r - - - — - 32.0'�-- ' - ''_ ASPHALT PAVEMENT IN EACH a a—� 18' 1 —+- e g'��- _� I I I E. PEACH STREET ; s' DRIVEWAY PATCH,OR MATCH THE O R:BE 9' �" a —► 14' �— EXISTING THICKNESS,WHICHEVERE(0) ESPHALTisINCLUDEDINTHE CONNECTTOEX. ASPHALT PAVEMENT LINE ITEM. (� . CURB 8 GUTTER CL DRIVEWAY CL DRIVEWAY CL DRIVEWAY RESET EX. GRADING LIMITS 6. CONTRACTOR SHALL PLACE A w STA 10+52.49 STA 11+29.93 STA 12+24.67 STA 12+91.61 GRADING LIMITS n CL DRIVEWAYZ16.00'RT 16.00'RT 16.00'RT 16.00'RT MAILBOX IN BLVD STA 15+59.34 MINIMUM OF 0.25'OF-1-1/2•J 16.00'RT Z CRUSHED BASE COURSE IN EACH GRAVEL DRIVEWAY APPROACH. Q THIS QUANTITY OF BASE COURSE IS PRoxu N, Im _ INCLUDED IN THE CRUSHED BASE 16417103 COURSE LINE ITEM. ' DAZE 04/2017 Z O o 4780 EAST PEACH STREET 4780 H ................................................................ ........... .........................::.................•---------........... ..................---..................>...................................... .......................................>................................---- ------------------.............. .................................................................................::...................................... ' ------------------------------------------------•----------------------.... ......................................::...................................... ......................................;........----------.----...---------. ....................................<...................-----.....--------- ............................................ ---................----...... t) o . .............................: ------..........--------•---•-•-•- .............----------------------........ ----.................. .... .-•-..............-------------==--------............................ ....-----------........................;.......-----•-----------....--------- ----------................................................................... .......................----...........<....--•- ....... .............. --------------=-------------- --------------------- ---------------------------------------=------------------------------------- -------•-------•-•--................................--------------------------- ------...--------.....................>.......---------------•-----------.... ..........................................--..-------------............... CD + ................................:...................................... 4775 4775 i .................-......----- ...........--..............---...._ .......--•---•-...................---`------...•............................•-----------.........-•--............................................................................................................................................................................:...................................... ................. ---.......--........---........................... ---_................................................-.-................... ........ ............................ .................... ............. .........................-...... >.......................................................................................................................................................................... ....................... . .........._..--................................................ ..........................................................................I... -•---•------.......................... .._................................ ...--------•---•---......_................................------......... .............................................-......--...................... ~ ................................... - Z U� ..............................._...... ..... - .............. _.............................:.........................I............. .............. ......._......I......------------..................._.. .._.................................................. -----........ ........---...........................:......_............. ....._......... 4770 4770 W --•---........-....----................ . ....... ............... --- .........--'----------......................--'- --...._..................................•'----------......-----......... ....._...._._.......................t...................................... ............ ------------ EXISTING GROUND _ U Q ...................................00 ---------------------•------------- ..............................................................._........... ....._...................................--............ ....... ....... ..... PROFILE _...............••.....----. ................................. - -----............................. 1V Uj � J ..................._.._..............----...-------------_.-....._. -------_-----------......-. •o..............__..I----- ....;...-.-..._..._..._..._.._. .................................. ..................-.......-.-.....- 2 C+ o m o W .........................................................._.....................-........•-•----� .------............................ -'........-----...-----............................................... •m.......------------......................------..................... ......................-..........-......----.-_.... v--•-------•----.......................................;......................----•---........ 4765 +a o^ o 4765 N Z ....... -- ........................_..................... .....---•--...................................... -N-----------• --..................................- .................................... m Q 9. w ....................... - ........................... + a ;... 06......................................:....................................... ...................................>J aw.....- - ...... ......................... _...... -> . -w--..................-..........;......... - - - - -------........... ............... ................. ------.....................•--.......•....................................... W ILL W .......................................:...................................... ..................... J J ......................--........ ----------------------.............. ..........................................-...................... ...................................... .........---------...................................... a w....... ......--•---....................... ........--.......-................. .......... -W.............. ----...-----............................... (u O N Z CL@-0.72/0..... - ........ - - - _...... ...__ 0........._...-> - ...... .......... - - .......- - ;...............fL w......-........ .......------.............----------------.................------ .......... 4760 _ m J 4760 @ _..... CL 51% ........................_..........................CL o L - @-0.70%. _ - ... .................. ......_.................................. .............................. 25 0 25 50 r U......................... .......:::........................_ ............................r,,.,,.............. .......................................:..................- _ ................. SCALE FEET z CL @-0.96%.... ..................-..--....... . ...............---.............. --.._.... - .....................................'...................................... ..........................................................._................. ..............................---.....::-............`.........-............ .....................................•..._..-...........__.._..........- -----.........................'.'."..............._.............._...... •••o•oD0000 4755 _ i ': - a••r o°a® 4755 • - O • w • ...................................... . P ENTERLI E. ............-- _---------------------- _..... -..............._ _...............----- • • . .;............. _ ..__. ._... .. .................-.. .. -- PROFILE-..... _ .....................................................--- .........................._..........'.---------------------------- _ _ _. ____ .........__ W .................-- --.....- . .- _ --- ............. -- ------ .... ---.....-............;......_......._........_.._.. - -......= ----------------------------...... ...--------------------------=..........._..-_... ........... ................... ........................................ 4750 = - 4750 o o �. i o i B RY A _.........----------------------------------.................. ------------ . ........---------:.......................•---..........-- ----------------------......-__.. ...................................... .................--................... .......---------.....---------------.. ...........-----.-----------------.........----------------------------- --'--..................................;..................... 0 • V - ........-_....... ----------- -- ------------------------------- --.------.......... .........._........-- --. ..- ........................----- . .- • --.....-----...........;............------ .........--... ..------ ....--•-----.-•---- .........--------------------....--- ...._........................... - .._.... .- ......................... _.......... :........................... - - .-.....-...- ....................<.................................---- . ...._.._..._..........._...... ..._............................... ...................... ..--.-...... <... <.. ----------------------- o O� � Q o 4745 '� ' 4745 F 70 o -------- ...................................... ...----------------------............----------------------------------- --.....-•-------------........... ...................---------......- .........--------............. ............_...._...........--- --._........-..._................ ..---------..................... do. 4... o�o Ia.I 0 -- ..........................-----------------------------------.... ...................................... ...................................... ........................................................ - -- -------- . .---........ .--------------------------- -------------------- --------. ------------------ - o� a 84�� • - - - ........;:............. ......... -------=....--................_..-- _...._.._....... z� --------------- --------------:---------------------------------- --------------------------------- ----- ::-.-._......._._......__.. .............._......_......—....._............._. ...--......... . ..................---_..._._ .................................. 4740 .......... .. •� o ry°' m^e 4740 0 0�.%� QE••'e ao o m o1 w c� m a a 9 o00 �NA o°°o m io m v�'i b b 6 C6 a N 16 °oo00 0�o° v d v Y v v a s v v y v 000000 SHEET 10+00 11+00 12+00 13+00 14+00 15+00 16+00 7-+2 Apr 24,2017-1:48pm-P;\City\MT\Bozeman\16417103 E.Peach St Reconstruction\Cadd\C°nstructlon Drawings\Geometric Design Plans.dwg C KLJ 2017 NOTES: <<V L� 1. PROVIDE DETECTABLE WARNING 1� DEVICES MEETING THE CITY OF BOZEMAN STANDARD'S AND PLACEMENT SHALL COMPLY WITH CITY OF BOZEMAN STANDARD J DETAIL DRAWINGS. cli +^ 2. VERIFY ELEVATIONS IN THE FIELD � PRIOR TO CONSTRUCTION. o F 3. MATCH EXISTING ELEVATIONS AT N ALL JOINTS BETWEEN NEW AND a EXISTING CONCRETE.ELEVATIONS o z 0 SHOWN AT MATCH LOCATIONS ARE y APPROXIMATE. w Il a l I STA 11+17.09 I 4. THE TYPICAL CROWN STARTS AT L11 I 25.00'LT STATION 11+47.09.THIS GRADING w o a I I EW 4760.35 I SHEET INDICATES PLAN GRADES STA rn 11+17.09 FROM STATION 10+52.51 TO z w III W I` I I I 20.00'LT I 11+47.09. o Q I I( a 41 EW 4760.27 STA 11+47.09 W II STA 10+83.87 STA 11+06.65 I I STA 11+42.09 I 25.00'LT R V 1 I I 25.01'LT 125.00'LT `.. 25.00'LT EW 4760.08 a G Q I Il EW 4760.64 EW 4760.44 EW 4760.13 v J W I •I la I STA 10+83.87 I STA 11+az 09 STA 11+47.09 J \ d STA 10+73.86 19.96'LT STA 11+06.69 I 20.00'LT p 20.00'LT z Q \\ L ° 24.86'LT EW 4760.57 �� 19,91'LT - EW 4760.01 EW 4760.05 uR�Teu -T E/ EW 4760.97 EW 4760.37 e- d SWF - - -- - - - - - - - - - - - - - - - - - - � ° E \\ PRO CTW-A w e \ e. 16417103 BEV ISSUEOATE STA 9+69.48 STA 10+00.00 STA 10+50.00 STA 10+73.86 ° 04/2017 16.05'LT 16.04'LT 16.02'LT 19.98•LT STA 11+12.09 STA 11+47.09 TBC 4761.54 I STA 10+78,87 16.00'LT 16.00'LT TBC 4761.27 TBC 4760.62 n EW 4760.76 16.01'LT STA 9+69.47 N N STA 10+50.00 �i STA 111+11.72.26 0 o TBC 4759.96 TBC 4760.56 STA 11+47.09 0.00, E. PEACH STREET o.00• 16.00•LT ASP 4761,41 10 00 ASP 4760.83 TBC 4760.27 0.00, - L+ - - - - - I - - - -28.0'-- 11 00 _ _ _ _ ASP 4760.14 I w STA 10+55.51 + O p ASP 4761.19 16.00'RT STA 11+41.87 p ASP 4760.47 16.00'RT C4 o o FL 4760.56 o TBC 4760.14 0 '~V TBC 4761.01 STA 11+00.00 0 o STA 11+47.09 f N STA 11+17.98 ri 16.00'RT 16.00'RT '+ sT TBC 4760.56 TBC RT TBC 4760.09 V - - - - - TBC 4760.38 D O • - - - - - - - - - - a E (0) E(0) E(0) E(0) E(o) ) E(0) E(0) E(0)� E(0) ° •E(0) , E �T //� O� j` . • • . a-0I- _ - a a a - - - - - - - - - -- �' e - - d .- - - - - - 1V yz H L �- - - - - - - a- -�- -^ x - x= -d• ('4 - - - -a- - - - - _.I // ^I •I STA 10+52.51 W < Q F- I 16.00'RT g Uj 2 FL 4760.57 N Z w III TBC 4760.94 m Q o LU U- N Z m o m zo m III SCALE FEET �n I I ••f••/NNfba•••f � W ••.• MO N Tgiy •••/f V w w co YAN E. a ANDERLOOS It!) w No. 40784 PE 6A-: w w • .�: /k,: osoptfoom f• SHEET i2 NT3 Apr 24,2017-1:37pm-P:1CityXMT\Bozeman116417103 E.Peach SL Reconstruction\CaddlConstruction Drawingskintersection Grading Sheets.dwg ©KLJ 2017 k f{ I f EAST PEACH STREET RECONSTRUCTION TABLE OF CONTENTS The Montana Public Works Standard Specifications, Sixth Edition, April 2010 (MPWSS) and the City of Bozeman Modifications to MPWSS (COBMODS), with all addenda, are included by reference in their entirety in this Project Manual and shall be used except as amended or supplemented herein. These documents can be found as follows: MPWSS: http://www.mtagc.org/forms-l/ COBMODS: http://www.bozeman.net/Departments-(1)/Public-Works/Engineering/Forms-and-Permits The Table of Contents below identifies the location of each division and section. I DIVISION 0 BIDDING REQUIREMENTS, CONTRACT FORMS/CONDITIONS LOCATION 00100 Invitation to Bid.......................................................................................Included Herein 00200 Instructions to Bidders ...............................................................................Included Herein 00300 Bid Form................................................................................................Included Herein 00300A Non-Discrimination Affirmation Form .............................................................Included Herein 00500 Agreement Form ......................................................................................Included Herein 00700 General Conditions for Public Works Projects ..................................MPWSS 00810 MPWSS Supplementary Conditions to the General Conditions ...........................................MPWSS 00840 Montana Prevailing Wage Rates ....................................................................Included Herein 00910 Design Engineer's Special Provisions ..............................................................Included Herein 00910A Geotechnical Engineering Report..................................................................Included Herein N/A City of Bozeman Special Provisions........................................................................COBMODS : FORM C-410 Suggested Bid Bond......................................................................... ..MPWSS ........... FORM C-430 Bid Bond penal Sum Form..............................................................................MPWSS FORM C-510 Notice of Award..........................................................................................MPWSS FORM C-520 Suggested Form of Agreement between Owner and Contractor, Stipulated Price ..........MPWSS FORM C-550 Notice to Proceed .................................................. .MPWSS FORM C-610 Performance Bond.......................................................................................MPWSS FORM C-615 Payment Bond... ...MPWSS FORM C-620 Contractor's Application for Payment ...............................................................MPWSS FORM C-625 Certificate of Substantial Completion ...............................................................MPWSS FORM C-940 Work Change Directive .................................................................................MPWSS FORM C-941 Change Order.............................................................................................MPWSS FORM C-942 Field Order................................................................................................MPWSS DIVISION 1 GENERAL REQUIREMENTS LOCATION 01010 Summary of Work................................................................................................MPWSS 01041 Project Coordination ............................................................................................MPWSS 01050 Field Engineering......................................................................................Included Herein 01090 References .....................................................................................................MPWSS 01200 Measurement and Payment .........................................................................Included Herein 01300 Submittals .............................................................................................Included Herein 01300A Submittal Form ........................................................................................Included Herein 01300B RFI Form .............................................................................................Included Herein 01400 Quality Control and Quality Assurance............................................................Included Herein 01500 Construction and Temporary Facilities....................................MPWSS supplemented by COBMODS 01560 Environmental Quality Control .....................................................................Included Herein 01570 Construction Traffic Control................................................MPWSS supplemented by COBMODS East Peach Street Reconstruction Table of Contents Page 1 of 4 KLJ Project16417103 01580 Temporary Water Supply ....................................................MPWSS supplemented by COBMODS 01590 Erosion Control .......................................................................................Included Herein 01700 Contract Closeout.....................................................................................Included Herein DIVISION 2 SITEWORK LOCATION Sections 02100 - Site Preparation 02110 Geotextiles ..............................................................:......................................MPWSS 02112 Removal of Existing Pavement, Concrete Curb, Sidewalk, Driveway and/or Structures....................................MPWSS supplemented by COBMODS 02113 Adjusting Existing Manholes, Lampholes, Inlets, Water Valve Boxes, Water Services and Fire Hydrants to Grade ..................................................................MPWSS supplemented by COBMODS 02114 Relocating or Removing Utility Poles, Street Signs and Mailboxes ........................................... ....MPWSS ...................................... Sections 02200 - Earthwork 02221 Trench Excavation and Backfill for Pipelines Et Appurtenant Structures .......................................MPWSS supplemented by COBMODS 02222 Low Permeabillity Trench Backfill Plugs.....................................................................MPWSS 02225 Flowable Fill .....................................................................................................MPWSS 02230 Street Excavation, Backfilt and Compaction ................................................................MPWSS 02234 Sub Base Course..................................................................................................MPWSS 02235 Crushed Base Course .........................................................MPWSS supplemented by COBMODS Sections 02300- Civil Site Work 02373 Riprap...................................................................................................Included Herein Sections 02500 - Paving and Surfacing 02502 Asphalt Prime and/or Tack Coat...........................................MPWSS supplemented by COBMODS 02504 Asphalt Seal Coat .............................................................MPWSS supplemented by COBMODS 02505 Construction Seat ................................................................................................MPWSS 02510 Asphalt Concrete Pavement.................................................MPWSS supplemented by COBMODS 02515 Portland Cement Concrete Pavement........................................................................MPWSS 02528 Concrete Curb and Gutter...................................................MPWSS supplemented by COBMODS 02529 Concrete Sidewalks, Driveways, Approaches, Curb Turn Fillets, Valley Gutters, and Miscellaneous New Concrete Construction.................................................MPWSS supplemented by COBMODS 02581 Pavement Markings and Markers (Preformed Plastic, Paints and Enamels) .................................MPWSS supplemented by COBMODS 02582 Reflective Thermoplastic Pavement Markings ...........................MPWSS supplemented by COBMODS Sections 02600 -Water Distribution 02660 Water Distribution ............................................................MPWSS supplemented by COBMODS Sections 02700 - Sewerage and Drainage 02720 Storm Drain Systems..........................................................MPWSS supplemented by COBMODS 02721 Hydrodynamic Separator Unit ......................................................................Included Herein 02725 Drainage Culverts .................................................... ...........MPWSS ................................. 02730 Sanitary Sewer Collection Systems ........................................MPWSS supplemented by COBMODS Sections 02700 - Sewerage and Drainage 02910 Seeding .....................................................................................................MPWSS 02920 Hydraulic Seeding................................................................................................MPWSS East Peach Street Reconstruction Table of Contents Page 2 of 4 KLJ Project 16417103 i I DIVISION 3 CONCRETE LOCATION Reference MPWSS applicable sections. DIVISION 9 FINISHES LOCATION 09810 Street Signs ..................................................................................................COBMODS APPENDICES LOCATION Reference MPWSS £t COBMODS for applicable Appendices. CONSTRUCTION PLANS LOCATION Construction Plans dated [March 2016] .......................................................Separate from Specifications z i x x r t E r r } i r East Peach Street Reconstruction Table of Contents Page 3 of 4 KLJ Project 16417103 1 THIS PAGE INTENTIONALLY LEFT BLANK East Peach Street Reconstruction Table of Contents Page 4 of 4 KLJ Project 16417103 DIVISION 0 : BIDDING � REFQUIREMENTS, CONTRACT FORMS Ft CONDITIONS w • } 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: t a. V Arithmetic Checked? b. ,/ Unit Bid amounts agree with math calculations? c. ✓ All Addenda acknowledged on proposal sheet and cover? d. Signature portion completely filled out? e. Bid Proposal Intact in Contract Documents (Do not remove) t f. Non-Discrimination Affirmation form completed and signed? 3) 1 Bid Envelope: a. Addressed properly? (See Article 1 - Bids, Instructions to Bidders) b. Contains the Contract Documents and Specifications Booklet? c. ✓ Acknowledged Receipt of Addenda? d. Sealed? 4) Bid Submitted prior to required time at specified location? z Be sure to seal your bid. Include project name, bid date/time, contractor name, contractor registration number, and acknowledgement of all addenda (by number) on the outside of the bid envelope. Leave all sheets intact in the Contract Documents and Specifications booklet. Return the complete Contract Documents and Specifications booklet. F ALL BID DOCUMENTS AND BONDS MUST BE ORIGINALS. NO FAXED COPIES WILL BE ACCEPTED. East Peach Street Reconstruction Bidders Checklist Section 00000 KLJ Project 16417103 Page 1 of 2 THIS PAGE INTENTIONALLY LEFT BLANK East Peach Street Reconstruction Bidders Checklist Section 00000 KLJ Project 16417103 Page 2 of 2 i 1 SECTION 00100 INVITATION TO BID NOTICE IS HEREBY GIVEN that the City of Bozeman, Montana, is accepting sealed bids for: East Peach Street Reconstruction Project Separate sealed bids for the construction of East Peach Street Reconstruction will be received by the City of Bozeman City Clerk, City Hall, 121 North Rouse Avenue, P.O. Box 1230, Bozeman, MT 59771-1230. Bids must be received before 2:00 p.m., local time, on Tuesday, May 2, 2017. Original copies must be submitted- no faxed or electronic bids will be accepted. Bids will be opened and read aloud following the close of bids. The physical address for delivery of the bids is: City Clerk's Office, City Hall, Suite 202, 121 North Rouse Avenue, Bozeman, MT 59771-1230 The mailing address for mailing of the bids is: City Clerk's Office, City Hall, Suite 202, P.O. Box 1230, Bozeman, MT 59771-1230 Please write the name of the proiect on the front of the seated bid. The project consists of: Reconstruction of East Peach Street from 62 feet west of N. Church St. to the intersection of E. Peach St. with N. Plum Ave. and E. Avocado St.; Replacement of existing water main, valves, fitting and appurtenances; Replacement of existing sanitary sewer main, manholes and appurtenances; Replacement of existing storm drain, inlets, manholes and appurtenances; Removal of the existing road section, curbs, gutters, and pedestrian ramps; Installation of a new 32' (back of curb to back of curb) urban street section including, subgrade, base course, asphalt pavement, concrete curb and gutter, concrete sidewalks, pedestrian ramps, drive approaches, and incidental items; and new signage and pavement markings. The Contract Documents, consisting of Drawings and Project Manual, may be obtained or examined at the office of the Engineer: KLJ, 1982 Stadium Drive, Suite 3, Bozeman, MT 59715 in accordance with Article 2.01 of the Instruction for Bidders. A paper set of contract documents is available for a non-refundable price of $80.00 per set. Contact Shane Strong with KLJ at timothy.strong@kljeng.com or by phone at (406) 582-6222 with any questions during the bidding phase. In addition, the Contract Documents may be examined at the City of Bozeman, Engineering Department, 20 East Olive St., Bozeman, MT 59715. Bidders must obtain bid documents from Engineer, and be shown on the plan holders list, to be considered a responsive Bidder. East Peach Street Reconstruction Invitation to Bid Section 00100 KLJ Project 16417103 Page 1 of 2 Contractors 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 Department of Labor and Industry, P.O. Box 8011, 1805 Prospect, Helena, MT 59604-8011. Information on registration can be obtained by calling 406-444-7734. 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 in accordance with the Montana Prevailing Wage Rates or by Davis Bacon Wage Act. The Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, age, marital status, national origin, actual or perceived sexual orientation, gender identity, or disability. 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 a Certificate(s) of that insurance shall be provided. No bid may be withdrawn after the scheduled time for the public opening of bids as identified in this Invitation to Bid. The right is reserved to reject any or all proposals received, to waive informalities, to postpone the award of the contract for a period of not to exceed sixty (60) days, and to accept the lowest responsive and responsible bid which is in the best interest of OWNER. The City of Bozeman is an Equal Opportunity Employer. Dated at Bozeman, MT, this 6th day of April, 2017. Robin Crough, City Clerk City of Bozeman Advertisement in the Bozeman Daily Chronicle on April 9, 2017 and April 23, 2017. East Peach Street Reconstruction Invitation to Bid Section 00100 KLJ Project 16417103 Page 2 of 2 i SECTION 00200 INSTRUCTIONS TO BIDDERS GENERAL These Instruction to Bidders shall be used in lieu of Section 00200 - Instructions to Bidders found in the Montana Public Works Standard Specifications, 6th Edition. In addition, these Instruction to Bidders are amended to include the modifications to Section 00200 found in the City of Bozeman Standard Modifications, dated March 31, 2011. Should any discrepancy exist between these Instructions to Bidders and the City of Bozeman Standard Modifications, the City of Bozeman Standard Modifications shall take precedence. ARTICLE 1 - DEFINED TERMS 1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and the Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder - The individual or entity who submits a Bid directly to Owner, as distinct from a sub-bidder, who submits a bid to a Bidder. B. Design Engineer- shall mean KLJ. C. City Engineer- shall mean the City of Bozeman. D. Issuing Office - The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. E. Owner- shall mean the City of Bozeman. F. Successful Bidder - The lowest responsible Bidder submitting a responsive Bid to whom Owner (on the basis of Owner's evaluations as hereinafter provided) makes an award. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Invitation to Bid may be obtained from the Issuing Office. The deposit will not be refunded. 2.02 Complete sets of Bidding Documents must be used in preparing Bids; neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. East Peach Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417103 Page 1 of 14 2.03 Owner and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not authorize or confer a license for any other use. ARTICLE 3-QUALIFICATION OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the work, within five (5) days of Owner's request, Bidder shall submit written evidence, such as financial data, previous experience in performing comparable work, present commitments and other such data as may be called for in the Special Provisions. 3.02 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. 3.03 Each Bidder may be required to show that former work performed by him has been handled in such a manner that there are no just or proper claims pending against such work. No Bidder will be acceptable if he is engaged on any other work which impairs his ability to finance his contract. The Bidder shall demonstrate his ability by meeting all requirements herein stipulated, if asked for them. 3.04 Bidder is advised to carefully review those portions of the Bid Form requiring Bidder's representations and certifications. 3.05 All Contractors conducting work within the City of Bozeman are required to have a current Business License. Application for Business Licenses may be obtained at City Hall, 121 North Rouse Avenue, Bozeman, Montana. 3.06 All Contractors will have a policy to provide equal employment opportunity in accordance with all applicable state and federal anti-discrimination laws, regulations, and contracts. Contractor will not refuse employment to a person, bar a person from employment, or discriminate against a person in compensation or in a term, condition, or privilege of employment because of race, color, religion, creed, political ideas, sex, age, marital status, national origin, actual or perceived sexual orientation, gender identity, physical or mental disability, except when the reasonable demands of the position require an age, physical or mental disability, marital status or sex distinction. Contractor shall be subject to and comply with Title VI of the Civil Rights Act of 1964; Section 140, Title 2, United States Code, and all regulations promulgated thereunder. Contractor shall require these nondiscrimination terms of its sub- Contractors providing services under this agreement. A. The Bidder shall affirm the adherence to these requirements by completing the Non-Discrimination Affirmation Form bound herein. East Peach Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417103 Page 2 of 14 ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA AND SITE 4.01 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing 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, including Owner, or others. Owner and Engineer do not assume responsibility for the accuracy or completeness thereof unless expressly provided otherwise elsewhere. 4.02 Hazardous Environmental Condition A. The Special Provisions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the site, if any, that Engineer has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in Paragraph 4.03.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in the Special Provisions has been identified and established in Paragraph 4.06 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.03 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in Paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the work appear in Paragraph 4.06 of the General Conditions. 4.04 Upon request, Owner will provide Bidder access to the site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill and compact all holes and clean East Peach Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417103 Page 3 of 14 up and restore the site to its former condition upon completion of such explorations, investigations, tests, and studies. Bidder shall comply with all applicable Laws and Regulations relative to excavation and utility locates. A. Reference is made to the Special Provisions for the identification of the general nature of other work that is to be performed at the site by Owner or others (such as utilities and other prime Contractors) that relates to the work for which a Bid is to be submitted. On request, Owner wilt provide to each Bidder for examination access to or copies of Contract Documents (other than portions thereof related to price) for such work. B. Paragraph 6.13.0 of the General Conditions indicates that if an Owner safety program exists, it will be noted in the Special Provisions. 4.05 it is the responsibility of each Bidder before submitting a Bid to: A. Examine and carefully study the Bidding Documents including any Addenda and the other related data identified in the Bidding Documents. B. Visit the site and become familiar with and satisfy Bidder as to the general, local, and site conditions that may affect cost, progress, and performance of the work; including but not limited to those general and local conditions affecting transportation, disposal, handling and storage facilities, availability of tabor, water, power, roads, climactic conditions and seasons, physical conditions at the work sites and project area as a whole, job site topography and ground conditions, equipment and facilities needed preliminary to and during work prosecution. C. Become familiar with and satisfy Bidder as to all Federal, State and Local Laws and Regulations that may affect cost, progress, or performance of the work. D. Carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except underground Facilities) which have been identified in the Special Provisions as provided in Paragraph 4.02 of the General Conditions, and carefully study all reports and drawings of a Hazardous Environmental Condition, if any, at the site which have been identified in the Special Provisions as provided in Paragraph 4.06 of the General Conditions. E. Obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface and underground facilities) at or contiguous to the site which may affect cost, progress, or performance of the work or which relate to any aspect of the means, East Peach Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417103 Page 4 of 14 methods, techniques, sequences and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto. F. Agree at the time of submitting its bid that no further examinations, investigations, exploration, tests, studies or data are necessary for the determination of its Bid for performance of the work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Become aware of the general nature of the work to be performed by Owner and others at the site that relates to the work as indicted in the Bidding Documents. H. Correlate the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Bidding Documents, and all additional examinations, , investigations, explorations, tests, studies, and data with the Bidding Documents. I. Promptly give Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by Engineer is acceptable to the Bidders. J. Determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the work. 4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the work required by the Bidding Documents and applying any specific means, methods, techniques, sequences or procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in Bidding Documents and the written resolutions thereof by Engineer are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the work. ARTICLE 5 - PRE-BID CONFERENCE 5.01 N/A ARTICLE 6 - SITE AND OTHER AREAS 6.01 The site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the work are to be East Peach Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417103 Page 5 of 14 obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unless otherwise provided in the Bidding Documents. ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to Engineer in writing. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Questions received less than seven (7) 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. 7.02 Addenda may be issued to clarify, correct or change the Bidding Documents as deemed advisable by Owner or Engineer. 7.03 Any addenda issued during the time of bidding, or forming a part of the Contract Documents loaned to the Bidder for the preparation of his proposal, shall be covered in the Bid and shall be made a part of the Agreement. Receipt of each addendum shall be acknowledged in the Bid. Any Bid in which all issued Addenda are not acknowledged will be considered incomplete and will not be read. ARTICLE 8 - BID SECURITY 8.01 A Bid must be accompanied by Bid Security made payable to Owner in an amount of ten percent (10%) of Bidder's maximum Bid price and in the form of cash, a cashier's check, certified check, bank money order, or bank draft, in any case drawn and issued by a national banking association located in Montana or by any banking corporation incorporated under the laws of Montana; or a Bid Bond (on a form attached if a form is prescribed) issued by a surety authorized to do business in Montana meeting the requirements of Paragraphs 5.01 and 5.02 of the General Conditions. 8.02 The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents and furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within fifteen (15) days after the Notice of Award, Owner may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of (7) seven days after the Effective Date of the Agreement or the stated holding period has expired as identified in the Invitation to Bid, East Peach Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417103 Page 6 of 14 whereupon Bid security furnished by such Bidders will be returned. 8.03 Bid security of other Bidders whom Owner believes do not have a reasonable chance of receiving the award will be returned within ten (10) days after Bid opening. ARTICLE 9 - CONTRACT TIMES 9.01 The number of days within which, or the dates by which, the work is to be (a) Substantially Completed and (b) also completed and ready for final payment are set forth in the Agreement. ARTICLE 10 - LIQUIDATED DAMAGES 10.01 Provisions for liquidated damages, if any, are set forth in the Agreement. ARTICLE 11 - SUBSTITUTE AND "OR-EQUAL" ITEMS 11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Bidding 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. The procedure for submission of any such application by Contractor and consideration by Engineer is set forth in Paragraphs 6.05 of the General Conditions and may be supplemented in the General Requirements or Special Provisions. ARTICLE 12 -SUBCONTRACTORS, SUPPLIERS AND OTHERS 12.01 If the Special Provisions require or Owner would request the identity of certain Subcontractors, Suppliers, individuals or entities to be submitted to Owner in advance of a specified date prior to the Effective Date of the Agreement, the apparent successful bidder, and any other Bidder so requested, shall within five (5) days after Bid opening submit to Owner a list of all such Subcontractors, Suppliers, individuals or entities proposed for those portions of the work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such subcontractor, s upptier, individual, or entity if requested by Owner. If Owner or Engineer, after due investigation, has reasonable objection to any proposed subcontractor, supplier, individual or entity Owner may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, without an increase in the Bid. 12.02 If the apparent Successful Bidder declines to make any such substitution, Owner East Peach Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417103 Page 7 of 14 may determine such Bidder to be non-responsive and reject the Bid. Declining to make requested substitution will not constitute grounds for forfeiture of the Bid Security of any Bidder. Any Subcontractor, Supplier, individual or entity so listed and against which Owner and Engineer makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions. 12.03 Contractor shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom Contractor has reasonable objection. 12.04 The use of Subcontractors listed by the Bidder and accepted by Owner prior to the Notice of Award will be required in the performance of the work. ARTICLE 13 - PREPARATION OF BID 13.01 Bids shall include all items listed on the Bid Form. Bids shall be strictly in accordance with the prescribed form. Any modifications thereof or deviations there from may be considered as sufficient cause for rejection. Bids carrying riders or qualifications to the Bid being submitted may be rejected as irregular. 13.02 All blanks on the Bid Form shall be completed by printing in ink and the Bid signed. 13.03 Bids by a corporation must be executed in the corporate name by the president or a vice-president or other corporate officer who is authorized to bind the corporation, and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and State of Incorporation must be shown below the signature. The Bid of a corporation, which is signed by a person other than a corporate officer, must be accompanied by evidence of authority to sign. 13.04 A bid by a partnership shall be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 13.05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The State of formation of the firm and the official address of the firm must be shown below the signature. 13.06 A Bid by an individual shall show the Bidder's name and official address. 13.07 A Bid by a Joint Venture shall be executed by each Joint Venturer in the manner indicated on the Bid form. The official address of the Joint Venture must be shown below the signature. East Peach Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417103 Page 8 of 14 13.08 All signatures are to be in ink and names must be typed or printed below the signature. The title of the person(s) executing the Bid shalt be clearly indicated beneath the signature. 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). Bids in which all issued addenda are not acknowledged will be considered incomplete and will not be read. 13.10 Physical street, mailing (if separate from physical) and e-mail addresses and telephone number for communications regarding the Bid shall be shown. ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS 14.01 Bids. A. Bidders shall submit a Bid on a unit price and/or lump sum basis for each item of work listed in the Bid schedule as provided in the Bid form. The Bid will not be considered unless the Bid Form contains prices for all unit price and/or Lump sum items, and alternates, as shown on the Bid Form. Bids and totals shalt be shown legibly in their proper locations. The total amount of the Bid shall be legibly written and numerically presented in the proper places and the Bid Form shalt be manually signed. B. The total bid price shall be stated in both writing and in figures. C. The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price bid for the item. The final quantities and Contract Price will be determined in accordance with Paragraph 11.03 of the General Conditions.. D. Discrepancies between the multiplication of Units of Work and Unit Price wilt be resolved in favor of the Unit Prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. ARTICLE 15 -SUBMITTAL OF BID 15.01 Each prospective Bidder is to execute one copy of the Bidding Documents. The Bid shalt be on the forms bound in these Contract Documents. Neither the proposal nor any other pages bound herein or attached hereto shall be detached. 15.02 A Bid shalt be submitted no later than the date and time prescribed and at the place indicated in the Invitation to Bid and shall be enclosed in an opaque seated envelope, plainly marked with the following: East Peach Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417103 Page 9 of 14 A. Addressed to: City Clerk City Hall 121 North Rouse Avenue PO Box 1230 Bozeman, MT 59771-1230 B. Name of Project: EAST PEACH STREET RECONSTRUCTION C. Name of Bidder: D. Montana Certificate of Contractor Registration Number: E. Acknowledgment Receipt of Addendum No.: , F. In the Lower left-hand corner of the envelope print or type: "BID DOCUMENTS - DO NOT OPEN UNTIL 2:00 P.M., on May 2, 2017. 15.03 All Bids will be subject to the following: A. The Bid will not be considered unless accompanied by proper Bid Security in accordance with Article 8 of these Instruction to Bidders. B. Alternative Bids will not be considered unless called for. ARTICLE 16 -MODIFICATION AND WITHDRAWAL OF BIDS 16.01 Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids as called for in the Invitation to Bid. Requests for modification or withdrawal must be written and must be signed in the same manner and by the same person(s) who signed the Bid. 16.02 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 modification 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. 16.03 If, within twenty-four hours after Bids are opened any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that 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. ARTICLE 17 - OPENING OF BIDS East Peach Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417103 Page 10 of 14 17.01 Bids will be opened at the time set for opening in the Invitation to Bid and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All bids will remain subject to acceptance for sixty (60) days after the day of the bid opening, but Owner may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period. ARTICLE 19 -AWARD OF CONTRACT 19.01 Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive, unbalanced or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non-responsible. Owner also reserves the right to waive all informalities not involving price, time or changes in the work and to negotiate contract terms with the Successful Bidder. Owner reserves the right to reject the Bid of any Bidder if Owner believes it would not be in the best interest of the Project to make an award to that Bidder whether because Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Owner. 19.02 More than one Bid for the same work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the work may be cause for disqualification of the Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03 In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 19.04 In evaluating Bidders, Owner will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Special Provisions. 19.05 Owner may conduct such investigations as Owner deems necessary to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals or entities to perform the work in accordance with the Contract Documents. East Peach Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417103 Page 11 of 14 19.06 If the Contract is to be awarded, Owner will award the Contract to the responsible Bidder whose Bid, conforming with all material terms and conditions of the Bidding Documents, is lowest price, in the best interest of the Project, and other factors considered, Owner reserves the right to accept or reject the Bids, or portions of Bids if denoted in the Bid as separate schedules, and to award more than one Bid or schedule for the same Bid if any of the aforementioned combination of Bids or schedules will be in the best interest of Owner. Owner reserves the right to cancel the award of any Agreement at any time before the complete execution of said Agreement by all parties without any liability against Owner. ARTICLE 20 -CONTRACT SECURITY AND INSURANCE 20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth Owner's requirements as to Performance Bond, Payment Bond, and Certificates of Insurance. When the Successful Bidder delivers the executed Agreement to Owner, it must be accompanied by such Bonds and insurance. ARTICLE 21 - SIGNING OF AGREEMENT 21.01 When Owner gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within fifteen (15) days thereafter, Successful Bidder shall sign and deliver the number of counterparts of the Agreement and attached documents to Owner as listed in the Notice of Award. Upon Execution, within fifteen (15) days, Owner will deliver one fully signed counterpart to Successful Bidder with a complete set of the Drawings and Specifications. 21.02 The successful Bidder, upon failure or refusal to execute and deliver the contract and bonds required within ten (10) days after receiving notice of the acceptance of their bid, shall forfeit to Owner as liquidated damages for such failure or refusal, the security deposited with the bid, as provided in 18-1-204 Montana Code Annotated. ARTICLE 22 - STATE LAWS AND REGULATIONS 22.01 All applicable laws, ordinances and the rules and regulations of authorities having jurisdiction over construction of the project shall apply to the Contract throughout. State laws and ordinances which Contractor must comply with, include but are not limited to, those involving workmen's compensation insurance, contractor registration, employment preference to Montana contractors and Montana residents, and gross receipts tax. 22.02 On all projects and contracts with Owner, Contractor and all subcontractors shall pay the standard prevailing rate of wages for all labor employed. The standard prevailing rate of wages, as used herein, means that standard prevailing rate of wages in the locality where the work is to be performed as determined under the Montana East Peach Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417103 Page 12 of 14 Statewide Prevailing Wage Rates and as bound herein, The Contractor and Subcontractors are directed to the Montana Commissioner of labor for information on the standard prevailing rate of wages applicable to this contract within this area 22.03 Contractor shall post in a prominent and accessible place on the site of the work a legible statement of all wages to be paid to the employees. 22.04 In accordance with Title 15, Chapter 50, MCA, Owner shall withhold in addition to other amounts withheld as provided by law or specified herein, one percent (1%) of all payments due Contractor and shall transmit such monies to the Montana Department of Revenue. ARTICLE 23 - NOTICE OF EXTENDED PAYMENT PROVISION 23.01 This contract allows Owner to make payment within 21 days after approval of the payments. Payments made after the time limit will be subject to interest at the rate specified in the agreement. ARTICLE 24 - BIDDER PREFERENCE 24.01 in accordance with the provisions of Title 18, Chapter I, Part I, MCA a preference will be given to the lowest responsible Bidder who is a resident of the State of Montana over a nonresident Bidder from any state or country that enforces a preference in their state or country for their resident Bidders. The preference given to Montana resident Bidders will be equal to the preference given in the other state or country. This preference applies unless specifically prohibited by Federal laws or regulations. Products manufactured or produced in the State of Montana shall be preferred for use in all projects if such products are comparable in price and quality. Further, wherever possible, products manufactured and produced in the State which are suitable substitutes for products manufactured or produced outside the State and comparable in price, quality and performance shall be preferred for use in this project. Preference regarding these products shall be in accordance with the laws of the State of Montana. END OF SECTION East Peach Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417103 Page 13 of 14 THIS PAGE INTENTIONALLY LEFT BLANK East Peach Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417103 Page 14 of 14 SECTION 00300 BID FORM PROJECT IDENTIFICATION: EAST PEACH STREET RECONSTRUCTION BOZEMAN, MONTANA KLJ PROJECT #:16417103 ARTICLE 1 - BID RECIPIENT 1.01 This Bid is submitted to: City Clerk City Hall 121 North Rouse Avenue PO Box 1230 Bozeman, Montana 59771-1230 1.02 The undersigned Bidder proposes and agrees if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents, to perform and furnish all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 - BIDDER'S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid, and Instructions to Bidders, including without limitations those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged: Addendum No. Addendum Date 1 ,21 '?Oc7 East Peach Street Reconstruction Bid Form Section 00300 KLJ Project 16417103 Page 1 of 13 B. Bidder has visited the site and become familiar with and is satisfied as to the general, local, and site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all (1) reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Special Provisions as provided in Paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in the Special Provisions as provided in Paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of the Work to be performed by Owner and others at the site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. East Peach Street Reconstruction Bid Form Section 00300 KLJ Project 16417103 Page 2 of 13 ARTICLE 4 - BIDDER'S CERTIFICATION 4.01 Bidder further represents that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. B. That no official of Owner, Engineer or any member of such official's immediate family, has direct or indirect interest in the pecuniary profits or Contracts of Bidder. ARTICLE 5 - BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the price(s) as listed in the Unit Price Schedule, and Bidder understands and acknowledges that: A. Bidder's Unit Prices have been computed in accordance with Paragraph 11.03.13. of the General Conditions. B. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. C. Bidder agrees that, during progress of the work, 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. D. Bidder agrees that they will make no claim for damages, anticipated profits or otherwise on account of any difference which may be found between quantities of work actually done and the estimated quantities. E. Bidder shall base their bid on materials and equipment complying fully with the plans and specifications and , in the event materials or equipment which do not conform are named in the bid, Bidder will be responsible for furnishing materials and equipment which fully conform at no change in the bid price. F. Bidder agrees that the unit prices shall govern in checking the Bid, and should a East Peach Street Reconstruction Bid Form Section 00300 KLJ Project 16417103 Page 3 of 13 discrepancy exist in the Total Estimated Price and Total Amount of Unit Prices Bid as listed above after extensions are checked and corrections made, if any, the Total Amount of Unit Prices Bid as corrected shall be used in awarding this Contract. G. Bidder understands that the award will be made by Owner on the basis of that Bid from the lowest responsive, responsible Bidder which, in Owner's sole and absolute judgment, will best serve the interest of Owner. The low bidder will be determined on the basis of the lowest Total Combined Schedule 1, 2, 3, 4, and 5 Bid. H. Owner reserves the right to reject any or all bids. East Peach Street Reconstruction Bid Form Section 00300 KLJ Project 16417103 Page 4 of 13 East Peach Street Reconstruction Project City of Bozeman, MT SCHEDULE 1 - GENERAL CONDITIONS Estimated Item # Description Quantity Unit Unit Price Total Estimated Cost 101 Mobilization 1 LS $ eor377.87$ 6S377, 87 102 Taxes, Bonds, & Insurance 1 LS $ 2 78 $ z(r 78 1 . Z 9 103 Stormwater Management & Erosion 1 LS $ $ Control k !oB• 1/7 to `fG 8. Yq 104 Construction Traffic Control 1 LS $ 18 37Z 71 $ f 72- ,7 i 9 3 q , 3 L 7. 7 S TOTAL BID - SCHEDULE 1 $ lZo 0 32-8 • / VAfE JLc)A/b1Z&,D7w,-n/rY 7W0 vs A-A/t> TU 2€F ✓ rw F N f- 0 (Total Base Bid - Written Words) East Peach Street Reconstruction Bid Form Section 00300 KLJ Project 16417103 Page 5 of 13 SCHEDULE 2 - STREET IMPROVEMENTS Estimated Item # Description Quantity Unit Unit Price Total Estimated Cost 201 Miscellaneous Work 1 LS $ 25,000 $ 25,000 202 Asphalt Removal - Cold Milling 96 SY $ .? Y. su $ 352.00 203 Concrete Removal - Flatwork 287 SY $ .2 3. 8 y $ ( SY2 ,o8 204 Concrete Removal - Curb & Gutter 715 LF $ 7.8 y $ g�105­1 Go 205 Concrete Pavement Patch 38 SY $ 7q. 7 Z $ .2 13 39 . 3(A 206 Remove Existing Street Sign & Post 11 EA $ /83 .73 $ 2 oLl .03 207 Excavation Above Subgrade 3,021 CY $ 9, 37 $ 1 366 . 77 208 Subgrade Stabilization 603 SY $ 8. S S/ $ S 3o . SL 209 Non-Woven Separation Fabric 5,372 SY $ /• 7 Z $ 9 z 39 . 84 210 3" Crushed Subbase Course 1,633 CY $ 3Y.SL $ Sb 37/ 211 1-1/2" Crushed Base Course 855 CY $ 36. 17 $ 4, •5/s- 212 Asphalt Concrete Surface Course 1,171 TON $ $ Grade Type B, Incl. Bitumen Material 88. 19 003 2-7o . 213 Combined Curb & Gutter 2,358 LF $ 2 0, L) $ q704.ys-. /e. 214 Concrete Sidewalk (4-Inch) 5,152 SF $ 90 $ .2 z yy.ao 215 Concrete Sidewalk (6-Inch) 2,428 SF $ 7. 9-(, $ 19 3241 .Qg 216 Detectable Warning Panels 136 SF $ 5�F-, /2 $ 7 e/9� . 32 217 Concrete Driveway (6-inch) 2,254 SF $ 7, 9 P $ / 7 9Y/ 8y 218 Concrete Valley Gutter 263 SF $ , / $ 2 y/ . 97 219 Concrete Curb Return Fillet 4 EA $ &/Z , Y2_ $ 2 S/Y . &8 220 Street Sign & Post 38 EA $ 112,0 . 7o $ /(e ZQO. (a0 221 Reset Existing Street Sign & Post 2 EA $ 2 3e -S- $ y77. 7v Hot Extruded Inlaid Thermoplastic $ $ 222 Pavement Marking -White (8- 440 LF Inch) i 3,3S- .SS 874, oo Hot Extruded Inlaid Thermoplastic $ $ 223 Pavement Marking -White (24- 70 LF Inch) 0. r0 2i 7 <.-77oo 224 Preformed Plastic Pavement Marking - 136 SF $ $ White Message �2 , 7Z � 7 - 225 Epoxy Paint - Curb Top & Face 18.3 GAL $ `/z 6. 7o $ '7 8 y/S. z 1 226 Hydraulic Seeding 1,182 SY $ /. 3 $ / 7vo7, 5-2- TOTAL BID - SCHEDULE 2 $ L 9 7 . 3Z F®UP_ q,,NDRrcP FOKTYb LS N( A///V.t tqo r 2 o (Total Base Bid -Written Words) S' v r r ff 5--L hoc, East Peach Street Reconstruction Bid Form Section 00300 KLJ Project 16417103 Page 6 of 13 SCHEDULE 3 - STORM DRAIN IMPROVEMENTS Estimated Item # Description Quantity Unit Unit Price Total Estimated Cost 301 Remove Existing Storm Drain Inlet 2 EA $ y'-Vq, 4,z$ 4089 ,z 302 Remove Existing Storm Drain Manhole 1 EA $ qg .( $ / l Q$. 1 303 Remove Existing Storm Drain Pipe 88 LF $ 2q , 83 $ -Z 4,25'•oy 304 Fill and Abandon Storm Drain Pipe 6 CY $ / 2 $ 1 /.?8. Z 305 Storm Water Treatment Structure 1 EA $ /4 ago.L3 $ / 80- 2-3 306 12" ASTM F949 PVC Storm Drain 142 LF $ $ Pie qO• oZ S (v 2, 15" ASTM F949 PVC Storm Drain 800 LF $ $ 307 Pipe y7 LG 37 Bog . o0 308 8" Storm Drain Manhole 7 EA $ .2 68l . s9 $ /8 77/ Additional 48" Storm Drain Manhole 2 VF $ $ 309 Depth /s-/.5-q ?o3 . og 310 Storm Drain Inlet - Standard Square 8 EA $ 19te 2— Yo $ 311 Combination 48" Manhole and Curb 1 EA $ $ Inlet 3000. 0S- 000. ote 312 Connect Existing Storm Sewer Pipe to 1 EA $ $ New Manhole ®33-2- .&3 / 3s-2. . <-3 313 Connect Existing Storm Lateral to New 1 EA $ $ Storm Inlet lv 3 2. 61 314 Imported Backfill 100 CY $ 25.00 $ 2,500 315 Type 2 Pipe Bedding 40 CY $ 25.00 $ 1,000 316 ExploratorV Excavation 16 HR $ $ 7 083- o TOTAL BID - SCHEDULE 3 $ // 2 (. 3 5� ONF_ f-I '-wo 1+0 (Total Base Bid - Written Words) Socry 7-ffiT2 I;-: iz- S� East Peach Street Reconstruction Bid Form Section 00300 KLJ Project 16417103 Page 7 of 13 SCHEDULE 4 - WATER MAIN IMPROVEMENTS Estimated Item # Description Quantity Unit Unit Price Total Estimated Cost 401 Fill and Abandon Existing Water Main 3 CY $ /8 9. 8 2 $ .5'?, 16 402 Remove Existing Fire Hydrant & 1 EA $ $ Bollards `�RG . (P 9 5-4 G . (P 9 Reset Existing Fire Hydrant & Remove 1 EA $ $ 403 Existing Bollards 1 2-3y .7 1 2 3 q. 7 404 Water Service Line Replacement 192 LF $ 37. (, Z $ 7 223 •-0q Water Service Reconnection $ $ 405 (including new saddle, curb stop & 5 EA box, & corporation) 65-3 • 7 Y 2(..$ Jt 406 Temporary Water System 1 LS $ 3 0 6 o . y Z $ o(vo , y Z 407 8" CL 51 Ductile Iron Pipe 313 LF $ S/ . 7`/ $ (p r q. (.2 408 Type 2 Pipe Bedding 50 CY $ 25.00$ 1,250 409 Imported Backfill 100 CY $ 25.00$ 2,500 410 8" Gate Valve & Box 2 EA $ , L 1 $ 3 (92 .SZ 411 8"X6" Tee 1 EA J$ 31 $ 5-87. 31 412 8" Reducer 1 EA $ G . (8 $ 4((,?, /8 413 6" Plug 1 EA $ qj>.SrB $ 2 Yo . s�8 414 8" Plug 1 EA $ 12 , '7 3 $ 3 Z . 73 415 Fire Hydrant Assembly 1 EA $ s 231 . SL $ S 231 . .sL 416 Connect to Existing Water Main 1 EA $ 2 3-o 5". 29 $ -Z Sb S, 2 417 Exploratory Excavation 16 HR $ q2 . GJ Is 083. TOTAL BID - SCHEDULE 4 $ 5� SI`j 311 (Total Base Bid - Written Words) East Peach Street Reconstruction Bid Form Section 00300 KLJ Project 16417103 Page 8 of 13 SCHEDULE 5 - SANITARY SEWER IMPROVEMENTS Estimated Item # Description Quantity Unit Unit Price Total Estimated Cost 501 By-Pass Pumping 1 LS $ !0 7 3 3. z.q $ 1e 7 33 .,It/ 502 Connect to Existing Sanitary Sewer 4 EA $ $ Main 2 5' CY . No Connect to Existing Sanitary Sewer $ $ 503 Manhole 2 EA y 7/ -?-11 88 Z 504 Remove Sanitary Sewer Manhole 3 EA $ I Yo $ 3 -5-Bo . Zo 505 Fill and Abandon Sanitary Sewer 1 CY $ $ Q2 Main / 69 , 92 el 9 506 8" - SDR 35 Sanitary Sewer Main 1,440 LF $ , 5( $ 53S 39G•8o 507 10" - SDR 35 Sanitary Sewer Main 80 LF $ 73 $ 3 3 38 . `0 508 Type 2 Pipe Bedding 40 CY $ 25.00$ 1,000 509 Imported Backfill 100 CY $ 25.00$ 2,500 510 48" SanitarySewer Manhole 5 EA $ .Z 74.5. 98 $ /3 I t . go 511 Additional Manhole Depth 11 VF $ /s/. S3 $ 1 &4, • g 512 Sanitary Sewer Service Replacement 360 LF $ 7. o $ 33a. Sa 513 Cleanout 2 EA $ (07o, Nb $ 1 , 3 Vo . 9L 514 Insulation Board 1 544 SF $ 3. 8 2- $ 676 a8 515 Exploratory Excavation 16 HR $ 2-. (v $ 7 083• DMA TOTAL BID - SCHEDULE 5 $ 1.2 C) / , (5— o N fizu r M TY 1 14o v 5A t\40 a F 14-v (Total Base Bid - Written Words) 5E(i L Al I e TOTAL COMBINED BASE BID - SCHEDULES 1 thru 5 $ ✓ Y 2 y 2, F to t-I T- +v n!n R-Ivt> —r `T-Y S t X (£D (Total Base Bid - Written Words) (=0kTy 5(x 421e,0 East Peach Street Reconstruction Bid Form Section 00300 KLJ Project 16417103 Page 9 of 13 ARTICLE 6 - TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially completed and competed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the Contract Time shall commence and expire as stated in the Agreement. 6.03 Bidder accepts the provisions of the Agreement as to liquidate damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. ARTICLE 7 - ATTACHMENTS TO THIS BID 7.01 The following documents are attached to and made a condition of the Bid: A. Required Bid security in the amount of 10% of the maximum Bid price including alternates, if any, and in the form of a Bid Bond identified in the Instructions To Bidders. B. Any requirements per Special Provisions, including: (1) tabulation of Subcontractors, Suppliers, and others; (2) individuals and entities required to be identified in this Bid; (3) required Bidder qualifications statement with supporting data; and, C. Completed and Signed Non-Discriminated Affirmation form, bound herein. ARTICLE 8 - DEFINED TERMS 8.01 The terms used in this Bid with the initial capital letters have the meanings indicated in the Instructions to Bidders, General Conditions, and the Supplementary Conditions. East Peach Street Reconstruction Bid Form Section 00300 KLJ Project 16417103 Page 10 of 13 ARTICLE 9 - BID SUBMITTAL SUBMITTED on L4le �% 1 7 61 (Date) Montana Contractor's Registration # .20Y5/ Employer's Tax ID No. �7 If BIDDER is: An Individual: (Name typed or printed) By: (Individual's Signature) Doing business as: Business Address: Phone No.: FAX No: A Partnership: (Partnership Name) By: (Signature) (Name, typed or printed) Business Address: Phone No.: FAX No: East Peach Street Reconstruction Bid Form Section 00300 KLJ Project 16417103 Page 11 of 13 A Corporation: .X Civil, L.LC- (Corporation Name) State of Incorporation: (.(, Type (General Business, Professional, Service, Limited Liability): By: (Signature of person authorized to sign) Title:_ 60C ,eL L11 L: 4' Attest: 1-1 (Signature) Business Address: o 5 Phone No.: 3v 7— 7 S''Z —7�L FAX No: Date of Qualification To Do Business is: [1 3 1y,.13 (Corporate Seal) A Joint Venture: Each Joint Venture Must Sign Joint Venturer Name: (Name) By: (Signature of Joint Venture Partner) Name: (Name, printed or typed) Title: Business Address: Phone No.: FAX No: East Peach Street Reconstruction Bid Form Section 00300 KLJ Project 16417103 Page 12 of 13 Joint Venturer Name: (Name) By: (Signature of Joint Venture Partner) Name: (Name, printed or typed) Title: Business Address: Phone No.: FAX No: Address of Joint Venture for Receipt of Official Communication: Address: Phone No.: FAX No: (Each Joint Venture must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) END OF SECTION East Peach Street Reconstruction Bid Form Section 00300 KLJ Project 16417103 Page 13 of 13 Ii;,)(`j)C' PENAL SUM FORM BID BOND Any singular reference to Bidder,Surety, Owner or other party shall be considered plural where applicable. BIDDER (Name and Address): J R Civil LLC 536 Kathy Ln Billings,MT 59105 SURETY(Name, and Address of Principal Place of Business): Western Surety Company P.O.Box 5077 Sioux Falls,SD 57117-5077 OWNER (Name and Address): City of Bozeman 121 North Rouse,P.O.Box 1230 Bozeman,MT 59771 BID Bid Due Date:5/2/2017 Description (Project Name— Include Location): East Peach Street Reconstruction,Bozeman,MT BOND Bond Number:oot Date: 4/26/2017 Penal sum Ten Percent of the Total Amount Bid $ 10% (Words) (Figures) Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Bid Bond to be duly executed by an authorized officer, agent, or representative. BIDDER SURETY J R Civil LLC (Seal) Western Surety Company (Seal) Bidder's Name and Corporate Seal Surety's Name and Corporate Seal By: - By: Signature Signature (Attach Power of Attorney! -'a Brady Leaf _ Print Name Print Name Y �?lt�r� :.�-•-P� Attorney-In-Fact Itle Title Attest: Attest: Signa e f Signature Kimberly Hods n Title 11/>'A Aa--J Title Bond Clerical COUNTERSIGNED: Note:Addresses are to be use ;or giving any required notice. HUB INTERNATIONAL MOUNTAIN TATES LIMIT Provide execution by any additional parties, such as joint venturers, if necessary. RENE C. LEVEAUX EJCDC®C-430,Bid Bond(Penal Sum Form).Published 2013. Prepared by the Engineers Joint Contract Documents Committee. Page 1 of 2 I:'1C;I)C­� c&a� PENAL SUM FORM Eh51EEHs it�.wT �r.�3 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 Western SuretyCompany POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint John D Leaf, Brooke A Garness, Chris Jermunson, Kristin A Piccioni, Jamie M Roe, Billy J Bolt, Michael E Depner, Kaye U Muzzana, Christopher T Hindoien, Brooke Schmidt, Lynn St Pierre, Robert C Pfennigs, Marsha Hattel, Brady Leaf, Michelle Schermerhorn, Randi Rains, Individually of Great Falls, MT,its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 28th day of June,2016. URETy',, WESTERN SURETY COMPANY ?� ..... ..0On �oQ:..... i2- *'•. f A ZPaul T.Bruflat,Vice President State of South Dakota ss County of Minnehaha On this 28th day of June,2016,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires J.MOHR raornavausuc June 23,2021 s� sotmroacorn sent J.Mohr,Notary Public CERTIFICATE I,L. Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 26th i day of APRIL 2017 WESTERN SURETY COMPANY WiV f�'A! j v1N Ohti� L.Nelson,Assistant Secretary Form F4280-7-2012 " Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and 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 Company. 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. i Ell -�' I - i UAW E a V D1 vn-, PA a DEPARTMENT OF LABOR A ONDUSTRY CONSTRUCTION CONTRACTOR REGISTRATION UNIT 4 , t- {(-i i 204468 li Ij i JR CIVIL LLC }� q PO BOX 7295 !� SHERIDAN, WY 82801 ; Ij Effective Date: Aug 29, 2015 Expiration Date: Aug 28, 2017 } ( Employer i A ! f jj f� 9i i j I, Additional infontiatiotl on back. `' ;,:`i'' Please notify this agency of any changes witbin so days. SECTION 00300A NON-DISCRIMINATION AFFIRMATION FORM 'J N C( [Name of Entity Submitting], hereby affirms it will not discriminate on th 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 ate` C,y, L-ce [Name of Entity Submitting] employees and to all subcontracts it enters into in performance of the Agreement with the City of Bozeman. (Person authorized to sigan behalf of bidder) END OF SECTION East Peach Street Reconstruction Non-Discrimination Affirmation Form Section 00300A KLJ Project 16417103 Page 1 of 2 THIS PAGE INTENTIONALLY LEFT BLANK East Peach Street Reconstruction Non-Discrimination Affirmation Form Section 00300A KLJ Project 16417103 Page 2 of 2 SECTION 00500 AGREEMENT FORM This Agreement is dated as of the day of —Sukjc—: in the year 2017, by and between City of Bozeman, hereinafter called "Owner" and JR Civil, LLC hereinafter called "Contractor". Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: A. Reconstruction of East Peach Street from 62 feet west of N. Church St. to the intersection of N. Plum Ave. and E. Avocado St. including: 1. Replacement of existing water main, valves, fitting and appurtenances along a portion of the corridor. 2. Replacement of existing sanitary sewer main, manholes and appurtenances along the entire corridor. 3. Replacement of existing storm drain, manholes, side street connections, and appurtenances along the entire corridor. 4. Removal of the existing road section, curbs, gutters, and pedestrian ramps. 5. Installation of a new 32' (back of curb to back of curb) urban section including: subgrade, base course, asphalt pavement, concrete curb and gutter, pedestrian ramps, drive approaches, and incidental items. 6. New signage and pavement markings. 7. Adjustment of existing utilities. 8. Site restoration and any other incidental items related to construction. ARTICLE 2 - THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: East Peach Street Reconstruction ARTICLE 3 - ENGINEER 3.01 The Project has been designed by Kadrmas, Lee and Jackson, Inc. (KLJ), which is to act as Owner's Representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. East Peach Street Reconstruction Agreement Section 00500 KLJ Project 16417103 Page 1 of 10 ARTICLE 4 - CONTRACT TIME 4.01 Time of the Essence. A. All the time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. B. The beginning of the Contract Time shall be stated in a written Notice to Proceed drafted by the City Engineer to Contractor, and in accordance with Paragraph 2.03 of the General Conditions. 4.02 Days to achieve Completion. A. Contractor agrees to commence Work under this Agreement on or before a date to be specified on a written "Notice to Proceed" from the Owner and to fully complete the Work within 150 consecutive calendar days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. B. Substantial Completion will be determined as in paragraph 1.01 of the General Conditions. C. Final completion is defined as completion of all components of the project including those which were not yet considered complete by substantial completion. 4.03 Liquidated damages. A. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties 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 completed 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 one thousand dollars ($1,000.00) for each calendar day that expires after the time specified in Paragraph 4.02 for Substantial Completion until the Work is substantially complete. B. Special Liquated Damages. Owner and Contractor further recognize that time is of the essence in accommodating water service interruptions throughout the course of the project, and that OWNER will suffer financial loss if the provisions specified below are not met: 1. All water system interruptions shalt comply with the time frames specified in Special Provisions or shall be subject to the provisions of this section of the Agreement. Owner and Contractor also recognize the delays, expense and difficulties involved in proving, in a legal or arbitration proceeding, the actual toss suffered by Owner if the East Peach Street Reconstruction Agreement Section 00500 KLJ Project 16417103 Page 2 of 10 provisions listed in Section 4.03.13.1 of this Agreement are not met. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner one thousand dollars ($1,000.00) per hour for each hour that expires after the maximum time allowed for water service interruptions specified in the Special Provisions, until the Work is substantially complete. ARTICLE 5 - CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the work in accordance with the Contract Documents an amount equal to the sum of the established Unit Price for each separately identified item of Unit Price Work times the quantity of that item that is constructed and accepted. Unit prices are those listed in the Unit Price Schedule of the Bid Form attached as an Exhibit to this Agreement. Estimated quantities used for bidding purposes are not guaranteed. Payment wilt be for actual quantities as determined by Engineer in accordance with Paragraph 9.07 of the General Conditions. Unit prices have been computed as provided in Paragraph 11.03 of the General Conditions. 5.02 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents, and as subject to adjustments as provided in the Contract Documents, the amount of: Eight Hundred Fifty-Six Thousand, Two Hundred Forty-Six Dollars and Ninety-Two Cents. ($856,246.92). ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments: A. Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the Contract Documents. 6.02 Progress Payments; Retainage: A. Owner shall make progress payments in accordance with Article 14 of the General Conditions on account of the Contract Price on the basis of Contractors Applications for Payment as recommended by Engineer, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the number of units of each bid item completed times the bid unit price in the Unit Price Schedule of the Bid Form for that item. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the sum of the unit price items less the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine or Owner may withhold, in accordance with Paragraph 14.02 of the General Conditions. a. Owner shall retain five percent (5%) of the amount of each payment until final completion and acceptance of all Work covered by the East Peach Street Reconstruction Agreement Section 00500 KLJ Project 16417103 Page 3 of 10 Contract Documents. b. Retainage will be five percent (5%) of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to Owner as provided in Paragraph 14.02 of the General Conditions). 2. Upon Substantial Completion and at Owner's discretion, the amount of retainage may be further reduced if requested by Contractor. 6.03 Final Payment: A. 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 7 - INTEREST 7.01 All monies not paid when due as provided in Article 14 of the General Conditions shall bear interest at the maximum rate allowed by law at the place of the Project. ARTICLE 8 - CONTRACTOR'S REPRESENTATION 8.01 In order to induce Owner to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents (including all Addenda) listed in Paragraph 9 and the other related data identified in the Bidding Documents. B. Contractor has visited the site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, performance or furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Special Provisions as provided in Paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the site which has been identified in the Special Provisions as provided in Paragraph 4.06 of the General Conditions. Contractor acknowledges that such reports and drawings are not Contract Documents and may not be complete for Contractor's purposes. Contractor acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. East Peach Street Reconstruction Agreement Section 00500 KLJ Project 16417103 Page 4 of 10 E. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning 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 or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor including applying the specific means, methods, techniques, sequences and procedures of construction, if any, expressly required by the Contract Documents to be employed by Contractor, and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by Owner and others at the site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. K. 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 Contractor's employees and to all subcontracts it enters into in performance of the Agreement with the City of Bozeman. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 1 to 10, inclusive); 2. Performance Bond; 3. Payment Bond; 4. Other Bonds (pages 1 to , inclusive); East Peach Street Reconstruction Agreement Section 00500 KLJ Project 16417103 Page 5 of 10 a. (pages to , inclusive); b. (pages to , inclusive); C. (pages to , inclusive); 5. General Conditions; 6. Supplementary Conditions; 7. Instructions to Bidders (page 1 to 14, inclusive); 8. Engineer's Special Provisions (pages 1 to 20, inclusive); 9. City of Bozeman Special Provisions; 10. Specifications as listed in the Table of Contents of the Project Manual; 11. Construction Drawings labeled: East Peach Street Reconstruction; 12. Addenda (Numbers 1 to 1 inclusive); 13. Exhibits to this Agreement (enumerated as follows): a. Notice To Proceed; b. Contractor's Bid; C. Documentation submitted by Contractor prior to Notice of Award; 14. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: 15. a. Written Amendments; b. Work Change Directives; C. Change Order(s); d. Any Notice of Partial Utilization; e. Notice of Substantial Completion; f. Lien Waivers; g. Notice of Final Completion and Acceptance. 16. Supplementary Specifications 17. Certificates of Insurance 18. Wage Rates 19. Non-discrimination affirmation form. 20. Montana Public Works Standard Specifications, Sixth Edition, dated April 2010. 21. City of Bozeman Modifications to Montana Public Works Standard Specifications, Sixth Edition, dated March 31, 2011. B. The documents listed in Paragraph 9.01.A. are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified or supplemented as provided in Paragraphs 3.04 of the General Conditions. ARTICLE 10 - MISCELLANEOUS East Peach Street Reconstruction Agreement Section 00500 KLJ Project 16417103 Page 6 of 10 10.01 Terms. A. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 10.02 Amendment/Modifications. A. Any amendment or 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. 10.03 Assignment of Contract. A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may come due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.04 Successors and Assigns A. Owner and Contractor each binds itself, its partners, successors, assigns and Legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. Neither Owner nor Contractor shall have the right to assign, transfer or sublet his interest or obligations hereunder without written consent of the other party. 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. 10.05 Severability A. Any provision of part of the Contract Documents held to be void or unenforceable under a law or regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.06 Legal Representation A. In the event, it becomes necessary for either party to this Agreement to retain an attorney to enforce any of the terms or conditions of this Agreement or to give any notice required herein, then the prevailing party or the party giving notice shall be entitled to reasonable attorney's fees and costs. East Peach Street Reconstruction Agreement Section 00500 KLJ Project 16417103 Page 7 of 10 IN WITNESS WHEREOF, Owner and Contractor have signed five (5) copies of the Agreement. Two (2) counterparts have been delivered to Owner, two (2) to Contractor and one (1) to Engineer. All portions of the Contract Documents have been signed or identified by Owner and Contractor or by Engineer on their behalf. This Agreement will be effective on �GuxjE (which is the effective date of the Agreement). This Agreement shall not be effective unless and until concurred by Funding Agency's (if any) designated representative. Owner Contractor MITY OF 1307EMAN., MT JR CIVIL, LLC By By (Signature) (Signatu Attest S�� Attest t4bl SL L (Signatr e (Signature) Address for giving notices: Address for giving notices: 121 N. Rouse Ave.; P.0 Box 1230 � Bozeman, MT 59771-1230 CA, -5-1pfr%S"' Phone No. Z"- 7.:5b6 Phone No. �2 5­07 - 3 jY FAX No. FAX No. 3 G`7 - 3 3 J '-a2-79 (CORPORATE SEAL) (SEAL) (If OWNER is a public body, attach evidence Contractor Registration No. of authority to sign and resolution or other documents authorizing execution of Owner - Agent for service of process: Contractor Agreement. Ome► V VY)WmLT,� ;arc 91 r ,A � • • • (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to ,4r%,• ^1{ ••'y, � sign.) U : , • 1883 •.���' N Co• East Peach Street Reconstruction Agreement Section 00500 KLJ Project 16417103 Page 8 of 10 Owner's Designated Representative: Contractor's Designated Representative: Name: Name: ;941 Cc,, •fly-ter I.,e,Y il Title: Title: ��r,..��•-n-� S��-z+ � ��.-� Address: Address: %fix Phone No.: Phone No.: L/O(c- 4 '71 7? Y FAX No.: FAX No.: 30 7 — 3 3 y -r-27� APPROVED AS TO FORM- By: (C' y Att -n y) Date: Ju•,lE l� l 7 AGENCY CONCURRENCE: As lender or insurer of funds to defray the costs of this Contract, and without liability for any payments thereunder, the Agency hereby concurs in the form, content, and execution of this Agreement. By: (Agency Official's Signature) Title: Date: East Peach Street Reconstruction Agreement Section 00500 KLJ Project 16417103 Page 9 of 10 THIS PAGE INTENTIONALLY LEFT BLANK East Peach Street Reconstruction Agreement Section 00500 KLJ Project 16417103 Page 10 of 10 JR CIVIL, LLIC "SAFETY-QUALITY-PRODUCTION" C iVll General Contractor RESOLUTIONS ADOPTED BY LLC MEMBERS OF: JR CIVIL, LLC The undersigned„being the members) of1R.Civil, LLC hereby adopt the fol lowing,resolutions: 1. Resolved, Full Authorization of Robert Stoltz, Operations Mgr.to enter into and execute contracts for JR Civil, LLC: P.O. Box 51330 Billings, MT 59105. From $0 to$Unlimited 2. Resolved, That all the acts taken above and resolutions are approved, ratified,and adopted. Member(s) Signature: Printed Name: �Ae? _S' li Z Date: Member(s) Signature: L Printed Name: �� a Date Notice of Award Date: May 10,2017 Project: EAST PEACH STREET RECONSTRUCTION Owner: CITY OF BOZEMAN,MT Owner's Contract No.: N/A Contract: EAST PEACH STREET RECONSTRUCTION Engineer's Project No.: 16417103 Bidder: JR CIVIL,LLC Bidder's Address: 536 Kathy Lane,Billings,MT 59105 307-752-7003 You are notified that your Bid dated May 2,2017 for the above Contract has been considered. You are the Successful Bidder and are awarded a Contract for the Total Work Bid for the Above Project. The Contract Price of your Contract is EIGHT HUNDRED FIFTY-SIX THOUSAND TWO HUNDRED FORTY-SIX AND 92/100 Dollars($856,246.92). Five 5 copies of the proposed Contract Documents(except Drawings)accompany this Notice of Award. TBD sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within [15] days of the date you receive this Notice of Award. 1. Deliver to the Owner five 5 fully executed counterparts of the Contract Documents. 2. Deliver with the executed Contract Documents the Contract Security Bonds as specified in the Instructions to Bidders, General Conditions, Supplementary Conditions and Special Provisions. 3. Other conditions precedent: Deliver the required Certificate(s) of Insurance as specified in the Supplementary Conditions and Special Provisions. Failure to comply with these conditions within the time specified will entitle Owner to consider you in default, annul this Notice of Award, and declare your Bid security forfeited. Within ten days after you comply with the above conditions, Owner will return to you one fully executed counterpart of the Contract Documents. O ner By: Autho-ized Signature 1 12Am ckZ i M&4N(:�Gf_ Title EJCDC C-510 Notice of Award Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 1 of I I Notice to Proceed Date: _SewE ZZ 2,0/7 Project: East Peach Street Reconstruction Owner: City of Bozeman,MT Owner's Contract No.: N/A Contract: East Peach Street Reconstruction Engineer's Project No.: 16417103 Contractor: JR Civil,LLC Contractor's Address: 536 Kathy Lane,Billings,MT 59105 307-752-7003 IYou are notified that the Contract Times under the above Contract will commence to run once 7.8 OOn or before that date, you are to start performing your obligations under the Contract f Documents. In accordance with Article 4 of the Agree the date of Substantial Completion ( is , and the date of readiness for final payment is// Zen/7(or) the number of days to achieve Substantial Completion is , and the number of days to achieve readiness for final payment is Before you may start any Work at the Site, Paragraph 2.01.B of the General Conditions provides that you and Owner must each deliver to the other (with copies to Engineer and other { identified additional insureds and loss payees) certificates of insurance which each is required to purchase and maintain in accordance with the Contract Documents. Also,before you may start any Work at the Site,you must: [add other requirements. CITY OF BOZEMAN,MT O er Gi by Authorised Signature C,,* o w Title Date 77 Copy to Engineer EJCDC C-550 Notice to Proceed Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 1 of 1 EJCDC= ENGrgmis Joim cowRAo- DOMMENIS coe+nMUE PERFORMANCE BOND CONTRACTOR (name and address): SURETY(name and address of principal place of business): J R Civil LLC Western Surety Company 536 Kathy Ln P.O.Box 5077 Billings,MT 59105 Chicago,IL 60604 OWN Ef !name and address): City oI Bozeman 121 North Rouse,P.O.Box 1230 Bozeman,MT 59771 CONSTRUCTION CONTRACT Effective Date of the Agreement: ',,tiAw 1 S S017 Amount: Eight Hundred Fifty-sic Thousand Two Hundred Forty-six And 92/100 ($856,246.92) Description (name and location): East Peach Street Reconstruction,Bozeman,MT BOND Bond Number: 30007453 Date(not earlier than the Effective Date of the Agreement of the Construction Contract): Amount: Eight Hundred Fifty-six Thousand Two Hundred Forty-six And 92/100 ($856,246.92) Modifications to this Bond Form: x❑ 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 J R Civil LLC (seal) Western Surety Company _ (seal) Contractor's Name and Corporate Seal Surety's Name and Corporate Seal By:� By: �1 Signature Signature(attach po ro attorney) f 2� Kimberly Hodson Print Name Print Name Attorney-In-Fact Titre Title �11 Attest: Attest: Signatur {{ Signat c.A Brooke A.Garness,Bond Clerical 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. EICDC®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 COUNTERSIGNED: HUB INTERNATIONAL MOUNTAIN FTATTES LIMIT ENE C. LEVEAUX V X 1. The Contractor and Surety, jointly and severally, bind Owner and a contractor selected with the Owners concurrence, themselves, their heirs, executors, administrators, successors, and to be secured with performance and payment bonds executed assigns to the Owner for the performance of the Construction by a qualified surety equivalent to the bonds issued on the Contract,which is incorporated herein by reference. Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 7 in excess of the Balance of 2. If the Contractor performs the Construction Contract,the Surety the Contract Price incurred by the Owner as a result of the and the Contractor shall have no obligation under this Bond, except Contractor Default;or when applicable to participate in a conference as provided in Paragraph 3. 5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable 3. If there is no Owner Default under the Construction Contract, promptness under the circumstances: the Surety's obligation under this Bond shall arise after: 5.4.1 After investigation, determine the amount for 3.1 The Owner first provides notice to the Contractor and which it may be liable to the Owner and, as soon as the Surety that the Owner is considering declaring a Contractor practicable after the amount is determined, make payment Default. Such notice shall indicate whether the Owner is to the Owner;or requesting a conference among the Owner, Contractor, and Surety to discuss the Contractor's performance. If the Owner 5.4.2 Deny liability in whole or in part and notify the does not request a conference, the Surety may, within five (5) Owner,citing the reasons for denial. business days after receipt of the Owner's notice,request such a conference. If the Surety timely requests a conference, the 6. If the Surety does not proceed as provided in Paragraph 5 with Owner shall attend. Unless the Owner agrees otherwise, any reasonable promptness,the Surety shall be deemed to be in default conference requested under this Paragraph 3.1 shall be held on this Bond seven days after receipt of an additional written notice within ten (10) business days of the Surety's receipt of the from the Owner to the Surety demanding that the Surety perform its Owner's notice. If the Owner, the Contractor, and the Surety obligations under this Bond, and the Owner shall be entitled to agree, the Contractor shall be allowed a reasonable time to enforce any remedy available to the Owner. If the Surety proceeds as perform the Construction Contract, but such an agreement shall provided in Paragraph 5.4,and the Owner refuses the payment or the not waive the Owner's right, if any, subsequently to declare a Surety has denied liability, in whole or in part,without further notice Contractor Default; the Owner shall be entitled to enforce any remedy available to the Owner. 3.2 The Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety;and 7. If the Surety elects to act under Paragraph 5.1, 5.2, or 5.3,then the responsibilities of the Surety to the Owner shall not be greater 3.3 The Owner has agreed to pay the Balance of the than those of the Contractor under the Construction Contract, and Contract Price in accordance with the terms of the Construction the responsibilities of the Owner to the Surety shall not be greater Contract to the Surety or to a contractor selected to perform the than those of the Owner under the Construction Contract. Subject to Construction Contract. the commitment by the Owner to pay the Balance of the Contract Price,the Surety is obligated,without duplication for: 4. Failure on the part of the Owner to comply with the notice requirement in Paragraph 3.1 shall not constitute a failure to comply 7.1 the responsibilities of the Contractor for correction of with a condition precedent to the Surety's obligations,or release the defective work and completion of the Construction Contract; Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. 7.2 additional legal, design professional, and delay costs resulting from the Contractor's Default, and resulting from the 5. When the Owner has satisfied the conditions of Paragraph 3,the actions or failure to act of the Surety under Paragraph 5;and Surety shall promptly and at the Surety's expense take one of the following actions: 7.3 liquidated damages, or if no liquidated damages are specified in the Construction Contract,actual damages caused by 5.1 Arrange for the Contractor, with the consent of the delayed performance or non-performance of the Contractor. Owner,to perform and complete the Construction Contract; 8. If the Surety elects to act under Paragraph 5.1, 5.3, or 5.4, the 5.2 Undertake to perform and complete the Construction Surety's liability is limited to the amount of this Bond. Contract itself,through its agents or independent contractors; 9. The Surety shall not be liable to the Owner or others for 5.3 Obtain bids or negotiated proposals from qualified obligations of the Contractor that are unrelated to the Construction contractors acceptable to the Owner for a contract for Contract, and the Balance of the Contract Price shall not be reduced performance and completion of the Construction Contract, or set off on account of any such unrelated obligations. No right of arrange for a contract to be prepared for execution by the action shall accrue on this Bond to any person or entity other than 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. 2 of 3 the Owner or its heirs, executors, administrators, successors, and allowance for the Contractor for any amounts received or to be assigns. received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all 10. The Surety hereby waives notice of any change, including valid and proper payments made to or on behalf of the changes of time, to the Construction Contract or to related Contractor under the Construction Contract. subcontracts,purchase orders,and other obligations. 14.2 Construction Contract: The agreement between the 11. Any proceeding, legal or equitable, under this Bond may be Owner and Contractor identified on the cover page,including all instituted in any court of competent jurisdiction in the location in Contract Documents and changes made to the agreement and which the work or part of the work is located and shall be instituted the Contract Documents. within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years 14.3 Contractor Default: Failure of the Contractor, which after the Surety refuses or fails to perform its obligations under this has not been remedied or waived, to perform or otherwise to Bond, whichever occurs first. If the provisions of this paragraph are comply with a material term of the Construction Contract. void or prohibited by law, the minimum periods of limitations available to sureties as a defense in the jurisdiction of the suit shall be 14.4 Owner Default: Failure of the Owner, which has not applicable. been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or 12. Notice to the Surety, the Owner, or the Contractor shall be comply with the other material terms of the Construction mailed or delivered to the address shown on the page on which their Contract. signature appears. 14.5 Contract Documents:All the documents that comprise 13. When this Bond has been furnished to comply with a statutory the agreement between the Owner and Contractor. or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said 15. If this Bond is issued for an agreement between a contractor and statutory or legal requirement shall be deemed deleted herefrom and subcontractor, the term Contractor in this Bond shall be deemed to provisions conforming to such statutory or other legal requirement be Subcontractor and the term Owner shall be deemed to be - shall be deemed incorporated herein. When so furnished,the intent Contractor. is that this Bond shall be construed as a statutory bond and not as a common law bond. 16. Modifications to this Bond areas 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 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 FJCDC ENGI'JEERS JOINT CDNTRXC DOCUMU413 C01,1.MPTEE PAYMENT BOND CONTRACTOR(name and address): SURETY(name and address of principal place of business): J R Civil LLC Western Surety Company 536 Kathy Ln P.O.Box 5077 Billings,MT 59105 Chicago,IL 60604 OWN ER(name and address):City of Bozeman 121 North Rouse,P.O.Box 1230 Bozeman,MT 59771 CONSTRUCTION CONTRACT Effective Date of the Agreement: -'Su,4 e: /S� ?-0/7 Amount: Eight Hundred Fifty-six Thousand Two Hundred Forty-six And 92/100 ($856,246.92) Description (name and location): East Peach Street Reconstruction,Bozeman,MT BOND Bond Number: 30007453 Date(not earlier than the Effective Date of the Agreement of the Construction Contract): Amount: Eight Hundred Fifty-six Thousand Two Hundred Forty-six And 92/100 ($856,246.92) Modifications to this Bond Form: ❑ 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 J R Civil LLC (seal) Western Surety Company seal Contractor's Name and Corporate Seal Surety's Name and Corporate Seal By: By: Signature Signature(attach powe o at rney) ^ ` - Kimberly Hodson Print Name Print Name a �rze.o ru�� Attorney-In-Fact Title Title Attest: Attest: l Signatur Signature Brooke A.Garness,Bond Clerical Title 0 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 COUNTERSIGNED: Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, HUB INTERNATIONAL MOUNTAIN and American society of Civil Engineers. All rights reserved. 1 of 3 STATES LIMI D RENE C. LEVEAUX I I(—ff- 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; 5. 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 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. 3 of 3 Western surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Brooke A Garness, Chris Jermunson, Kristin A Piccioni, Jamie M Roe, Billy J Bolt, Michael E Delmer, Kaye U Muzzana, Brooke Schmidt, Lynn St Pierre, Robert C Pfennigs, Michelle Schermerhorn,Marsha Hattel,Brady Leaf,John D Leaf, Kimberly Hodson,Individually f of Great Falls,MT,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf Ibonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 3rd day of February,2017. f "SURETY°.y WESTERN SURETY COMPANY WQ.l!.p.Poq`c0'i ;OUT.......•µp'��o' APaul T.Bruflat,Vice President State of South Dakota l JT ss County of Minnehaha On this 3rd day of February,2017,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires Tyr J.MOHR T L N oum OTARY PU'oLIC�� June 23,2021 srn soAkoTA se L J.Mohr,Notary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this day of ;- -•.:�A: WESTERN SURETY COMPANY L j<, �.' f A • •1p.., I USN•p�µ0�r L.Nelson,Assistant Secretary Form F4280-7-2012 1, Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and 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 Company. 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. AGENCY CUSTOMER ID:JRCIVIL-02 AJOHNSTON1 LOC M A� ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY License#0979004 NAMED INSURED HUB International Mountain States Limited JR Civil 4148 1st Street SW POLICY NUMBER Dickinson,ND 58601 SEE PAGE 1 CARRIER NAIC CODE EE PAGE 1 SEE P 1 EFFECTIVE DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 24 FORM TITLE: Certificate of Property Insurance Special Conditions: All other Perils Deductible: $2,500 Earthquake Deductible:$26,000 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contractors' General Liability Extension Endorsement CNA It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional insureds 2. Additional Insured-Primary And Non-Contributory To Additional Insured's Insurance 3. Bodily Injury-Expanded Definition 4. Broad Knowledge of Occurrence/Notice of Occurrence 5. Broad Named Insured 6. Broadened Liablltty Coverag For Damage To Your Product-And Your Work. 7. Contractual Liability-.Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury-Exception for Reasonable Force I I.-General Aggregate Limits of Insurance-Per Project 12.-In Rem-Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability - Damage To Premises / Alienated Premises / Property in The Named Insured's Care, Custody or Control %. Lrquor Liebitity 17. Medical Payments 18. Non-owned Aircraft Coverage 19. Non-owned Watercraft 20. Personal And Advertising Injury-Discrimination or Humiliation 21. Personal And Advertising Injury-Contractual Liability 22. Property Damage-Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation-Blanket 26. Wrap-Up Extension: OCIP CCIP, or Consolidated (Wrap-Up) Insurance Programs CNA74705XX(1-15) Page 1 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Contractors' General Liability Extension Endorsement CNA 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior-to: (a) the bodily Injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will,not provide such addMonal irisured-witty (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A.through H.below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with -a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that- the. coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co-owned by a Named Insured and covered under this insurance but only with respect to such co-owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named-Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. D. Lessor of Land- Any person or organization from whom a Named-Insured leases land but only with-respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. -CNA747O.5XX.(1-1 b) Page 2 of 17 Copyright CNA All Rights Reserved. :Includes copyrighted material of Insurance Services office,Inc.,with its permission. Contractors' General Liability Extension Endorsement CAfA E. Lessor of Pre-mises- An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage-granted-by#his paragraph does not apply structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured_ F. Mortgagee,Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolitiort operations performed by, on behalf of-, or for such additional,insured.. G. State or Governmental Agency or Subdivision or Political Subdivisions=Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to Which his insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, -awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. the construction, erection, or removal of elevators; or c. the ownership, maintenance or use of any elevators covered by this insurance; or 2. the permitted or authorized operations performed by a°Named Insured or on,a•Named Insureds behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products-completed operations hazard. With respect to.this p_rovisian's requirement that additional insured status must be requested under a written contract or agreement,the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an aMtional-insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and.adverttslrig injury caused by. a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. CNA74705XX (1-15) Page 3:of 17 Copyright CNA All-Rights Reserved. Includes copyrighted material of.Insurance-Services Office, Inc.,with its permission. Contractors' General Liability Extension Endorsement CrW 2. The coverage granted by this paragraph:does not apply to bodily injury or property damage included within the products-completed operations hazard. 2. ADDITIONAL INSURED-PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: 1f_the Named Insured.bas agreed in writing"in a contract or agreement that this insurance is prifnary and non- contributory relative to an-additional insured'_ awn insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance.For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY—EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily Injury is deteted..and:reptacect by the following: Bodily injury means physical injury, sickness, or disease sustained by a- person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/NOTICE OF OCCURRENCE Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to atld the- following provisions: A. -BROAD KNOWLEDGEOF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an _ occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insureds rights under this Cover-age Part will not be prejudiced if the Named Insured-fails to: give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5: BROAi3_NAMED-4NSURED WHO-1S AN INSURED is amended to delete its-Paragraph 3.in its entirety and.replace it with the following: 3. Pursuant to the limitations described in Paragraph 4.below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or b. by reason of a Named_Insured creating or acquiring the organization during;the potipy,period., qualifies as a Named Insured, provided that there-is no other similar-liability insurance, whether primary, contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: CNA74705XX(1-15) Page 4 of 17 Copyright CNA.AII Rights Reserved. Includes copyrighted material of insurance Services Office,Inc.,with:its permission. Contractors' General Liability Extension Endorsement CNA (a) any partnership;,limited liability company or joint venture,-or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the'Board of-Directors of a.corporali-on; or -B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising injury caused by an offense thatfirst occurred prior to the data of management control or that first occurs after management control ceases. 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing-business-as names (dba)as any Named Insured should choose to employ. 6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A Under.COVE RAGES,'Goverage-A— BodIty..injury and Property Damage LiabIliiyy, the paragraph entitled Exclusions is amended to delete exclusions k. and I.and replace them with the following: This insurance does not apply to: k. Damage to Your Product Property damage to your product arising out of it, or any part of it except when caused by or resulting from: (1 j fire; (2) smoke; (3) collapse; or (4) explosion. I. Damage to Your Work Property damage to.your work arising out.of it, or any part of'it and included in the products-completed operations hazard. This exclusion does not apply: (1) If the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor; or (2) If the cause of loss to the damaged work arises as a result of: (a) fire; (b) smoke; (c) collapse; or (d) explosion. CNA74705XX(1-15) Page 5of17 Copyright.C-NA All Rights�Reserved. Includes copyrighted:material of Insurance services Office,Inc.,with its permission. Contractors' General Liability Extension Endorsement cNA B. The-following paragraph is added to LIMITS OF INSURANCE-: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included within the product-completed operations hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor. C. This Broadened'Liability :Coverage For Dar-gage To Your-Produc-t And Your W- bek Provision does'not apply if an endorsement of the same name is attached to this-policy_ 7. CONTRACTUAL LIABILITY—RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following: Insured Contract means: a. A contract for a lease of premises. However, that portion of the contract for a Lease of premises that indemnifies any person or organization for damage by fire to premises while.rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance-agreement; f. That part of any other contract or agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f.does not Include that part.of any contract or agreemet t; (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys,field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the Insured,'if-an architect,--engineer or surveyor,-assumes liability for-an injury or damage arising•out of the insur-ed's rendering or failure to render professional:services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 8. ELECTRONIC DATA LIABILITY A. Under COVERAGES, Coverage A— Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: This insurance does not apply to: p. Access Or Disclosure_Of Confidential Or-Persona[Information And Data-related Liability Damages arising out of: CNA74705XX(1-15) Page:6 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,-with its permission. Contractors' General Liability Extension Endorsement %IOWA% (1) any access to or disclosure. of any person's or organizations, confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising out of that which is described in Paragraph (1) or(2) above. - B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of property darnag -that results,fromn PhyslcaV injury to-tangible property and arises out.of electronic data. C. The following definition is added to DEFINITIONS: Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, _ tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. D. For the purpose of`the coverage provided"by`this tCECTROM C`>E3ATAIIABR:ITYProvision,he,definition of property-damage in DEFINITIONS is replaced by the fallowing: Property damage means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the occurrence that caused it; or c. Loss of; loss of use of;-damage to; corruption of; inability, to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance, electronic data is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit. 9. ESTATE-S,LEGAL.REPRESENTATIVES,-AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners-of joint venture or partnership. Named Insureds are Insureds with respect to such spouses' acts;_ errors- or omissions in the: conduct of the Named Insured's business. CNA74705XX(1-15) Page 7 of 17 Copyright CNA All Rights Reserved. Includes copyrighted:material of Insurance Services Office, Inc.,with its permission. Contractors' General Liability Extension Endorsement 10. EXPECTED OR INTENDED INJURY—EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: expected or'Intended-lnjury Bodily injury or property damage expected or intended from the standpoint of the insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE -PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General-Aggregate Limit,equal to the-amount of the GGeneraf Aggregate-Limit shown in the Declarations;.is the most the Insurer wilk pay fQr the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products-completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such _payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Constaruction Project Generai Aggregate Limit of any other construction-project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products-completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be-attributed solely to ongoing operations at a particular construction.project. D. `When coverage: for liability arising out of the products-completed operations-hazard is provided, any payments for damages because of bodily injury or property damage included in the products-completed operations hazard will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specif'i'catior►s or timetabfes, the project will still be deemed to be the same constructiotr project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. CNA74705XX (1-15) Page 8 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Contractors' General Liability Extension Endorsement CNA 1Z IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE -Solely with respect to bodily injury that arises out of a health-care incident: -A. Under COVERAGES,--Cover—age--A— Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1)and 1.b.(2)with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period.All bodily injury arising.from an occurrence will be deemed to have occuared at the time:of the first act, error, or missi6n,that is part of the occurrence; and B. Under COVERAGES, Coverage A—Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: i. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which-would'have been available but for exhaustion of its limits). ii. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to: Contractual Liability the Insured's actual or alleged liability under any oral or written contract or agreement, including but not li Ited to express-warranties of guarantees. if. add the following additional exclusions.: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual:orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare/Medicaid Fraud any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement Any health care incident for which coverage Is excluded by endorsement. C. DEFINITIONS is amended to: i. add the following definitions: CNA74705XX(1-15) image.9 of 17 Copyright GNA All Rights Deserved. Includes copyrighted•material of Insurance Services Office,Inc.,with its permission. Contractors' General Liability Extension Endorsement Health care- incident: means an act,. error or omission by the Named Insureds- employees- or volunteer-workers in the rendering of: a. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. P-ro#essional-health,sre services means.any_health care services or the .related furnishing of food, beverages, medical supplies or:appliances by the following providers'in their capacity as such but solely to the extent they are duly licensed as required: a. Physician; b. Nurse; c. Nurse practitioner; d. Emergency medical technician; e. Paramedic, f. Dentist; g. Physical therapist; h. Psychologist; i. Speech'therapist; j. Other allied.health professional; or Professional health care services does not include any services rendered in connection with human clinical trials or product testing. ii. delete the definition of occurrence and replace it with the following: Occurrence means.a health care.incident.Alt acts, errors or omissions that-are_-logically connected,by any common-fact, circumstance, situation,.transaction, event; advice or decision.will be considered to constitute a single occurrence; iii. amend the definition of insured to: a. add the following: • the Named Insured's employees are Insureds with respect to: (1) bodily-injury to -a co-employee while:in the course of the-co-employee% employment by the Named :Insured or while performing duties related to the conduct of the Named Insured's business,and (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. • the Named Insured's volunteer workers are Insureds with respect to: (1) bodllyy injury to a co.-volunteer worker while performing duties related to the conduct of the Named Insured's business; and CNA74705XX(1-15) Page 1.0_of 1.7 Copyright CNA Alf`Rights`Reserved. 'Includes copyrighted material of Insurance Services Office,`Inc.,with`its permission. Contractors' General Liability Extension Endorsement � NA (2) bodily injury to an employee.while in the courseof the employee's:employment by the Named.Insured or while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED. 13. The Cherinsuranee .condition is amended-to delete Paragraph-.b.(,1;) in itsentirety and-replace It with the following: Other Insurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOWT VENTURES f PARTNERSHIP/LIMYTED LLABILrTY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the :extent that: a. any.offense giving rise to personal_and-advertising injury occurred prior to.such termination date,.and the personal and advertising injury arising out of such offense first occurred after such termination date; b. the bodily injury or property damage first occurred after such termination date; and c. there is no other valid and collectible insurance purchased specifically to insure the partnership,joint venture or limited liability company; and If the joint venture, partnership or limited liability company is or was insured,under a consolidated:(wrap-up} insurance program, then such insurance will:always-be considered valid and.collectible-for the purpose of paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap-up) insurance program. 15. LEGAL 'LIABILITY — DAMAGE TO PREMISES] ALIENATED PREMISES I PROPERTY IN THE NAMED INSUREVS CARE, CUSTODYOR CONTROL A. Under COVERAGES, Coverage A— Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following: This insurance does not apply to: j; Damage to-Property- Property damage to (1) Property the Named Insured-owns, rents, or occupies, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; CNA74705XX(1-15) -Page 11 of 17 Copyright CNA All Rijhts'Reserved. 'Indiudes copyrighted material oflnsurance Services Office,'Inc.,vrith its permission. Contractors' General Liability Extension Endorsement CwW' A (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises:out of any part of those:premises, (3) Property loaned to the Named Insured; (4) Personal property in the care, custody or control of the Insured; (5) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly -Aar indirectly on Abe Warned lnsured's behalf are :performing operations, if the-Prol:4ily darinage arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because:your work was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by fire) to premises rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days.A separate limit-of insurance applies to-Damage To Premises Rented To You as described in_LIMITS-OF INSURANCE. Paragraph (2) of this exclusion does not apply if the premises are your work. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products- completed operations hazard. =Paragraphs 13) and f 4) ofAhis exclusion do-not apply,to=property damage to: i, tools,:or equipment the*Named Insured borrows from others, nor ii, other personal property of others in the Named Insured's care, custody or control while being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs (3) and (4)does not apply to: a. property at a job,site awaiting or.during;such property's installation,fabricatiorx, or erection; b. property that is mobile equipment leased by.an Insured; c. property that is an auto, aircraft or watercraft; d. property in transit; or e. any portion of property damage for which the Insured has available other valid and collectible insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. A separate Iirhit of"insurance and deductible apply to such -property of others. See L-IMITS OF INSURANCE as amended below. B. Under COVERAGES, Coverage A—Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete its last paragraph and replace it with the following: Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of premises rented`to a Named Insured for a pedod of.7 or fewer, consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. C. The following paragraph is added to LIMITS OF INSURANCE. Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to CNA74705XX(1-15) Page 12 of 17 Copyright CNA All Rights'Reserved. includes copyrighted material of Insurance Services 01fice,Inc.,with its permission. Contractors' General Liability Extension Endorsement 14CWANA other personal property of others in the Named Insured's-care, custody or control, while being used in the Named Insureds operations away from any Named Insured's premises: The. Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds $1,000: The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and xeplaced_by:the following: -6. Subject to Paragraph 5. above, .(the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage Afor-damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of. $500 00C1 or b. The.Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii)of the Other Insurance Condition is deleted and replaced by the following: (ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named Insured's care, custody or control; 1.6. LIQUOR LIAAEOUTY Under-COVERAGES, Coverage A —Bodily :injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Liquor Liability. This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended to delete Paragraph.7. (.the Medical Expense Llrnit)and replace it with, the following 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the-Medical Expense Limit is the most the Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily injury sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000 unless a different amount is shown here: $N,NNN,NNN,NNN; or (2) the amount shown in the Declarations for Medical Expense limit. B. Under COVERAGES, the Insuring-Agreement of Coverage C—Medical Payments is amended to replace Paragraph 1.a.(3)(b) with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and 18. NON-OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: The exclusion entitled Aircraft,Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; CNA74705XX (1-15) Page'13>of 1.7 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance'Services Office,Inc.,with its permission. Contractors' General Liability Extension Endorsement CNA 2 the aircraft-is rented with a trained, paid crew to-the.Named Insured,-and 3. the aircraft is not being used to carry persons or property for a charge. 19. NON-OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with-the Wowing. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provider]the watercraft is: (a) less than 75 feet long; and (b) not being used to carry persons or property for a charge. 20. PERSONAL AND ADVERTISING;INJURY—DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS,,the definition of personal and advertising injury,is amended to add the.following tort: • Discrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance,does-not:appiy to: Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of: (a) the Named Insured;or- (b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company) of the Named Insured. 2. add the following exclusions: This insurance does not apply to: Emplcaymen#-Related=D-'tscrlmination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any Insured. Premises Related Discrimination discrimination or humiliation arising out of the sale, rental, lease or sub-lease or prospective sale, rental, tease or sub-lease of any room, dwelling or premises by or at the direction-of.any Insured. Notwithstanding:the above, there-is no coverage-for fines or penalties levied or imposed by a-governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from CNA74705XX,(1-1.5) Page 1 of'17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Contractors' General Liability Extension Endorsement a Provision 1.ADDITIONAL INSURED of this endorsement; or e attachment of an additional insured endorsement to this Coverage Part. This PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY-CONTRACTUAL LIABILITY -A. tjnder COVERAGES, Doiverage B Personat ant-idvertising -tnjury tir ll#y, the patagraph entitledExclusions is-amended to delete`the exclusion entitled Con#ractual-L7ability. B. Solely for the purpose of the coverage provided by this -PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS—COVERAGES A AND B: 1. Paragraph 2.d. is replaced by the following: d. The allegations In the suit and the Information-tire-Insurer knows about the offense alleged-in,such suit are.such that no conflict appears to exist between the Interests of the Insured and the interests of the indemnitee; 2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following: So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to he damages for-personal;and:advertistng;finery and will-not,reduce the limits of insurance. C. This PERSONAL AND ADVERTISING INJURY—CONTRACTUAL.LIABILITY Provision does not apply if Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE—ELEVATORS A. Under COVERAGES; Coverage A— Bodily Injury and Property Damage Liabllity, the paragraph.entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3); (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the_Other.Irisu'rance conditions is amended to add-the following:paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any -other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS—COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000.km t,and B. Paragraph 1.d. is amended to delete the limit of$250 shown for daily loss of earnings and replace it with a $1,000-. limit. CNA74705XX(1-15) Page 15 of 17 Copyright Ch1A AlpRights`,Reserved. +Includes copyrighted material of Insurance Services office,Inc.,with its permission. Contractors' General Liability Extension Endorsement CNA 244-UNINTENTIONAL_FAILURE TO.DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION -BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended -to add the following: The Insurer waives any right of recovery the Insurer may have against.any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or 2. your work included in the products-completed operations hazard. However, this waiver applies only when the Named Insuired has agreed in writing to waive such, rights of recovery h.a written eon-tl apt or written agreement, and oi�fy if sub -contract or agreement: 1. is,in effect or becomes,effective.during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note. The followrg provisjori does_not,apply to any:public construction project in the state of Oklahoma, nor to any construction project-in the state of-Alaska,`that its not permitted to'be insured.under to consolidated(wrap- up)=insurance program by applicable state statute or:regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.)is attached, then the following changes apply: A. The following wording is added to the above-referenced endorsement: Withi respect to a-consolidated_(wrap-up) insurance program project in which;the Named Insured is or. was involved, this exclusion,does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor 2. Bodily injury or property damage included within the products-completed operations hazard that jarise.s out 4flbose port[6ns..of'the project thrafi re no#'rei>t 4141structur..es. B. Condition 4..Other.insurance:is amended to add the following subparagraph 4.b:(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated(wrap-up.)insurance program. C. DEFINITIONS is amended ta,add the following_definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.)or Contractor Controlled Insurance Program (C.C.I.P.). CNA74705➢CX(1 15) Page 1`6 of 17 Copyright CNA All Rights Reserved. includes copyrighted material of insurance Services Office,Inc.,with its permission. Contractors' General Liability Extension Endorsement ��A Residential-:structure means-,,any structure where 30% lor more of the square foot area is used or is intended to be used for human residency, including but,:not limited to: 1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments; and 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached garages, guest houses or any similar structures). However, when there. is no individual!ownership of units,, residential structure does not include. military housing., college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP-UP EXTENSION: OCIP, CLIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. AIl,otherterms_an6,conditions;of the-Policy remain unchanged. "This endorsement,which forms a part of and is for attachment to thePolicy issued by the designatedlnsurers,takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74705XX(1-15) Page 17:of 17 Copyright GNA All Rights Reserved. Includes:copyrightedmaterial.of Insurance Services Office,Inc,,:with its-permission. �W Blanket Additional Insured - Owners, Lessees or Contractors =with Products-completed Operations'Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. The WHO IS AN INSURED section is amended to add as an Insured"any person or organization whom..the Named Insured is required by written contract to=add as an additional insured on this coverage..part,.including any such person or organization, if any, specifically set forth on the Schedule attachment to,this endorsement. However, such person or organization is an Insured only with respect to such person or organizations liability for: A. unless paragraph B. below applies, 1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the acts or:omissions by or on behalf of the Named.Insured and in the performance=of such Named -lnsuredis,ongoing-operations-as'specifted in-such,written-contract;�or �, bodily -injury or property .damage caused in whole or in part by your-work -and included in the products-completed operations hazard, and only if a. the written contract requires the Named Insured to provide the additional insured such coverage; and b. thls coverage-part provides sudT coverage--. B. bodily injury, property damage; or personal�and advertisirig�injury-arising out-of-your work described in such written:contract, but only if. 1. this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under the 11-85 or 10-01 edition of CG2010 or the 10-01 edition of CG2037. -ii. Subject-always to the terms and;condlt ons :of this policy, Including the limits :of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract;or B. a higher limit of insurance than required by the written contract. III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the:rendering of;, or,the.failure to render, any professional architectural, engineering, or surveying services, including: f. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorserrrent attached to this c©ver-age part. I.V. Notwithstanding .anything to the Contrary in the section entitled COMMERCIAL GENERAL LIABILITY -CONDITIONS, the Condition entitled Other Insurance,-this insurance is excess'of-all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance C;NA75079XX(1-15) Page`1 of 2 Copyright CNA Ali-.Rights Reserved; Includes copyrighted-materiar of Insurance Services Office,Inc.,with its.permission. CNA Blanket Additional Insured - Owners, Lessees or Contractors -with Products-Completed Operations Coverage Endorsement is required by written contract to be primary and non-contributory, this insurance will be primary and non- contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition>entitled Duties In, The-Event of OccurFence,. Offense, Claim or Swt Is amended with_the addition.of the following: Any additional insured pursuant to this endorsement will-as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3. ;send.the -Insurer--copies -of.;ll legal papers received; ,and otherwise .cooperate AWith the Insurer in the investigation,defense,.or settlement of the-claim'and 4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no Beaty to,defend or indemnify an additional Insured under this endorsement until`the.Insurer receives written notice of-a claim.frorn the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or-becomes effective during the term of#Jail policy; and B. :was_executed prior to: 1. the bodily injury or property damage; or 2, the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (1-15) Page 2 of 2 Copyright:CNA All Rights Reserved. I'rtc]Wes copyrighted,rxrateriel of:Irrsrrrarrce Services Office,Inc.,with.its permission. SCA 23 5001) CAA (Ed. 1 Oil 1) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE REAR IT CAREFULLY. EXTENDED COVERAGE ENDORSEMENT - BA PLUS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM f LIABILTY COVERAGE 1. Which are no longer in force;or A. Who Is An Insured 2. Whose limits have been exhausted. The following is added to Section 11, Paragraph A.1., B. Bail Bonds and Loss of Earnings Who is An insured: Section 11, Paragraphs A.2.a.(2) and A.2.a.(4) are 1. a. Any incorporated entity of which the Named revised as follows: Insured owns a majority of the voting stock on 1. In a.(2), the limit for the cost of bail bonds is the date of inception of this Coverage Form; increased from$2,000 torJ,Ot10,and provided that, b. The insurance afforded this provision A.1. 2. 'In a.(4), the limit for the loss of earnings is does not apply to any s ch entity that is an increased from$250 to$500 a day. "insured" under any other liability "policy" C. Fellow Employee providing"auto"coverage. Section ll,Paragraph$.5 does not apply. 2. Any organization you newly acquire or form,other than a limited liability company, partnership or Such coverage as is afforded by this provision C. is joint venture, and over which you maintain excess over any other collectible insurance. majority ownership interest. 11. PHYSICAL DAMAGE COVERAGE The insurance afforded by this provision A.2.: A. Towing a. Is effective on the acquisition or formation Section ill,Paragraph A.2.,is revised to include Light date, and is afforded only until the end of the Trucks up to 10,000 pounds G.V.W. policy period of this Coverage Form, or the next anniversary of its inception date, B. Glass Breakage — Hitting A Bird Or Animal — whichever is earlier. fatting Objects Or Missiles b. Does not apply to: The following is added to Section'111,Paragraph A.3.: (1) "Bodily injury" or "property damage" With respect to any covered "auto," any deductible caused by an "accident" that occurred shown in the Declarations will not apply to glass before you acquired or formed the breakage if such glass is repaired, in a manner or ganiza#ion;or acceptable to us,rather than replaced. s (2) Any such organization that is an'Insured" C. Transportation Expenses under any other liability"policy" providing Section 111,Paragraph A,4.a. is revised, with respect "auto"coverage. to transportation expense incurred by you,to provide: 3. Any person or organization that you are obligated a. $60,per day,in lieu of$20;subject to to provide Insurance where required by a written contract or agreement is an insured, but only with b. $1,800 maximum,in lieu of$600. respect to legal responsibility for acts or omissions D. Loss of Use Expenses of a person for whom Liability Coverage is afforded under this policy. Section III, Paragraph AA.b. is revised, with respect 4. An "employee" of yours is an "insured" while to loss of use expenses incurred by you,to provide: operating an "auto" hired or rented under a a. $1,000 maximum,in lieu of$600. contract or agreement in that"employee's" name, E. Personal Property with your permission, while performing duties related to the conduct of your business. The following is added to Section III,Paragraph A.4. o "Policy," as used in this provision A. Who Is An c. We will pay up to $500 for loss to Personal. Insured, includes those policies that were in force on Property which is: the inception date of this Coverage Form but: SCA 23 500D Copyright,CNA Corporation,2WO- Page 1 of 3 (Ed. 10l1.1) Inciudes copyrighted material of the Insurance Services office used with its permission. SCA 23 500D CIVA (Ed. 10111) (1) Owned by an""insured";and in that individual "ernptoyee's" name, with your permission, while performing duties (2) to or on the covered"auto." related to the conduct of your business. This coverage applies only in the event of a total c. The most we will pay for any one"accident"or theft of your covered"auto." "loss"is the actual cash value, cost of repair, This insurance is excess over any other collectible cost of replacement or $75,000 whichever is insurance and no deductible applies. less minus a $500 deductible for each covered auto. No deductible applies to "loss" F. Rental Reimbursement caused by fire or lightening. The following is added to Section Ill,Paragraph AA.: d. We will pay for rental reimbursement expenses d. The physical damage coverage as is provided incurred by you for the rental of an"auto because by this provision will be limited to the types of of'loss" to a-covered "auto." Payment appkes in physical damage coverage(s) provided on addition to the otherwise applicable amount of your owned"autos." each coverage you have on a covered "auto." No e. Such physical damage coverage for hired deductibles apply to this coverage. "autos"vrill: 1. We will pay only for those expenses incurred (1) Include loss of use, provided it is the during the policy period beginning 24 hours consequence of an "accident" for which after the "loss" and ending, regardless of the the Named insured is legally liable, and policy's expiration, with the lesser of the as a result of which a monetary loss is following number of days: sustained by the leasing or rental (a) The number of days reasonably required concern. to repair or replace the covered"auto";or, (2) Such coverage as is provided by this provision G.e.(1)will be subject to a limit (b) 15 days. of$750 per"accident." 2. Our payment is limited to the lesser of the f N. Airbag Coverage following amounts: (a) Necessary and actual expenses incurred; The following is added--to Section III:,Paragraph R.3. or, The accidental discharge of an airbag shall not be (b) $25 per day subject to a maximum of considered mechanical breakdown. $375. 1. Electronic Equipment 3. This coverage does not,apply while there are Section l{I;Paragraphs B.4.c and B.4.d. are deleted spare or reserve "autos" available to you for and replaced by the following: your operations. c. Physical Damage Coverage on a covered 4. If "loss" results from the total theft of a "auto" also applies to "loss" to any covered "auto" of the private passenger type, permanently installed electronic equipment we will pay under this coverage only that including its antennas and,other accessories amount of your rental reimbursement expenses which is not already provided for d. A $100 per occurrence deductible applies to under the Physical 'Damage Coverage the coverage provided by this provision. Extension. J. Diminution In Value G. Hired"Autos" The following is added to Section Ili,Paragraph B.ti. The following is added to Section Ill.Paragraph A.: Subject to the following, the "diminution in value" 5. Hired"Autos" exclusion does not apply to: If Physical Damage coverage is provided under a. Any covered "auto" of the private passenger this policy, and such coverage does not extend to type you tease,hire, rent or borrow,without a Hired Autos, then Physical Damage coverage is driver for a period of 30 days or less, while extended to: performing duties related to the conduct of your business;and a. Any covered "auto" you lease, hire, rent or borrow without a driver;and b. Any covered "auto" of the private passenger type hired or rented by your "employee'" b. Any covered "auto" hired or rented by your without a driver for a period of 30 days or less, "employee" without a driver, under a contract SCA 23 500D copyright,CNA Corpwarson,2000, Page 2 of 3 (Ed. 10111) Includes copyrighted material of the Insurance services office used wth its permission. SCA 23 500D CNr A (Ed. 10111) under a contract in that individual- Such `executive officers are "insureds' while "employee's" name, with your permission, using a covered"auto"described in this provision. while performing duties related to the conduct tV .s-USINESSAUT-0 CONDITIONS of your business. c. Such coverage as is provided by this A- Duties In The Event Of Accident, Claim, .Suit Or provision is limited to a "diminution in value" toss loss arising directly out of accidental damage The following is added to Section. IV, Paragraph and not as a result of the failure to make A.2.a. repairs; faulty or incomplete maintenance or repairs; or the installation of substandard (4) Your"employees"may know of an"accident" parts or Toss." This will not mean that you have such knowledge, unless such 'accident' or d. The most we will pay for "loss" to a covered 'loss" is known to you or if you are not an `'auto"in any one accident is the lesser of: individual, to any of your executive officers or (1) $5,000;or partners or your insurance manager. (2) 20% of the "auto's" actual cash value The following is added to Section IV, Paragraph (ACV) A.2.b. (6) Your "employees" may know of documents Ill. !}rive Other Car Coverage-Executive Officers received concerning a claim or"suit"This will The following is added to Sections Wand IN: not mean that you have such knowledge, 1. Any "aura" you don't own, hire or borrow is a unless receipt of such documents is known.to covered "auto" for Liability Coverage while being you or if you are not an individual, to any of used .by, and for Physical Damage Coverage your executive officers or partners or your insurance manager. while in the care, custody or control of,any of your "executive officers,'except: B. Concealment,Misrepresentation or Fraud a. An "auto"owned by that"executive officer"or The following is added to Section IV,Paragraph 8.2. a member of that person's household;or Your failure to disclose all hazards existing on the date b. An"auto" used by that"executive officer"while of inception of this Coverage.Form shall not prejudice working in a business of selling, servicing, you with respect to the coverage afforded provided repairing or parking"autos." such failure or omission is not intentional. Such Liabitity and/or Physicat Damage Coverage C. Policy Period,Coverage Territory as is afforded by this provision will be: Section IV, Paragraphs 7.(5)4a). is revised to (1) Equal to the greatest of those coverages provide: afforded any covered"auto";and a_ 45 days of coverage in lieu of 30 days (2) Excess over any other collectible insurance. V. DEFINITIONS 2. For purposes of this provision, "executive officer Section V Paragraph C. is deleted and replaced by " means a person holding any of the officer the following: positions created by your charter, constitution, by- "Bodily ir4W means bodily injury,sickness or disease laws or any other similar governing document, sustained by a person, including mental anguish, and, while a resident of the same household, mental injury or death resulting from any of these includes that person's spouse. i= SCA 23 500D Copyright,CNA Corporation,2000. Page 3 of 3 (Ed. 10/11) Includes copyrighted material of the Insurance Services Office used Wth its permission. COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVER` AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERiAG.E FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organ ization(s): Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others: To Us condition does not apply to the person(s) or organization(s) shown in the. Schedule,: but only to the extent that subrogation is waived prior: to the "accident' or the 'loss" under a contract with that person or organization. CA 04 4410 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 SECTION 00840 WAGE RATES Contractor shall use the Wages Rates listed below. This Section contains: A. Montana Prevailing Wage Rates For Heavy Construction B. Montana Prevailing Wage Rates For Highway Construction rt East Peach Street Reconstruction Wage Rates Section 00840 KLJ Project 16417103 Page 1 of 2 THIS PAGE INTENTIONALLY LEFT BLANK East Peach Street Reconstruction Wage Rates Section 00840 KLJ Project 16417103 Page 2 of 2 IWN0N TA N PREV UNG TI A OC RATES FOR Hc'HWAY C ONS T RUCaTM SEWCE S 2017 Of ecfive. Darn uw y 7, 2017 Stove Q tuflo k, Governor, State orsdlfioniana Parma Busy, Corr rnissooneo , Department of Labor and Mo usury 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.corn 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.mtwaaehourbopa.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 ............................................................................................................................... 3 B. Definition of Highway Construction ............................................................................................................. 3 C. Definition of Public Works Contract .......................................................................................................... 3 D. Prevailing Wage Schedule ..................................................................................................................... 3 E. Rates to Use for Projects ........................................................................................................................ 3 F. Wage Rate Adjustments for Multiyear Contracts .......................................................................................... 3 G. Fringe Benefits ..................................................................................................................................... 4 H. Dispatch City ................................................................................................................... ................. 4 I. Zone Pay ............................................................................................................................................ 4 J. Computing Travel Benefits ..................................................................................................................... 4 K. Per Diem ............................................................................................................................................ 4 L. Apprentices ......................................................................................................................................... 4 M. Posting Notice of Prevailing Wages .......................................................................................................... 5 N. Employment Preference ...................................................... ............ 5 ....................................................... O. Projects of a Mixed Nature ............................................................................................................................................ 5 P. Occupations Definitions Website .................................................................................................................................... 5 Q. Welder Rates ..................................................................................................................................... 5 R., Foreman Rates .................................................................................................................................. 5 WAGE RATES: BRICK, BLOCK,AND STONE MASONS ........................................................................................................... 6 CARPENTERS ............................................................................................................................................ 6 CEMENT MASONS AND CONCRETE FINISHERS ............................................................................................ 6 CONSTRUCTION EQUIPMENT OPERATORS OPERATORSGROUP 1 ............................................................................................................................. 6 OPERATORSGROUP 2 ............................................................................................................................ 7 OPERATORS GROUP 3 ............................................................................................................................ 7 OPERATORS GROUP 4 ............................................................................................................................ 8 OPERATORS GROUP 5 ............................................................................................................................ 8 OPERATORS GROUP 6 ............................................................................................................................ 8 OPERATORSGROUP 7 ............................................................................................................................ 8 CONSTRUCTION LABORERS LABORERSGROUP 1 ............................................................................................................................ 9 LABORERSGROUP 2 ............................................................................................................................ 9 LABORERSGROUP 3 ...................................................................................................I........................ 9 LABORERSGROUP 4 ............................................................................................................................ 10 DIVERS .................................................................................................................................................... 10 DIVERTENDERS ........................................................................................................................................ 10 ELECTRICIANS .......................................................................................................................................... 11 IRONWORKERS-STRUCTURAL STEEL AND REBAR PLACERS ...................................................................... 11 LINE CONSTRUCTION EQUIPMENTOPERATOR .......................................................................................................................... 11 GROUNDMAN ......................................................................................................................................... 11 LINEMAN ................................................................................................................................................. 11 MILLWRIGHTS ............................................................................................................................................ 12 PAINTERS ................................................................................................................................................ 12 PILEBUCKS ............................................................................................................................................... 12 TEAMSTERS GROUP 1(Pilot Car Drivers) .......................................................................................................... 12 TEAMSTERS GROUP 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 crossing elimination (overpasses or underpasses), guardrails 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 18-2-40 1(1 1)(a),MCA defines"public works contract"as "...a contractfor 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 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. F.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 perform must include a provision to adjust, as provided in subsection (2), the standard prevailing rate of wages to be paid to the workers performing the contract. (2) The standard prevailing rate of wages paid to workers under a contract subject to this section must be adjusted 12 months after the date of the award of the public works contract. The amount of the adjustment must be a 3%increase. The adjustment must be made and applied every 12 months for the term of the contract. (3)Any increase in the standard rate of prevailing wages for workers under this section is the sole responsibility of the contractor and any subcontractors and not the contracting agency. " 3 G.Fringe Benefits Section 18-2-412, MCA states: "(1) To fulfill the obligation...a contractor or subcontractor may.- (a)pay the amount of fringe benefits and the basic hourly rate of pay that is part of the standard prevailing rate of wages directly to the worker or employee in cash; (b) make an irrevocable contribution to a trustee or a third person pursuant to a fringe benefit fund,plan, or program that meets the requirements of the Employee Retirement Income Security Act of 1974 or that is a bona fide program approved by the U. S. department of labor; or (c) make payments using any combination of methods set forth in subsections (1)(a) and(1)(b)so that the aggregate of payments and contributions is not less than the standard prevailing rate of wages, including fringe benefits and travel allowances, applicable to the district for the particular type of work being performed (2) The fringe benefit fund,plan, or program described in subsection (1)(b) must provide benefits to workers or employees for health care,pensions on retirement or death, life insurance, disability and sickness insurance, or bona fide programs that meet the requirements of the Employee Retirement Income Security Act of 1974 or that are approved by the U. S. department of labor." Fringe benefits are paid for all hours worked(straight time and overtime hours). However, fi•inge 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 f om 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,24.17.103(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 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 fill 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: "(I) 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 class fed, employees in each trade classification who are working on that project must be paid at the rate for that project classification" P.Occupations Definitions You can find definitions for these occupations on the following Bureau of Labor Statistics website: i http://www.bls.,gov/oes/Current/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 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 T 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. T 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. 1 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. 1 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. 1 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. 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 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. T 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 T 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. T Back to Table of Contents PAINTERS Wage Benefit $27.00 $9.30 1 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. 1 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. 1 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. t Back to Table of Contents 13 1 1 1 i I 1 1 1 1 1 1 I 1 t 1 1 i I fl,0NTIn H PREVA UNG YJ OE RATES FOR HEAVY CONS T RUC T 00 A SCRMCES 2017 Efifec-Uve- Jeanuary 7, 2017 Steve Bu flock, Governor State of Montana Pam Bucy, ComrAssionerr° ®epartmeW of Labor and Jndus�rry 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.mtwagehourbol)a.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 ............................................................................................................................... 3 B. Definition of Heavy Construction ................................................................................................................ 3 C. Definition of Public Works Contract .......................................................................................................... 3 D. Prevailing Wage Schedule ..................................................................................................................... 3 E. Rates to Use for Projects ........................................................................................................................ 3 F. Wage Rate Adjustments for Multiyear Contracts .......................................................................................... 3 G. Fringe Benefits ..................................................................................................................................... 4 H. Dispatch City ........................................................................................................................................ 4 I. Zone Pay ............................................................................................................................................ 4 J. Computing Travel Benefits ..................................................................................................................... 4 K. Per Diem ............................................................................................................................................ 4 L. Apprentices ......................................................................................................................................... 4 M. Posting Notice of Prevailing Wages .......................................................................................................... 5 N. Employment Preference ......................................................................................................................... 5 O. Projects of a Mixed Nature ............................................................................................................................................ 5 P. Occupations Definitions Website .................................................................................................................................... 5 Q. Welder Rates ................................................................................................................................ 5 R. Foreman Rates .................................................................................................................................. 5 WAGE RATES: BOILERMAKERS ......................................................................................................................................... 6 BRICK, BLOCK,AND STONE MASONS ........................................................................................................... 6 CARPENTERS ............................................................................................................................................ 6 CEMENT MASONS AND CONCRETE FINISHERS ............................................................................................ 6 CONSTRUCTION EQUIPMENT OPERATORS OPERATORSGROUP 1 .................................................................................................................I........... 7 OPERATORSGROUP 2 ............................................................................................................................ 7 OPERATORSGROUP 3 ...........................................................................................................I................ 8 OPERATORSGROUP 4 ............................................................................................................................ 8 OPERATORSGROUP 5 ............................................................................................................................ 8 OPERATORSGROUP 6 ............................................................................................................................ 8 OPERATORSGROUP 7 ............................................................................................................................ 9 CONSTRUCTION LABORERS LABORERSGROUP 1 ............................................................................................................................ 9 LABORERSGROUP 2 ............................................................................................................................ 9 LABORERSGROUP 3 ............................................................................................................................ 10 LABORERSGROUP 4 ............................................................................................................................ 10 DIVERS .............................................................................................................................................I....... 0 DIVERTENDERS ........................................................................................................................................ 11 ELECTRICIANS ............................................................................................................................................................ 11 HEATINGAND AIR CONDITIONING ...................................................................................................................................... 11 INSULATION WORKERS-MECHANICAL(HEAT AND FROST) ........................................................................... 12 IRONWORKERS-STRUCTURAL STEEL AND REBAR PLACERS ...................................................................... 12 LINE CONSTRUCTION EQUIPMENTOPERATORS .......................................................................................................................... 12 GROUNDMAN ........................................................................................................................................... 12 LINEMAN .................................................................................................................................................. 13 MILLWRIGHTS ............................................................................................................................................ 13 PAINTERS ...................................................................................................................................:........................ 13 PILEBUCKS ............................................................................................................................................... 13 PLUMBERS, PIPEFITTERS,AND STEAMFITTERS ............................................................................................ 13 SHEETMETAL WORKERS ........................................................................................................................... 13 TEAMSTERS GROUP 1 (Pilot Car Drivers) ......................................................................................................................... 13 TEAMSTERS GROUP 2 (Truck Drivers) ................................................................................................................ 14 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 construction projects include, but are not limited to, antenna towers, bridges(major bridges designed for commercial navigation), breakwaters, caissons (other than building or highway), canals, channels, channel cut-offs, chemical complexes or facilities (other than buildings), cofferdams, coke ovens, dams, demolition (not incidental to construction), dikes, docks, drainage projects, dredging projects, electrification projects(outdoor),fish hatcheries,flood control projects, industrial incinerators(other than building), irrigation projects,jetties, kilns, land drainage (not incidental to other construction), land leveling(not incidental to other construction), land reclamation, levees, locks and waterways, oil refineries (other than buildings),pipe lines,ponds,pumping stations(prefabricated drop-in units—not buildings), railroad construction, reservoirs, revetments, sewage collection and disposal lines, sewers(sanitary, storm, etc), shoreline maintenance, ski tows, storage tanks, 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(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, 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 perform must include a provision to adjust, as provided in subsection (2), the standard prevailing rate of wages to be paid to the workers performing the contract. (2) The standard prevailing rate of wages paid to workers under a contract subject to this section must be adjusted 12 months after the date of the award of the public works contract. The amount of the adjustment must be a 3°o 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 fu f ll the obligation...a contractor or subcontractor may: (a)pay the amount of fringe benefits and the basic hourly rate of pay that is part of the standard prevailing rate of wages directly to the worker or employee in cash; (b) make an irrevocable contribution to a trustee or a third person pursuant to a fringe benefit fund,plan, or program that meets the requirements of the Employee Retirement Income Security Act of 1974 or that is a bona fide program approved by the U. S. department of labor; or (c)make payments using any combination of methods setforth in subsections (1)(a) and(1)(b)so that the aggregate of payments and contributions is not less than the standard prevailing rate of wages, including fringe benefits and travel allowances, applicable to the district for the particular type of work being performed. (2) The fringe benefit fund,plan, or program described in subsection (1)(b) must provide benefits to workers or employees for health care,pensions on retirement or death, life insurance, disability and sickness insurance, or bona fide programs that meet the requirements of the Employee Retirement Income Security 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,fi•inge 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 tivage 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 shortestpractical 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 shortestpractical 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 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 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 "...perfornnng 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 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 that project classification" P.Occupations Definitions You can find definitions for these occupations on the following Bureau of Labor Statistics website: hitp://www.bls.gov/oes/cu'rent/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 j 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. j 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; 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 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\Excavato r\S hovel, 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. j 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. j 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. T 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. T 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. T 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. r 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. j 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. j 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. t 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 t 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 T 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. T 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. T Back to Table of Contents PLUMBERS, PIPEFITTERS, AND STEAMFITTERS Wage Benefit Travel: $35.66 $16.86 0-70 free zone >70 mi. Duties Include: ■ On 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 ■ 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. T 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- ■ $0.65/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. j Back to Table of Contents SECTION 00910 ENGINEER'S SPECIAL PROVISIONS Engineer's Special Provisions further amend or supplement the Montana Public Works Standard Specifications, 6th Edition and supplement the City of Bozeman's Standard Modifications to the MPWSS, 61h Edition. All provisions that are not so amended or supplemented remain in full force and effect. GENERAL: A. Engineer's modifications, amendments, or supplements are separated into two parts: 1. Part 1 - Special Provisions to the Montana Public Works Standard Specifications (MPWSS), 61h Edition. 2. Part 2 - Special Provisions that are project specific. B. Those sentences or partial sentences that are underlined, reference insertions or changes to existing sentences or paragraphs, and are so underlined to help clarify what was modified or inserted into the existing wording. C. Contractor shall also reference the City of Bozeman's Special Provisions contained in the City's Standard Modifications to the MPWSS, 6th Edition. The City's Special Provisions shall take precedence should any conflicts between these Special Provisions and the City's Special Provisions be found. PART 1 - ENGINEER'S SPECIAL PROVISIONS TO MPWSS 1.01 DESCRIPTION A. The Special Provisions supersede the Montana Public Works Standard Specifications (MPWSS), Sixth Edition, April 2010 and the City of Bozeman's Modifications to MPWSS dated March 31, 2011. All provisions that are not so amended or supplemented remain in full force and effect. In Case of a conflict, precedence shall be given the order of: 1. Standard Form of Agreement 2. Performance and Payment Bond 3. Addenda to Contract Documents 4. Legal and Procedural Documents: a. Bid Proposal b. Proposal Guaranty C. Instructions to Bidders d. Invitation to Bid 5. Special Provisions (Section 00910) 6. Construction Drawings East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 1 of 20 7. Funding Agency Special Provisions / Requirements (if applicable) 8. Detailed Specifications - (Included in this Project Manual) 9. City of Bozeman's Modifications to MPWSS - (latest edition) 10. Montana Public Works Standard Specifications - (latest edition) 1.02 SECTION 00700: STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT The following modifications and/or insertions shall be made to Section 00700- Standard General Conditions of the Construction Contract, 2007 Edition. These modifications are in addition to those defined in the Supplementary Conditions to the General Conditions found in MPWSS Section 00810. A. 00700.4.04 Underground Facilities a. Revise the first sentence of Paragraph 4.04.B.1 to read: If an Underground Facility is uncovered or revealed at or contiguous to the Site that interferes with a pipeline or other facility being constructed in either alignment or grade, which necessitates a change in grade or alignment, which was not shown or indicated, or not shown or indicated with a reasonable accuracy in the Contract Documents.... B. 00700.5.06 Property Insurance a. Add a new paragraph immediately following Paragraph 5.06.A.7: Contractor shall be responsible for any deductible or self-insurance retention. Deductible may not exceed $10,000 unless approved by an appropriate Change Order. C. 00700.5.09 Acceptance of Bonds and Insurance; Option to Replace a. Add the following sentence to the end of Paragraph 5.09.A: ...shall be issued to adjust the Contract Price accordingly. Failure of Owner to object to the coverage of Contractor's insurance within the time provided shall not relieve Contractor from his obligation to provide insurance that complies with the contract documents. D. 00700.6.02 Labor; Working Hours a. Add the following sentence to the end of Paragraph 6.02.13: Legal holidays shall consist of the following observed holidays: New Year's Day Columbus Day Martin Luther King Jr. Day Veteran's Day President's Day Thanksgiving Day Memorial Day Day after Thanksgiving East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 2 of 20 Independence Day Christmas Day Labor Day Contractor may work holidays and/or weekends, but must designate the holidays/weekends for which they are intending to work in the schedule submitted at the beginning of the project. Contractor must provide .Engineer with at least 48-hours of notice prior to adjusting daily or weekend work schedules. b. Add the following new paragraphs after Paragraph 6.02.B: C. Normal working hours for Contractor shall be limited to the hours between 7:00 a.m. and 6:00 p.m. and shall not exceed 10 hours per day. With Owner and Engineer approval, Contractor may work a four day, ten hour per day work week. Contractor must notify Owner and Engineer in writing three (3) days in advance of his intention to work during other periods to allow assignment of additional inspection personnel when they are reasonably available. Emergency work may be done without prior permission. D. If a resident project representative is reasonably available, Engineer may authorize Contractor to perform work during periods other than normal working hours and/or days. The cost of this inspection will be calculated at the hourly rate specified in these Special Provisions for unscheduled employment of the Engineer and will be deducted from the monthly progress payments and final payment as the costs are incurred. E. 00700.6.06 Concerning Subcontractors, Suppliers and Others a. Add the following sentence to the beginning of Paragraph 6.06.A: No more than forty-nine (49%) percent of the work shall be subcontracted or otherwise sublet. Contractor shall not employ any Subcontractor... F. 00700.6.11 Use of Site and Other Areas a. Add the following new paragraphs after Paragraph 6.11.A.1: a. Contractor is responsible for the protection of and the cost to replace damaged pavements, landscaping, sod, or other surface features outside the pay limit. Contractor shall use equipment sized and equipped to protect the surface outside the pay limit or pay for replacing the pavements, landscaping, sod, or other surface at no additional cost to Owner. b. Contractor is responsible for protecting all other facilities not planned for removal or replacement. If temporary removal is required for Contractor's successful completion of the Work, Contractor shall, at no additional cost to Owner, replace the facilities in equal or better condition than originally found, subject to approval by Owner of such facility. East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 3 of 20 b. Add the following new paragraph after Paragraph 6.11.D: 1. When construction is required adjacent to existing structures, including supports of above-ground utilities, Contractor shall be solely responsible to maintain the integrity of the existing structures. Contractor shall employ means necessary to ensure that the existing structure is not damaged and, if necessary, shall install shoring or sheet piling, or other means of protection, or change the size or type of construction equipment. Contractors cost incurred will be included in the Contract Price, and damage to the existing structures are at Contractor's expense. G. 00700.6.12 Record Documents a. Add the following new paragraph after Paragraph 6.12.A: Record drawings shall not be used by field crews during construction and shall be made available to Owner or Engineer during normal working hours at Contractor's field office, or another location identified by Contractor. Record drawings shall be updated and made available to Engineer prior to each progress payment submittal and approval. Final record drawings must be submitted to Engineer prior to approval of the final payment request. H. 00700.6.18 Continuing the Work a. Add the following sentence to the end of Paragraph 6.18.A: ... may otherwise agree in writing. The provisions of this paragraph do not Limit the right of Owner to order additions, deletions or revisions in the Work per Article 10 of the General Conditions including additions, deletions or revisions to the Work affected by the disputes or disagreements. I. 00700.12.03 Delays a. Add the following paragraph after Paragraph 12.03.E: In no case will an adverse weather shutdown be granted when Work is only partially completed, unless otherwise approved by Owner. Where Owner and Engineer determine a shutdown is justifiable, Contractor shall restore all utility services to users in the construction area and open traffic access in the construction area. Contractor shall be responsible for cleaning the site and staging area, securing the premises, and taking adequate measures to enclose and protect the building interior from weather exposure throughout the shutdown duration. J. 00700.13.07 Correction Period a. Add the following sentence to the end of Paragraph 13.07.A: East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 4 of 20 Contractor shall begin corrective work within ten (10) days of notification from Engineer. K. 00700.14.02 Progress Payments a. Add the following paragraph after Paragraph 14.02.B.5: 6. Engineer may also refuse to recommend the whole or any part of any payment if, in Engineer's opinion, there exists: a. Unsatisfactory progress of the Work; b. Failure to remedy defective Work or materials; C. Disputed Work or materials; d. Failure to comply with material provisions of the Contract Documents; e. Failure of Contractor to make timely payment upon request, including but not limited to payment for labor, equipment, materials, subcontracts, taxes, fees, professional services, rent, and royalties; f. Damage to Owner; or g. The existence of reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Price. 1.03 SECTION 00810: SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS The following modifications and/or insertions shall be made to MPWSS Section 00810 - Supplementary Conditions to the General Conditions. These modifications are in addition to those defined in the Supplementary Conditions to the General Conditions found in MPWSS Section 00810. A. 00810 SC-6.02 Working Hours 1. Delete MPWSS Supplemental Condition SC-6.02 in its entirety. B. 00810 SC-14.02 Payment Becomes Due 1. Add the following paragraph after Paragraph SC-14.02.C.1: For those projects in which funds are being requested from funding agencies in order to pay Contractor, then ten days after Owner approves the Application for Payment, the amount approved will be submitted to the Funding Agency that is providing funding for the project. Within ten days after receipt of funding from the Funding Agency, the approved amount due will be paid by Owner to Contractor. PART 2 - PROJECT SPECIAL PROVISIONS 2.01 STANDARD SPECIFICATIONS East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 5 of 20 A. All work shall be performed in accordance with the applicable sections of the Montana Public Works Standard Specifications, 6th Edition including all addenda or modifications, which by reference, are included herein and/or as part of the modifications by the City of Bozeman. B. The Montana Public Works Standard Specifications, Sixth Edition, April 2010, are referred to elsewhere in this document as the MPW Standard Specifications or the MPWSS. Copies of the MPWSS are available from: Associated General Contractors of America Montana Contractors Association 1717 11 th Avenue Helena, Montana 59601 C. The City of Bozeman Standard Modifications to Montana Public Works Standard Specifications, Sixth Edition are also referenced throughout this document. These modifications were updated and approved March 31, 2011, and also include Addendum 1-2. Contractor shall reference these throughout the project. All work within the right of way in the City of Bozeman shall be completed in accordance with MPWSS and the City of Bozeman Modifications to MPWSS. 2.02 WARRANTY If, within two years after acceptance of the work by Owner, any of the work is found to be defective or not in accordance with the Contract Documents, and upon written notice from Owner, Contractor shall correct any work beginning within seven (7) calendar days of said written notice. Should Contractor fail to respond to the written notice within the designated time, Owner may correct the work at the expense of Contractor. 2.03 WATER SERVICE RECONNECTIONS It shall be the responsibility of Contractor to reconnect all active water services. Water services as shown on the plans have been identified as active or in-active (disconnected) based on the best available records provided by the City of Bozeman. It is Contractor's responsibility to verify which services are active and need reconnection, including, contacting and coordinating with the property owners to determine which services are active. All active services shall be reconnected per paragraphs A through F. A. All active services encountered that are not copper (3/4" thru 2") or ductile or cast iron (3" and greater) shall be replaced from the water line to the meter with allowable materials in accordance with the City of Bozeman Standard Modifications. ALL work shall be completed by a licensed plumber and be in accordance with all City standards and the Uniform Plumbing Code. See the City of Bozeman's Water Inspection Requirements document for additional Information. B. Type K copper tubing shall be used for all service lines 2"and smaller, and ductile iron pipe shall be used for all services 4" and larger. Replacement services shall be 1" diameter minimum, unless otherwise directed by Engineer. Replacement East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 6 of 20 services using copper tubing shall be continuous piping from the new main to the curb stop. C. Any services replacements shall include new curb stops and corporation valves and other appurtenances per the City of Bozeman's standards. D. Replaced service piping shall cross below existing and proposed storm drain, where possible. Contractor shall install the service line to allow for at least 12" of vertical separation between the water service and the storm drain. E. Contractor shall be responsible for locating all service connections outside the mainline trench limits. F. The reconnection of services shall be made with the minimum amount of fittings necessary. At the determination of Engineer, exposed existing fittings shall be removed and the service reconnection point lengthened, as necessary. This work shall be incidental to the service reconnection. G. The reconnection of services shall follow the guidelines of the industry and material manufacturer, Including: 1. Removal of burrs after cutting the pipe 2. The use of a manufactured sizing tool to true the pipe 3. Using special care to keep the fitting clean 4. Forming the specified expansion loop 2.04 WATER SERVICE SHUTDOWNS Contractor shall notify water service customers of any water main shut down, in writing, 24 hours prior to the disruption, and shall have all necessary materials, tools, equipment and labor on site prior to removing the existing lines from service. This shall also be in accordance with City of Bozeman Modifications to Montana Public Works Standard Specifications, 61h Edition Section 02660 Part 3.2 D.3. 1 2.05 TEMPORARY SEWER SERVICE Contractor shall coordinate sewer service restrictions with the local residents and Owner prior to starting the work. Contractor shall notify resident's 24-hours in advance of when their service will be shut down or restricted use requested. Contractor shall maintain active sanitary sewer service to all users upstream of the section of sewer being replaced. Options available to Contractor include: 1. Provide by-pass pumping. 2. Provide equipment to pump and haul wastewater from manholes up-stream of Contractor's work area. Contractor will be responsible to monitor depth levels in upstream manholes and remove wastewater it in a timely manner. Regardless of the proposed method, the following criteria must be met. East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 7 of 20 1. Contractor shall submit a plan to Engineer and Owner for approval prior to beginning work. 2. Contractor shall make service reconnections in a timely matter, and may utilize new sewer piping immediately upon installation and the reconnection of a service. 3. When by-pass pumping is utilized, by-pass equipment must be in place, on-site, prior to beginning sewer work each day, and the sewer main must be put back into service via an approved method each night. 4. Sewer water may not pool in any manhole more than 12" above the top of the outlet pipe. 5. Contractor is responsible for ensuring the elevation of wastewater in any manhole does not cause wastewater to back up into any adjacent building or home. 6. All work and equipment associated with wastewater by-pass shall be considered incidental to all other sewer work and no separate payment will be made by Owner. 2.06 SEWER SERVICE REPLACEMENT All sanitary sewer services, to be transferred to the new proposed mains, shall be replaced from the main to the property line as indicated on the Plans. 2.07 INSULATION BOARD Water line and sanitary sewer insulation board shall have a closed cell structure with an R-Value of 5 per inch of thickness. Maximum water absorption shall be 0.1% by volume and minimum compressive strength shall be 60 psi. Insulation board shall be Styrofoam Brand High Load 60 or approved equal. Insulation board shall be installed with 2-inches of sand bedding and 2-inches of sand over the top of the insulation board. Insulation board shall be installed as specified on the plans over all water mains, service lines, or hydrant leads when depth of cover is less than 6.5 feet and over sanitary sewer mains and service lines when depth of cover is less than 5 feet. 2.08 FIRE HYDRANTS There may be locations where fire hydrants are to be installed at depths which differ from the typical bury depth. Contractor shall be responsible for obtaining the correct materials to ensure that all fire hydrants can be installed with at the design bury depth. Installation of fire hydrants must be such that the breakaway bolts are accessible from underneath and that the bottom of the breakaway flange is not installed more than 3- inches above the finished grade. This shall also be in accordance with City of Bozeman Modifications to Montana Public Works Standard Specifications, 6th Edition Section 02660 Part 2.10, and Part 3.7. 2.09 PROTECTION OF TREES, SPRINKLER SYSTEMS, AND PROPERTY PINS Prior to initiation of any excavation or removal of existing curb, Contractor shall cut all tree roots at the back limits of excavation with a Vermeer root cutter or other similar East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 8 of 20 machine capable of cutting the roots in a neat clean fashion from existing ground to subgrade elevation. Indiscriminate ripping of tree roots will not be permitted. The method and equipment to be used shall be submitted to Engineer for approval prior to the start of work. In addition, Contractor shall take special care when working around trees to avoid any unnecessary damage to the branches or the trunks of trees. Protective barriers shall be placed around trees as necessary to prevent inadvertent damage by equipment. Contractor shall take care to locate any existing sprinkler heads or lines prior to excavation. Any sprinkler systems which are damaged shall be repaired by Contractor. Contractor shall be responsible for preserving existing property pins in the field. The cost of resetting property pins removed by Contractor shall be the responsibility of Contractor. 2.10 UNSCHEDULED EMPLOYMENT OF CITY WATER/SEWER SERVICE WORKERS One City of Bozeman Water/Sewer Operations Department service worker will be available 7:15 a.m. till 5:15 p.m. Monday - Friday with the exception of City recognized holidays for the water main replacement portion of the work. Work scheduled outside these times with less than 24 hours' notice will be billed at 1.5 time the service worker's base pay rate of $21.00 per hour. Call outs (emergency response with no notice) will be billed two (2) hours double time the base rate. Each succeeding hour thereafter 1.5 times the base rate. 2.11 ENGINEERING OVERTIME CHARGES A. Contractor shall be responsible for payment of Engineering overtime hours, as overtime charges for work performed over 40 hours per week; on Saturday or Sunday; or on a legal holiday in accordance with the following schedule: B. Administrative $ 70.00 per hour Resident Project Representative $110.00 per hour Project Engineer $146.00 per hour Survey Crew $190.00 per hour C. Daily accounting of Engineer's overtime will be delivered to Contractor as it accrues. A copy of the overtime record will be retained by Owner to document reductions from monthly progress payments to Contractor. 2.12 WINTER SHUTDOWN A winter shutdown will become necessary if the project is not completed within the current calendar year. In this event, Owner will issue a written Order to Contractor to Suspend Work. During a winter suspension Contractor is responsible for maintaining the roadway to provide the traveling public with a safe and smooth riding surface including all traffic control, maintenance, and snow removal, for all roadways not completed through the final lift of plant mix surfacing. Contractor shall furnish all necessary supervision, personnel, and equipment to maintain the road in a safe condition and at the highest level of service to traffic. All damage to the roadway shall be repaired immediately by Contractor and at no additional cost to the City. East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 9 of 20 Maintenance includes, but is not limited to the following: 1. Repairing potholes or other surface irregularities; 2. Reshaping the subgrade, side slopes, boulevards, and aggregate courses, as necessary; 3. Cleaning debris from drainage courses, culverts, and inlets; 4. Removing rocks or earth from the roadway and boulevard sections; 5. Removing debris resulting from construction activities; 6. Providing access to residences, businesses, and roads and keeping the present accesses open; 7. Repairing or replacing minor damaged part of the work; 8. Repairing or replacing extensive damage, not by Contractor negligence. The City Engineer will immediately notify Contractor if he fails to maintain the project during a winter shutdown. Failure to remedy unsatisfactory maintenance within 24 hours after receipt of the notice will cause the City to take over project maintenance. The cost of the maintenance will be deducted from monies due or to become due to Contractor, or otherwise be billed to Contractor. 2.13 FILL AND ABANDON PIPE Fill and abandon existing pipes where shown on the Plans. Using excavatable Flowable Fill in accordance with Montana Public Works Specifications Section 02225 (Flowable Fill) for fill material. A. Place fill material the entire inside length of the existing pipe to be abandoned so it is completely filled. Ensure that no obstruction or segment of collapsed pipe inhibits placement of fill material. B. Work will be measured based on the volume of material required to fill existing pipes. The volume will be determined based on the nominal diameter and effective length of the pipe to calculate the cubic yards of material required. C. Payment for the completed and accepted quantities is made per cubic yard. Payment at the contract unit price is full compensation for all resources necessary to complete the item of work under the contract. 2.14 TRAFFIC CONTROL A. General. Contractor shall at all times conduct his operations so that there is a minimum interruption in the use of the City's streets affected by the work. Exact procedures in this respect shall be established in advance of construction with the City Engineer. Should construction of the project require the closure of any streets, roads or highways or require night-time or long-term traffic control, Contractor will be required to prepare a detailed TRAFFIC CONTROL PLAN to address the methods and means of controlling traffic under the specific conditions. Traffic control plans shall be in conformance with the requirements of the Manual on Uniform East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 10 of 20 Traffic Control Devices. In regards to closures, the plan shall include specific details on traffic detours and estimated durations of the closures. Details of signing, barricades, flagging and other traffic control devices shall be presented. The traffic control plan shall be prepared by either an ATTSA (American Traffic Safety Services Association) certified Traffic Control Supervisor or Traffic Control Design Specialist or approved equal, or a Professional Engineer. The traffic control plan shall be approved by Owner prior to construction. Contractor may be required to modify or adjust a traffic control set-up to fit specific field conditions encountered during construction. B. Traffic Access. Construction work shall be programmed by Contractor so that local traffic will have continuous access within one block of any given property. It shall be the responsibility of Contractor to notify all affected residents in the area of programmed work, of street closures, parking requirements and restrictions, and any other conditions, a minimum of twenty-four (24) hours prior to beginning work within the affected area. All signing, barricades, and other traffic control measures shall be provided by Contractor. Approach grades into driveways shall be maintained to provide reasonable comfort and access. When resident access to driveways cannot be provided, the Contractor shall provide an alternative parking plan to the Engineer for prior approval, which shall include reasonable parking within walking distance. Contractor shall make reasonable accommodations for persons with disabilities. Roadway open to local traffic shall be restored and maintained to a reasonable standard to carry traffic. No sections shall be opened to local traffic without the condition being approved by the Owner and/or Engineer. The Contractor shall bare all cost of maintaining the roadway to the approved condition. C. Warning Signals. All streets, roads, highways and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed, mounted or affixed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations within the construction area shall be provided with suitable barriers, signs and lights to the extent that adequate public protection is provided. All abrupt grade changes greater than one inch which traffic is required to pass over; and obstructions, including but not limited to, material stockpiles and equipment shall be similarly protected. All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sundown to sunrise. D. Notifications. Contractor shall coordinate all of Contractor's construction to the greatest extent possible. When necessary pedestrian detours shall be established or the sidewalk shall be properly closed to travel in accordance with the MUTCD and City of Bozeman requirements. East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 11 of 20 Contractor shall schedule the work to minimize inconvenience to Owner and to adjacent property owners and to minimize interruptions to utility service and through traffic. Contractor shall maintain vehicular access to local businesses at all times. Work shall be scheduled so as to minimize disruptions to local mail and freight delivery. Contractor shall maintain vehicular access to residences able to be used after each shift. Street closures shall be closures to through traffic with local traffic allowed. Provide channelization, flaggers, or other measures necessary to allow the safe passage of local vehicles to access residences that are within the work zone but not blocked by construction. Notify all residents at Least 24 hours in advance of any access restrictions for individual approach or street closures. Schedule work such that individual approach closures last no more than a single shift. Contractor shall designate one (1) employee whose primary purpose shall be to coordinate traffic control and shall provide a 24 hour per day telephone number or numbers to contact this person. 2.15 PROTECTION OF EXISTING PAVEMENT All equipment shall be fitted with pads on the outriggers and other accessories as necessary to prevent damage to existing pavement during the course of the project. Any damages to pavement shall be collected by Contractor, at his expense, in a manner as directed by Engineer. 2.16 OPERATION OF EXISTING VALVES All existing City of Bozeman water main valves shall be operated by authorized personnel of the City of Bozeman only. Contractor shall not operate any existing valves without the written consent of the City of Bozeman. 2.17 LANDSCAPING RESTORATION A. Contractor shall restore all vegetated areas disturbed by construction that lie outside the pavement and concrete areas by hydraulic seeding. Contractor shall prepare, restore, fertilize, water and maintain newly restored areas until seeding fully germinates. B. Seed: All seeding may be completed using the following seed mixtures and shall be applied through hydraulic seeding. The seed shall contain no noxious weed or any seed that is prohibited by any state or local ordinances or by the USDA. Seed shall be grown in the North American continent above 41 degrees north latitude and be a standard grade adapted to Montana conditions. Seed which has become wet, moldy, or otherwise damaged will not be accepted. Lawn/Street Side Areas: The following seed mix shall be shall be used on and applied at a rate of 1 lb of pure live seed per 300 square feet. Substitutions to the following blend may be East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 12 of 20 approved in advance by ENGINEER. The seed mixture shall consist of the following percentages of pure live seed: 1. Tall Water-save Fescue: 60% 2. Kentucky Bluegrass: 25% 3. Perennial Ryegrass: 15% C. Fertilizer: Fertilizer shall be a soluble commercial carrier of available plant food element or combination thereof. The fertilizer to be used on the project shall supply the quantities of available chemical elements stipulated below. The fertilizer shall be uniform in composition and in good condition for application by suitable equipment. It shall be labeled with the manufacturer's guaranteed analysis, as governed by applicable fertilizer laws. All fertilizer that become contaminated or damaged, making it unsuitable for use, will not be accepted. Inorganic fertilizer shall be applied at the rates specified below to all seeded areas: Nitrogen (Elemental): 20 lbs/acre Phosphorous (P205): 60 lbs/acre Potassium (K20): 14 lbs/acre D. Mulch Material: Acceptable mulch shall be the materials listed below or any approved locally available material that is similar to those specified. Substitution must be approved by ENGINEER. Mulch materials, which contain matured seed of species which would volunteer and be detrimental to the proposed seeding, will not be acceptable. Straw or other mulch material which is fresh and/or excessively brittle, or which is in such an advanced stage of decomposition as to smother or retard the planted grass, will not be acceptable. Hay or straw will be a minimum of 12 inches in length. 1. Hay: Hay shall be native hay, sudan grass hay, broomsedge hay, legume hay, or similar hay. 2. Straw: Straw shall be the threshed plant residue of oats, wheat, barley, rye, or rice from which grain has been removed. E. For any construction and restoration in or near ditches and other drainage areas, see Section 01560 for erosion and sediment control measures. UN 2.18 WATER PIPE MATERIALS AND SPECIALS A. Water main piping materials shall be ductile iron pipe as referenced in Section 02660, MPWSS, and City of Bozeman Modifications to MPWSS. B. All water service line reconnections or extensions shall be installed under existing mains when conflicts with other utilities are incurred. East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 13 of 20 C. Service reconnections shall be reconnected by the method shown on City of Bozeman Standard Drawings 02660-6 and 02660-12. Note that all corporation stops shall be ball corp valve type, and all curb stops shall be ball valve curb stops. D. The reconnection of services shall be made with the minimum amount of fittings necessary. At the determination of ENGINEER, exposed existing fittings shall be removed and the service reconnection point lengthened, as necessary. This shall be incidental to the work. E. The reconnection of services shall follow the guidelines of the industry and material manufacturer. This will include: 1. Removal of burrs after cutting the pipe. 2. The use of a manufactured sizing tool to true the pipe. 3. Using special care to keep the fittings clean. 4. Forming the specified expansion loop. 2.19 MAINLINE CONNECTIONS USING MAINLINE TAPPING A. All mainline connection taps will of existing mains be performed by the City of Bozeman personnel. City personnel will verify test results prior to tapping. CONTRACTOR shall be responsible for supplying and installing tapping tee, connection sleeves, spool pieces, and all other appurtenances required for connections. Once tap is completed, CONTRACTOR shall complete all connections. CONTRACTOR shall provide means, methods, and labor to set and remove tapping equipment. B. City of Bozeman requires 24-hour notice and an appointment (scheduled time) for tapping'mains. No taps will be made after 3:00 p.m. CONTRACTOR shall be ready at scheduled tapping appointment time. If CONTRACTOR is not ready at scheduled time, City personnel will leave and CONTRACTOR shall reschedule with the required 24-hour notice. No consideration will be given to CONTRACTOR's inability to be ready at the scheduled tapping time. C. City of Bozeman will provide tapping service at no cost to CONTRACTOR. The CONTRACTOR is advised that the City cannot guarantee 100% shutdowns for water main connections. Existing valves may leak. CONTRACTOR shall have all equipment necessary to handle any water present and make connection without the complete stoppage of water. No payment will be made for dealing with water. All costs associated with less than complete shutdown shall be included in other bid prices. 2.20 CHLORINATION AND TESTING A. Water: Water required for water main flushing, filling, and hydrostatic pressure and leakage testing shall be provided at no cost to CONTRACTOR. East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 14 of 20 B. Flushing: CONTRACTOR shall provide a means for flushing and bleeding air from water lines. For flushing, a minimum of one 2"tap (corp and saddle) for pipe less than 12 inches dimeter and two 2" taps (corp and saddles -with l' separation) for pipe 12 inches diameter and greater, shall be installed on the piping if other means (fire hydrants, tapped plugs, etc.) are not available. For bleeding air, it shall require a minimum of 3/4" tap (corp and saddle) on the piping if other means (fire hydrants, tapped plugs, etc.) are not available. Corps shall be removed after testing is completed and replaced with brass plugs. Any corp, saddles, or other pipe or fittings required for flushing or bleeding air from water lines shall be incidental to the water main construction. C. Chlorine: If the "tablet" method of chlorination is used, only the granule hypochlorite shall be used. CONTRACTOR shall be responsible for the proper disposal of all chlorinated water. 2.21 TEMPORARY WATER SYSTEMS - GENERAL A. CONTRACTOR shall provide temporary water service to all interrupted service connections associated with the water main replacement projects. The areas where consumers are affected by the work and require a temporary water supply should be verified with both ENGINEER and OWNER at least 72 hours (excluding weekends and holidays) prior to the anticipated suspension of water service. Temporary water service shall include temporary service for fire protection. In lieu of providing temporary service for fire protection, Contractor may provide a fire watch in each building for all times that the fire service is inactive and the building is unoccupied. This method shall only be allowed with the approval of the property owner. The person doing the fire watch shall have no other duties during the time they are on fire watch duty. Temporary water service to fire systems shall be sized as necessary to meet the demands of the building sprinkler system. B. Following ENGINEER's and OWNER's review and approval of any proposed shutdown request, CONTRACTOR shall be required to give a minimum 24-hour advance notice (excluding weekends and holidays) to all residential consumers whose service will be temporarily affected, by means of individual notices delivered to each consumer. CONTRACTOR must have available all the necessary materials to complete the restoration of water to each of these residential services within eight (8) hours after the suspension begins or before 5:00 p.m., whichever comes first. Failure to complete the work within the 8 hour period will result in the assessment of Liquidated Damages. See Part 4.03.13. of Section 00500 - Agreement, Special Liquidated Damages. C. For commercial services, special arrangements shall be made by CONTRACTOR to provide temporary water service. CONTRACTOR will not be allowed to take a commercial service out of service except in emergency conditions unless otherwise approved by the business and the City. CONTRACTOR shall supply all hoses, fittings, etc., for providing temporary water service. Copper piping or East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 15 of 20 other "non-taste" inducing pipe shall be necessary if the commercial consumer serves food or water products as part of his business. D. CONTRACTOR will be required to supply temporary water to the residential consumer if the above 8-hour limitations are expected to be exceeded. E. CONTRACTOR shall submit a shop drawing including all materials proposed to be used for temporary water. Additionally, a temporary water plan shall be submitted for each zone prior to starting to layout the temporary water system. This submittal shall include connection points, hydrants and/or valves to be operated by City of Bozeman personnel, layout for connection to each service, and the location of all asphalt trench cuts as a minimum. Depending on the circumstances of the zone, additional information may be required by ENGINEER. These submittals shall be submitted in accordance with the submittal section of these specifications. 2.22 TEMPORARY WATER SYSTEMS - EXECUTION A. CONTRACTOR shall be solely responsible for all activities of locating and exposing curb stop valves to the individual properties. OWNER will operate all curb stop valves. All notes of existing condition shall be identified on forms as supplied by ENGINEER. Any existing condition that is suspected to indicate a defect of the curb stop valve, box, or service shall be reported immediately to ENGINEER. Other than the operating curb stop valves, OWNER will not participate in any activity up to this point. If the notices are not issued or the service is not ready to be connected to restore service, the City shall be free to exercise its authority in not closing down the existing valves and water main system. B. The water piping of temporary hoses, piping, etc. shall be a 160-psi rating, NSF approved hose, flexible polyethylene pipe, or PVC pipe. All pipe used for the temporary water system must have a visible NSF approval stamp by the manufacturer. A short section of high pressure flexible rubber hose may be used for the connection to each residence. The temporary system must be leak proof. C. The distribution pipe shall have a manual shut-off valve at each service tee. Additionally, each service must have backflow prevention fitting. There shall be a double check/backflow prevention fitting at the primary connection to the water supply source, which shall be supplied by CONTRACTOR along with a testing certificate showing that it has been recently tested. Double check backflow preventer shall be Watts Series 009 or Series 909 or approved equal. Each backflow preventer shall be properly supported to protect the assembly and the attached piping from breakage. Each double check backflow preventer assembly shall be tested to verify its integrity by a certified backflow prevention technician prior to use for the first time. Each backf low preventer shall be tagged with an identification number and subject to additional testing at the discretion of ENGINEER. All costs for testing shall be the responsibility of CONTRACTOR. D. 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 East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 16 of 20 at the connection point. House- to-house connections are not permitted. All connections shall be from the approved temporary water system. E. All pipe sizes shall be adequate to meet ordinary water supply demands of the consumers. F. All temporary water systems shall be disinfected and approved by the City of Bozeman before being placed into service. The disinfection procedures shall be equal to the procedures required for the new water main. This will require minimum 48-hours laboratory time Bac-T sample to determine acceptability. Temporary hoses, piping, fittings, etc., to be flushed and disinfected in accordance with the State of Montana Department of Health and Environmental Services, Water Quality Bureau standards, and the standards of this specification prior to being put into service. G. Once the temporary water system has been assembled, pressure tested and disinfected, the City of Bozeman Water Department staff will review the test results and inspect the final connection to the building. The City of Bozeman Water Department staff will not participate in the assembly of the temporary water system. CONTRACTOR shall conduct all other work on the services as stated in Item A. H. Pipe protection measures must be supplied at road crossings, alleyways, or residential driveways. For crossings of arterial or collector streets, CONTRACTOR will be required to install the temporary water in a shallow trench. Aerial crossings of the temporary water lines at street crossings will not be allowed. Temporary water supply pipes shall not be installed in storm drain pipes. For crossings of local streets, alleyways, or driveways, traffic-rated hose ramps shall be used to protect the line from damage. Mounding millings or cold mix over a temporary water pipe will be allowed under the following conditions: 1. The maximum height shall be 2-1/2 inches. 2. A bond breaker shall be laid on top of the existing asphalt before the millings or cold mix are laid down. The millings or cold mix shall be tapered a minimum of 3 feet on either side of the temporary water pipe. 3. Provisions are made to avoid impact loads on the temporary water pipe. 4. Signs are erected indicating a bump ahead at 500 feet and 100 feet from the bump and at the bump in both directions. The asphalt crossings shall be cut straight and vertical shall have uniform width and shall be cut perpendicular to the centerline of the street. Restoration shall match the appropriate surface restoration detail and shall have an adequate width to allow compaction with a small mechanical compactor. There will be no payment for any street cuts or asphalt restoration under this item, this being incidental to the work. Temporary water lines that cross pedestrian pathways shall have ramps that meet ADA requirements to allow for safe pedestrian crossings of the lines. East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 17 of 20 I. After services are connected or reconnected following installation, testing, and acceptance of the new main, the water service piping shall be back flushed from the residence to the trench. The inability to backflush shall not relieve CONTRACTOR from any requirements of the Contract Documents. J. CONTRACTOR should expect to find the existing plumbing on some services to be in old condition. CONTRACTOR shall use an ordinary degree of care while working on this condition of service. Also, there may not be any convenient point of temporary connection on some services. In this case, temporary fittings must be provided to achieve the temporary water supply. This will be incidental to the work. K. CONTRACTOR shall provide a local representative who is available 24 hours a day and 7 days a week to maintain the temporary water system and to respond to correct any problems with the system. The phone number of this representative shall be provided to Owner at the preconstruction meeting. 2.23 RECORD DATA AND DRAWINGS A. The Contractor shall keep accurate, legible records of the locations, types, and sizes of sanitary sewer mains, service laterals, manholes, cleanouts, water mains, fittings, valves, hydrants, water service pipes, curb stops, drainage pipes, drainage structures and other related Work performed under this Project. On a set of project prints provided by the Owner/Engineer, the Contractor shall prepare a set of "record" drawings from the data stated above. The horizontal Locations of all portions of items installed on this Project shall be accurately tied down to features that are physical and visible, such as property corner markers and/or permanent type structures. Invert elevations of all manholes, sewers and structures, fittings and valves shall be clearly indicated. These "record" drawings shall be kept clean and dry and maintained in a current state with the progress of the Work. If at any time, a copy of this plan or portion of it is requested by the Owner, such copy shall be made available within 24 hours of the request. The Contractor shall provide the Owner with one set of red-lined prints indicating record drawing information. 2.24 USE OF REMOVED ASPHALT PAVEMENT A. Asphalt concrete pavement removed during trenching operations may be used as backfill material in areas with Type A backfill if mechanically processed to 4" minus size with a cold planer, rotomill, or similar equipment and mixed at no more than 50/50 ratio with other backfill material. 2.25 REPORTS AND DRAWINGS USED BY THE ENGINEER A. In preparation of Drawings and Specifications, Engineer has relied upon: 1. The following reports of explorations and tests of sub-surface conditions at the site of the Work: East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 18 of 20 a. Geotechnical Engineering Report - Peach and Tamarack Streets Rehabilitation Project; Dated July 15, 2016; Provided by Terracon Consultants, Inc. Inserted immediately following this Section 00910 B. The following drawings of physical conditions in or relating to existing surface and sub-surface structures (except Underground Facilities) which are contiguous to the site of the Work. 1. NONE END OF SECTION East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 19 of 20 THIS PAGE INTENTIONALLY LEFT BLANK East Peach Street Reconstruction Special Provisions Section 00910 KLJ Project 16417103 Page 20 of 20 is 171, 111 [h Peach and Tamarack Streets Rehabffltzidon Project Bozertneein, Monluana July 15, 2016 Terracon Project No, A.A 61009 10 ' JAMES KLJ Engineering Bozeman, Montana Prevared bv.- Terracon Consultants, Inc. Billings, Montana Offices Nationwide Established in 1965 Employee-Owned terracon.com GeateGhnic;al 0 E P v I r o n m e n t a I G o n s tr u c t I o n M 0 t 0 T i a I S in racimies July 15, 2016 Irerracon KLJ Engineering 1982 Stadium Dr., Suite 3 Bozeman, Montana 59715-0697 Attn: Mr. Shane Strong, P.E. D: (406) 582-6222 M: (406) 823-9462 Email: Timothy.Strong(a-kliena.corn Re: Geotechnical Engineering Report Peach and Tamarack Streets Rehabilitation Project Bozeman, Montana Terracon Project Number: AJ161009 Dear Mr. Strong: Terracon Consultants, Inc. (Terracon) has completed the geotechnical engineering services for the above referenced project. This study was performed in general accordance with our proposal number PAJ150018 dated June 2, 2016 and the signed agreement between KLJ Engineering and Terracon, dated June 18, 2016. This report presents the findings of the subsurface exploration and provides geotechnical recommendations to assist KLJ Engineering in the design and construction of pavements for the proposed project. We appreciate the opportunity to be of service to you in the geotechnical engineering phase of this project and are available to assist you during the construction phases as well. If you have any questions concerning this report, please contact us at your convenience. Sincerely, Terracon Consultants, Inc. Orlando L. Boscan Jfn Pierce, P.E. Manager, Geotechnical Services Geotechnical Engineer/Manager Reviewed by: Ken D. Munski, P.E. Enclosures Terracon Consultants, Inc. 212 Zoot Way, Suite B Bozeman, Montana 59718 P [406] 586 2687 F [406]656 3578 terracon.com TABLE OF CONTENTS Page EXECUTIVESUMMARY.............................................................................................................i 1.0 INTRODUCTION.............................................................................................................1 2.0 PROJECT INFORMATION .............................................................................................2 2.1 Site Location........................................................................................................2 2.2 Project Description...............................................................................................2 3.0 SUBSURFACE CONDITIONS ........................................................................................2 3.1 Surficial Geology..................................................................................................2 3.2 Generalized Subsurface Profile............................................................................3 3.2.1 Pavement Section and Subsurface Conditions—Tamarack St...................4 3.2.2 Pavement Section and Subsurface Conditions — Peach St. .......................4 3.3 Groundwater........................................................................................................4 4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION ......................................5 4.1 Pavement Design and Construction.....................................................................5 4.1.1 Pavement Design Considerations. .............................................................6 4.1.2 Pavement Section Material Requirements .................................................7 4.2 Earthwork ............................................................................................................8 4.2.1 Site Preparation. ........................................................................................8 4.3 Compaction Requirements...................................................................................8 4.4 Construction Considerations................................................................................9 4.5 Surface Drainage.................................................................................................9 4.6 Seismic Considerations......................................................................................10 5.0 GENERAL COMMENTS...............................................................................................10 APPENDIX A— FIELD EXPLORATION Exhibit A-1 Field Exploration Description Exhibit A-2 Site Location Plan Exhibit A-3 Exploration Plan Exhibits A-4 thru A-10 Boring Logs Reliable Responsive n Resourceful TABLE OF CONTENTS CONT'D APPENDIX B— LABORATORY INFORMATION Exhibit B-1 Laboratory Test Descriptions Exhibit B-2 Atterberg Limits Results Exhibits B-3 and B-4 Grain Size Distribution Exhibit B-5 Proctor Compaction Test Exhibit B-6 California Bearing Ratio Test APPENDIX C—SUPPORTING DOCUMENTS Exhibit C-1 General Notes Exhibit C-2 Unified Soil Classification Exhibit C-3 Traffic Information Email Reliable s Responsive m Resourceful Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation u Bozeman, Montana July 15, 2016 -1 Terracon Project No. AJ161009 EXECUTIVE SUMMARY A geotechnical investigation has been performed for the Bozeman's Northeast Urban Development District, for the rehabilitation of Peach and Tamarack Streets generally between Rouse and Ida Avenues in Bozeman, Montana. The proposed rehabilitation project includes the potential reconstruction of the above referenced streets. This report provides geotechnical information and pavement overlay and reconstruction recommendations for the above-referenced project. These recommendations are based on the project information currently available and as described herein. In addition, the following geotechnical information, conditions, and design considerations have been used in the preparation of this report. El Two (2) soil borings were drilled and seven (7) pavement cores were performed for this project. The soil borings were advanced to a depth of about 11 feet below existing grade. The pavement cores were performed to depths ranging from 12 to 21 inches below the top of pavement. Asphalt pavement was primarily present covering the areas where the borings and cores were performed. The encountered subsurface conditions at the Tamarack Street site include an overall pavement section thickness ranging from about 10 to 21 inches, including asphalt thicknesses varying from about 2 1/2 to 5 1/2 inches. Granular fill materials were observed below the pavement and to a depth of approximately 9.5 feet below existing grade at borehole B-1. A layer of well graded gravel was noted below the granular fill in this boring to a depth of 11 feet, the maximum depth explored during our field activities. The encountered subsurface conditions at the Peach Street site include an overall pavement section thickness ranging from about 11 to 21 inches, including asphalt thicknesses varying from approximately 4 to 6.5 inches. Stiff cohesive soils were noted below the pavement section and to a depth of approximately 11 feet in borehole B-2. o Free water was encountered at a depth of 10 feet in borehole B-2 while drilling at the Tamarack Street site. Free water was not encountered in the borehole B-1 drilled at Peach Street. The pavement recommendations presented in this report are based on the results of our field exploration and laboratory testing program, our experience with similar pavement projects, and the traffic information provided by KLJ. This summary should be used in conjunction with the entire report for design purposes. It should be recognized that details were not included or fully developed in this summary Reliable --i Responsive Ei Resourceful i Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation ❑ Bozeman, Montana July 15, 2016 o Terracon Project No. AJ161009 section, and the report must be read in its entirety for a comprehensive understanding of the items contained herein. The section titled GENERAL COMMENTS should be read for an understanding of the report limitations. Reliable D Responsive n Resourceful ii GEOTECHNICAL ENGINEERING REPORT Peach and Tamarack Streets Rehabilitation Project Between Rouse and Ida Avenues Bozeman, Montana Terracon Project No. AJ161009 July 15, 2016 1.0 INTRODUCTION Terracon has performed a geotechnical investigation for the proposed pavement rehabilitation of Peach and Tamarack Streets in Bozeman, Montana. The planned rehabilitation includes the above-referenced streets, between Rouse and Ida Avenues. The focus of the geotechnical investigation was to characterize subsurface conditions, including pavement thicknesses, along the project areas and to provide appropriate pavement design and construction recommendations for the proposed road rehabilitation. Two (2) soil borings, designated Borings B-1 and B-2, were drilled to a depth of 11 feet below existing grade. Boring B-1 was drilled in the central area of the Tamarack Street project alignment. Boring B-2 was advanced in the central portion of the Peach Street project area. In addition to the above-mentioned borings, pavement coring was performed in seven locations for this project. These locations include the locations of Borings B-1 and B-2. The remaining core locations are labeled CH-1 through CH-5. The pavement coring was generally advanced to depths ranging from 12 to 21 inches below the top of pavement. The approximate soil boring and pavement core locations are shown on the exploration plan (Exhibit A-3) in Appendix A. The purpose of this investigation is to provide information and geotechnical engineering recommendations relative to: 0 Soil and Depth-to-water conditions; Site geology and seismic classification; Pavement thickness design Subgrade preparation; and Earthwork recommendations. Reliable D Responsive ❑ Resourceful 1 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation _i Bozeman, Montana July 15, 2016 -1 Terracon Project No. AJ161009 2.0 PROJECT INFORMATION 2.1 Site Location ITEM I DESCRIPTION Road portions along Peach and Tamarack Streets between Rouse and Ida Avenues. Approximate project areas coordinates: Peach Street Location From: N 45.68570°/VV 111.03163* To: N 45.68570'/VV 111.02540* Tamarack Street From: N 45.68863°/VV 111.03163' To: N 45.68563'/VV 111.02697* Peach and Tamarack Streets, within the project areas described Existing improvements herein, are currently minor/collector two-lane paved roads. Residential to light industrial and commercial developments are present generally surrounding the project boundaries. Current ground cover Asphaltic concrete. Existing Topography Relatively level throughout the proposed rehabilitation areas. 2.2 Project Description It is our understanding that the project will consists of the potential total reconstruction of the Peach and Tamarack Streets portions between Rouse and Ida avenues. 3.0 SUBSURFACE CONDITIONS 3.1 Surficial Geology The site of the proposed road improvements is located on Alluvium (Qal) deposits primarily consisting of fine-grained and some coarse-grained materials. These alluvial soils were encountered to a depth of about 11 feet, the maximum completion depth of the soil borings for this investigation. Reliable o Responsive ri Resourceful 2 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation D Bozeman, Montana July 15, 2016 --1 Terracon Project No. AJ161009 3.2 Generalized Subsurface Profile Based on the observations and results of the field and laboratory testing, subsurface conditions along the proposed road rehabilitation site can be generalized as follows: GENERALIZED SUBSURFACE PROFILE—TAMARACK ST. Approximate Depth to Bottom of Description Stratum/Layer Material Encountered Consistency/Density (feet below existing grade) 2.5 to 5.5 Inches of asphaltic Base and subbase concrete over 3.5 to 14 inches of Pavement were observed to be 0.8 to 1.8 granular base over 11 inches of Section loose to medium granular subbase(subbase only dense observed in Boring B-1) Stratum 1 Granular Fill 9.5 Clayey Sand with Gravel Very loose to loose Soils Stratum 2 At least 11 (maximum Well Graded Sand with Clay and Medium dense Granular depth explored) Gravel Native Soils GENERALIZED SUBSURFACE PROFILE—PEACH ST. Approximate Depth to Bottom of Description Stratum/Layer Material Encountered Consistency/Density f (feet below existing grade) 4 to 6.5 Inches of asphaltic concrete Base and subbase over 4.5 to 14 inches of granular Pavement were observed to be 0.9 to 2.5 base over 13 inches of granular Section loose to medium subbase(subbase only observed in dense Boring B-2) Stratum 1 At least 11 (maximum Fine-Grained depth explored) Lean Clay with Gravel Stiff Native Soils Reliable o Responsive r3 Resourceful 3 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation D Bozeman, Montana July 15, 2016 a Terracon Project No. AJ161009 Pavement Section Material Structural Coefficient Drainage Coefficient (per inch) Plant Mix Surfacing (PMS), I 0.41 - Asphaltic Concrete Grade S Crushed Aggregate Course(CAC), 0.14 1.0 Type A, Grade 6A Special Borrow/Subbase, (SB) 0.10 1.0 4.1.1 Pavement Design Considerations The pavement design parameters presented above were selected by Terracon, based on experience with similar projects and subgrade soil conditions. Design parameters, such as analysis period, initial and terminal serviceability index and reliability, may vary with a specific project. Variation of these parameters may change the pavement sections presented. Terracon is prepared to discuss the details of these parameters and their effects on pavement design and re-evaluate pavement design, as appropriate. The pavement section presented below is based on design traffic loading provided as described above in Section 4.1. This section is not to be considered a construction platform that will sustain heavier and higher frequency axle/wheel loads than have been considered in our pavement analysis. This is particularly important under adverse weather or channelized traffic conditions, which are likely to occur during the construction process. The pavement section recommended below is applicable for the design traffic loads imposed subsequent to construction only. If construction haul road sections are desired, additional geotechnical input based on anticipated construction traffic loading will be required. FLEXIBLE PAVEMENT DESIGN - RECONSTRUCTION OPTION Design AC3 CAC4 SB5 Total Location LifeSN2 Thickness, Thickness, Thickness, Thickness, ESALs inches Inches inches inches 1 Tamarack and Peach Streets between Rouse 710,000 3.6 4 6 11 21 and Ida Avenues 1. ESAL = Equivalent Single Axle Load 2. SN = Structural Number 3. AC =Asphaltic Concrete 4. CAC = Crushed Aggregate Course 5. SB = Special Borrow/Subbase Reliable :3 Responsive o Resourceful 6 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation :i Bozeman, Montana July 15, 2016 -1 Terracon Project No. AJ161009 FLEXIBLE PAVEMENT DESIGN -OVERLAY OPTION Total Existing 3 Minimum Design Minimum AC AC Overlay Location Life SNz AC Thickness, Thickness, ESALs' Thickness After (inches) (inches) Overlay (inches) Tamarack and Peach Streets between Rouse 710,000 3.6 4.0 2.5 6.5 and Ida Avenues Widening Section on Central Tamarack in 710,000 3.6 2.5 4. 04 6.5 Area of Borehole B-1 1. ESAL = Equivalent Single Axle Load 2. SN = Structural Number 3. AC=Asphaltic Concrete 4. Two AC lifts of 2 inches each 4.1.2 Pavement Section Material Requirements Material I Description I Recommendations See MDT Standard Specifications for Grade S Road and Bridge Construction Section Plant Mix Surfacing (PMS) (PG 70-28) 401 Plant Mix Surfacing Section 701.03 Aggregate for Grade PG 70-28 Bituminous Mixtures Crushed Aggregate See MDT Standard Specifications for Course(CAC) Type A, Grade 6A Road and Bridge Construction Section 701.02.4 and 701.02.5 Special Borrow/Subbase See MDT Standard (Removal/Sub-Ex Specifications for Construction Replacement Material) Requirements Section 203.03.1, Paragraph H. Where no Special Borrow/subbase is planned, a geotextile separation fabric should be placed between the native soils and Crushed Aggregate Course (CAC). CAC should then be placed and topped with Plant Mix Surfacing (PMS) incorporating PG 70-28 asphalt cement to achieve the planned roadway elevation. Terracon recommends that the asphalt surfacing components of the pavement sections be constructed using a 3/4 inch mix overlaid by 0.10 feet of 3/8 inch mix with no chip seal. Asphalt concrete surfacing sections using 3/8 inch maximum size aggregate wearing surfaces in place of Reliable r�! Responsive 2 Resourceful 7 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation ❑ Bozeman, Montana July 15, 2016 o Terracon Project No. AJ161009 chip seal treatments have been used successfully on a number of projects in Montana. The 3/8 inch wearing surface can be constructed to a thickness of 0.10 feet where the wearing surface is placed on newly constructed asphalt concrete having close surface profile tolerances. The 3/8 inch maximum size aggregate asphalt concrete wearing surface affords significant advantages over a chip seal surface treatment in terms of surface wearing characteristics and service life. To provide rut resistance consistent with the design objectives for the expected heavy truck traffic, we consider that MDT's choice to use PG 70-28 asphalt cement is appropriate. The PG 70-28 product is readily available in our market and substantial experience has been developed confirming the applicability of this asphalt cement in similar applications where rut resistance is to be maximized. Aggregate used in Plant Mix Surfacing (PMS) should meet the criteria in section 701.03 of the MDT Standard Specifications including the applicable gradation limits. Mix designs should be submitted prior to construction to verify their adequacy. Asphalt surfacing should be produced, placed and compacted in accordance with MDT specification 401.03. Reliable o Responsive o Resourceful 8 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation D Bozeman, Montana July 15, 2016 ❑ Terracon Project No. AJ161009 4.2 Earthwork Earthwork on the project should be specified and conducted in accordance with the latest MDT Standard Specifications for Road and Bridge Construction. Compliance observation and testing should be conducted under the direction of the project manager and the project geotechnical engineer. Evaluation of earthwork should include field observation and testing of embankment/subgrade fill and utility/culvert backfill, subgrade preparation, and other geotechnical related items involved with construction of the project. 4.2.1 Site Preparation Prior to construction, the contractor should strip existing pavement sections, debris, and any other deleterious materials from the proposed road improvement areas. Prior to placement of the Special Borrow/sub-base or crushed aggregate course, in accordance with MDT specification 203.03.1, the exposed subgrade should be scarified to a depth of 8 inches below existing grades, moisture conditioned, and re-compacted to a minimum of 95 percent of maximum dry density, as determined by MT-210. Any areas that become unstable or"pump" under the compacting or haul machinery should be excavated to a depth determined by the geotechnical engineer/project manager and replaced with Special Borrow to stabilize the subgrade. A geotextile and/or geogrid should also be incorporated into the repair to stabilize subgrade soils as described previously. 4.3 Compaction Requirements ITEM DESCRIPTION 9-inches or less in loose thickness when heavy, self- propelled compaction equipment is used. Fill Lift Thickness 4 to 6 inches in loose thickness when hand-guided equipment (i.e. jumping jack or plate compactor) is used. Crushed Aggregate Course, Special Borrow/Subbase Compaction Requirements 95% of the material's maximum standard Proctor dry density (ASTM D 698, AASHTO T99, MT 210). Plant Mix Surfacing 95% of target density—MDT 401.03 95% of the material's maximum standard Proctor dry Pavement Subgrade density (ASTM D 698, AASHTO T99, MT 210). Within the range of 2% below the optimum moisture Moisture Content content to 2% above the optimum moisture content value as determined by the standard Proctor test at the time of placement and compaction. Reliable ❑ Responsive o Resourceful 9 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation o Bozeman, Montana July 15, 2016 :1 Terracon Project No. AJ161009 1. We recommend that all controlled fill be tested for moisture content and density during and after placement. Should the results of the in-place density tests indicate the specified moisture or compaction limits have not been met, the area represented by the test should be reworked and retested, as required, until the specified moisture and compaction requirements are achieved. 4.4 Construction Considerations Upon completion of subgrade filling and grading, care should be taken to maintain the subgrade moisture content prior to construction of pavement sections. The site should also be graded to prevent ponding of surface water on the prepared subgrades or in excavations. If the subgrade should become frozen, desiccated, saturated, or disturbed, the affected material should be removed or these materials should be scarified, moisture conditioned, and re-compacted prior to pavement construction. As a minimum, all temporary excavations should be sloped or braced, as required, by Occupational Health and Safety Administration (OSHA) regulations to provide stability and safe working conditions. Temporary excavations will probably be required during grading operations. The grading contractor is responsible for designing and constructing stable, temporary excavations and should shore, slope or bench the sides of the excavations, as required, to maintain stability of both the excavation sides and bottom. All excavations should comply with applicable local, state and federal safety regulations, including the current OSHA Excavation and Trench Safety Standards. All utility trenches should be constructed in the roadway back slope to prevent water intrusion and flow within the roadway embankment. 4.5 Surface Drainage All grades must provide positive drainage away from the proposed construction during and after construction and for the life of the project. Water permitted to pond on the pavement subgrade areas on site can result in reductions in support capacity. Reliable L, Responsive � Resourceful 10 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation Li Bozeman, Montana July 15, 2016 _j Terracon Project No. AJ161009 4.6 Seismic Considerations Code Used I Site Classification 2012 International Building Code(IBC) I D 1. In general accordance with the 2012 International Building Code, Table 1613.5.2. 2. Site class definitions are based on the average properties in the top 100 feet of the subsurface profile. The current scope does not include the required 100-foot soil profile determination. Borings extended to maximum depths of approximately 11 feet below grade, and this seismic site class definition considers that Eagle Formation Sandstone is below the maximum depth of the subsurface exploration. 5.0 GENERAL COMMENTS Terracon should be retained to review the final design plans and specifications so comments can be made regarding interpretation and implementation of our geotechnical recommendations in the design and specifications. Terracon is also available to provide observation and testing services during grading, excavation, foundation construction and other earthwork-related construction phases of the project. It is desirable for our geotechnical engineer to assist in initial grade inspection and observation to ascertain that design assumptions based on the widely spaced investigation data points are reasonably consistent with construction conditions. The analysis and recommendations presented in this report are based upon the data obtained from the borings performed at the indicated locations and from other information discussed in this report. This report does not reflect variations that may occur between borings, across the site, or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. If variations appear, we should be immediately notified so that further evaluation and supplemental recommendations can be provided. The scope of services for this project does not include, either specifically or by implication, any environmental or biological (e.g., petroleum hydrocarbons, mold, fungi, and bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. This report has been prepared for the exclusive use of our client for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering practices. No warranties, either expressed or implied, are intended or made. Site safety, excavation support, and dewatering requirements are the responsibility of others. In the event that changes in the nature, design, or location of the project as outlined in this report are Reliable ❑ Responsive -- Resourceful 11 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation ❑ Bozeman, Montana July 15, 2016 a Terracon Project No. AJ161009 planned, the conclusions and recommendations contained in this report shall not be considered valid unless Terracon reviews the changes and either verifies or modifies the conclusions of this report in writing. Reliable n Responsive n Resourceful 12 APPENDIX FIELDEXPLORATION Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation :i Bozeman, Montana July 15, 2016 i-i Terracon Project No. AJ161009 Field Exploration Description The boring/coring locations were marked in the field by Terracon personnel using information provided by the Client and measuring from available site features. Coordinates for as-drilled boring locations were recorded using a handheld GPS unit. Boring latitude and longitude information, in decimal format, is presented in the boring/coring logs. The locations of the borings and pavement cores should be considered accurate only to the degree implied by the means and methods used to define them. The borings were drilled with a CME 55 drill rig using hollow-stem augers. Samples of the soils encountered in the borings were obtained by driving split-spoons, and collecting auger cuttings. In the split-spoon sampling procedure, the number of blows required to advance a standard 2-inch O.D. split-barrel sampler the last 12 inches of the typical total 18-inch penetration by means of a 140- pound hammer with a free fall of 30 inches, is the standard penetration resistance value (SPT-N). This value is used to estimate the in-situ relative density of cohesionless soils and consistency of cohesive soils. A CME automatic SPT hammer was used to advance the split-barrel sampler in the borings performed on this site. A significantly greater efficiency is achieved with the automatic hammer compared to the conventional safety hammer operated with a cathead and rope. This higher efficiency has an appreciable effect on the SPT-N value. The effect of the automatic hammer's efficiency has been considered in the interpretation and analysis of the subsurface information for this report. The samples were tagged for identification, sealed to reduce moisture loss, and taken to our laboratory for further examination, testing, and classification. Information provided on the logs attached to this report includes soil descriptions, consistency evaluations, boring depths, sampling intervals, and groundwater conditions. The borings were backfilled with auger cuttings and patched with asphalt cold patch prior to the drill crew leaving the site. Field logs were prepared by the field engineer. The logs included visual classifications of the materials encountered during drilling as well as the engineer's interpretation of the subsurface conditions between samples. The final logs included with this report represent the engineer's interpretation of the field logs and includes modifications based on laboratory observations and tests of the samples. Reliable n Responsive n Resourceful Exhibit A-1 / SE E 31 (( 476� Tax a PF �_\_�t• ��. •) :�; ���� �\\\ -� Creek �'' I -•-.._ it. ® r + / ,�C��/^- j53E Cam' � i• .{ �� —�,� ����� "Ty � yz ��_ �768AT*r I917- 9 1 a ..a! gr ■ • �,,// ""��- _ .., -tt� 't -�t )/ ..ram— - ion QiICY � ,1 YM .i •'RM l RA rks/ a a►runC Fir r�ii era •::, .�,�" % \., `• to ■ 1,.I �I �` i `~ —` en- �• [� M IA ticy - >'" T cemetery -� ._ , 1�1` �l'arAto I� - -�>.�II�` �--- ' `'•� � �'- / r I �. --- ,�T gat too 8. _ alto, J_L �� 1� ��e`�e• •�• _�•/4': •—•-.S: ..:�.�.. -:f 1 elf 11 7 iY i '\ i_� ... .._.•-��.� •. i/�,••���'1. TOPOGRAPHIC MAP IMAGE COURTESY OF THE U.S.GEOLOGICAL SURVEY QUADRANGLES INCLUDE:BOZEMAN,MT(1/1/1987). Projecthlanager: Project No. SITE LOCATION Exhibit J.Pierce AJ161009 Irerrawn Drawnbv:Boscan Scale: 1"=2000' Peach Street & Tamarack Street Checkekby:�Ut1S,Cl File Na K.1VI `A5-A3.pdf 212 Zaot Way Ste Rehabilitation A-2 Approved by: Date: Bozeman,MT59718-5930 Between Rouse and Ida Avenues r K.Munski 07/15/16 Bozeman MT lY i JT I �r s II1 EfAIJ Art row ..'g { poet * 1-' I.,.• �.f� I 1- - atr rf '� �1 .-�1 1 t '1�1p a• LL 36 s— ti I ' - _ _' � - _ •+ter- - �` _ - - — — - - - DIAGRAM IS FOR GENERAL LOCATION ONLY,AND IS AERIAL PHOTOGRAPHY PROVIDED NOT INTENDED FOR CONSTRUCTION PURPOSES BY MICROSOFT BING MAPS Project htan Pie EXPLORATION PLAN Fr°jest"°' J.Pierce AJ161009 EXlllblt Draw VIRhv Scale: 171 r rT-al ��U.'Boscan AS SHOWN 1, UA Peach Street & Tamarack Street Checkedb�unskl FileN"A5A3.pdf 212ZootWay Ste Rehabilitation A-3 Approved by: Date: Bozeman,MT69718.5930 Between Rouse and Ida Avenues K.Munski 07/15/16 Bozeman MT BORING LOG NO. B-1 Page 1 of 1 PROJECT: Peach and Tamarack Streets Rehabilitation CLIENT: KLJ Engineering Inc. Pro'ect Bozeman, MT SITE: Between Rouse and Ida Avenues Bozeman, Montana 7ATrERBERG(D LOCATION SeeExhibitA-3 Wo a v ewO z J = WQ F WF- ��— LLLatitude:45.68867° Longitude: -111.02914° W F LU za oW H W oU U�w 2 z 0 �o � W Li a DEPTH 0.3 ASPHALT(2.5 to 4 inches) 0.25 o.s FILL-WELL GRADED SAND WITH CLAY AND GRAVEL(SW-SC),with 6 10 ravel up to 0.75 inches i.s FILL-WELL GRADED GRAVEL(GWI,with particle sizes up to 1.5 inches FILL-CLAYEY SAND WITH GRAVEL(SC l black to brown,loose,moist,with 3-2-5 brick fragments,with gravel(particle size up to 1 inch) 0 5 N=7 0 t2 z -very loose to loose below 4.5 feet 9 0 5 1-2-2 21 21 1 N=4 rr LU X C7 Z O U W 0' Y U ¢ 0.8 2-3-4 N=7 U 9.5 WELL GRADED SAND WITH CLAY AND GRAVEL(SW-SC),brown,medium o dense,wet 10 0 3 2-6-6 9 N=12 14 11.0 w Boring Terminated at 11 Feet 0 z cD 0 J O W F- 0 0 IL Q Z C7 0' O O K tl O W Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type:Automatic W LL Advancement Method: See Exhibit A-3 for description of field procedures. Notes: 41/4"I.D.Hollow Stem Auger o See Appendix B for description of laboratory Latitude and longitude obtained using a handheld GPS unit. —� procedures and additional data(if any). o Abandonment Method: See Appendix C for explanation of symbols and z Boring bacldilled with soil cuttings and cold asphalt patch. abbreviations. U) 0 0 q WATER LEVEL OBSERVATIONS 0 Boring Started:6/8/2016 Boring Completed:6/8/2016 U While drilling Irerracon 0 Drill Rig:CME 55 Driller.Sam Eddy m 212 Zoot Way Ste B F- Bozeman,MT Project No.:AA61D09 Exhibit: A-4 GORING LOG NO. G-2 Page 1 of 1 PROJECT: Peach and Tamarack Streets Rehabilitation CLIENT: KLJ Engineering Inc. Project Bozeman, MT SITE: Between Rouse and Ida Avenues Bozeman, Montana ATTERBERG cD LOCATION See Exhibit A-3 w Z ya F o LIMITS z oLatitude:45.6856389° Longitude: -111.0294167' _ �Q W w H W z Z of > N aw z D w w W o o0 W w z LL-PL-PI 0 C� m N W W 0 DEPTH 0.4 ASPHALT(4.5 inches) 0.9 FILL-WELL GRADED GRAVEL(GW) FILL-WELL GRADED GRAVEL WITH CLAY(GW-GC),loose 0 2 1 8=N 2.5 LEAN CLAY WITH GRAVEL(CL),black to brown,stiff,moist,gravel particle size up to 1.5 inches,less gravel content with depth 0.3 3-5-7 N=12 0 z 0 5 0.8 4-5-4 12 N=9 W X a c� z 0 U a 2' Y 0.4 4-6-5 a N=11 a U W 1 X 0.2 9-5-5 N=10 11.0 w Boring Terminated at 1 Feet 0 z c� 0 J F_ Q U) 0 Lu F- 0 M W Q Z_ C7 0 O 2 O W Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic a u) Advancement Method: See Exhibit A-3 for description of field procedures. Notes: "L 4 1/4"I.D.Hollow Stem Auger Latitude and longitude obtained using a handheld GPS unit. See Appendix B for description of laboratory Bulk sample collected from 3 to 7 feet. > procedures and additional data(if any). o Abandonment Method: See Appendix C for explanation of symbols and z Boring balled with soil cuttings and cold asphalt patch. abbreviations. _m cD o WATER LEVEL OBSERVATIONS J 0 Boring Started:6!8l2016 Boring Completed:6/8/2016 o Free water was not encountered while drilling. Irerracon Drill Rig:CME 55 Driller.Sam Eddy m cn 212 Zoot Way Ste B H Bozeman,MT Project No.:AJ161009 Exhibit: A-5 CORE LOG NO. CH-1 Page 1 of 1 PROJECT: Peach and Tamarack Streets Rehabilitation CLIENT: KLJ Engineering Inc. Project Bozeman, MT SITE: Between Rouse and Ida Avenues Bozeman, Montana ATTERBERG o LOCATION See ExhibitA-3 Wo a o e LIMITS W g Latitude:45.68858' Longitude: -111.030634' v W Q W FW-P0 w z H _ {- 0 � J > O(n Q W Z a W FW- n o0 w W 2 Z LL-PL-PI L) CD 0 p �O �m O W DEPTH 0.3 ASPHALT(4.25 inchesl FILL-WELL GRADED GRAVEL WITH SILTY CLAY AND SAND(GW-GCI very dense,angular,with particle sizes up to 0.75 inches 2 7 1.8 Coring Terminated at 1.75 Feet ia 0 z 0 U K W F- d U` Z O U W Y U 2i F¢- U W a 0 0 co Q >W 0 Z O J U) 0 uj rj F- K W Z _Z (7 0 O 0 O LL W O Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: WA a u) Advancement Method: See Exhibit A-3 for description of field procedures. Notes: "— Coring o Latitude and longitude obtained using a handheld GPS unit. J See Appendix B for description of laboratory j procedures and additional data(if any). o Abandonment Method: See Appendix C for explanation of symbols and Z Core hole bacfdilled with soil cuttings and cold asphalt patch. abbreviations. _m ca 0 WATER LEVEL OBSERVATIONS J 0 Boring Started:6/8/2016 Boring Completed:6/8I2016 Free water was not encountered while coring. Irerracono Drill Rig:Core Machine Driller.Jim Pierce m m 212 Zoot Way Ste B = Bozeman,MT Project No.:AJ161009 Exhibit: A-6 CORE LOG NO. CH-2 Page 1 of 1 PROJECT: Peach and Tamarack Streets Rehabilitation CLIENT: KLJ Engineering Inc. Project Bozeman, MT SITE: Between Rouse and Ida Avenues Bozeman, Montana cD LOCATION See Exhibit A-3 J Z W A�MITSRG w o WO WW t e z_ U Latitude:45.68864° Longitude: -111.02758° a ~ W F W �` F W H W IL oU w z LL-PL-PI L) m a Q' U_ UO W t O5.5 inches) L GRADED GRAVEL WITH SILTY CLAY AND SAND(GW-GClsizes up to 1.5 inches26 47-25-22 54 CL,black inated at 1 Foot N O Z O U W F a O Z O U W Y aU Q Fa- U W a 0 0 m W 0 Z J a U) 0 W 0 r) IL a Z 0 O 2i O W LL O FW Stratification Tines are approximate.In-situ,the transition may be gradual. Hammer Type: N/A a W u) Advancement Method: See Exhibit A-3 for description of field procedures. Notes: 1L Coring o Latitude and longitude obtained using a handheld GPS unit. See Appendix B for description of laboratory j procedures and additional data(if any). o Abandonment Method: See Appendix C for explanation of symbols and z Core hole bacldilled Wth soil cuttings and cold asphalt patch. abbreviations. _m CD 0 WATER LEVEL OBSERVATIONS J z Boring Started:6/812016 Boring Completed:6/8/2016 Free water was not encountered while coring. Irerracono Drill Rig:Core Machine Driller.Jim Pierce m n 212 Zoot Way Ste B F Bozeman,MT Project No.:AJ161009 Exhibit: A-7 CORE LOG NO. CH-3 Page 1 of 1 PROJECT: Peach and Tamarack Streets Rehabilitation CLIENT: KLJ Engineering Inc. Project Bozeman, MT SITE: Between Rouse and Ida Avenues Bozeman, Montana ATTERBERG cD LOCATION See Exhibit A-3 J z W - LIMITS W o W o ��a- t- o z U Latitude:45.68564' Longitude: -111.03089' _ 1 a W w H w Z 2 F. of> J > pU QW Z a w W w °L o0 w W z LL-PL-PI p �Q �� pp a DEPTH 0.3 ASPHALT(4 inches) FILL-WELL GRADED GRAVEL WITH SILTY CLAY AND SAND(GW-GCj with particle sizes up to 1.5 inches 1.5 Coring Terminated at 1.5 Feet m 0 z 0 U FW- a 0 0 w o! Y F U U W a 0 0 m Q >J 0 Z O J Q U3 0 C9 0 O CL W Z Z 9 U 0 0 W Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: WA a m Advancement Method: See Exhibit A-3 for description of field procedures. Notes: `—` Coring o Latitude and longitude obtained using a handheld GPS unit. 2 See Appendix B for description of laboratory > procedures and additional data(if any). o Abandonment Method: See Appendix C for explanation of symbols and Z Core hole backfilled Wth soil cuttings and cold asphalt patch. abbreviations. _m cs 0 WATER LEVEL OBSERVATIONS Z Boring Started:6/8/2016 Boring Completed:6/8/2016 Free water was not encountered while coring. Irerracono Drill Rig:Core Machine Driller.Jim Pierce m L 212 Zoot Way Ste B ~ Bozeman,MT Project No.:AJ161009 Exhibit: A-8 CORE LOG NO. CH-4 Page 1 of 1 PROJECT: Peach and Tamarack Streets Rehabilitation CLIENT: KLJ Engineering Inc. Project Bozeman, MT SITE: Between Rouse and Ida Avenues Bozeman, Montana o LOCATION SeeExhibitA-3 O �a ATTERBERG W v o LIMITS Z U Latitude:45.68575° Longitude: -111.02747° >_ Q W w F j Z F � J > p Z w w CL w W LL-PL-PI 0 p O < 0! L U W a. DEPTH 0.4 ASPHALT(5.25 inches) 09 FILL-WELL GRADED GRAVEL WITH SILTY CLAY AND SAND(GW-GC) 1.3 CLAYEY SAND WITH GRAVEL(SC),medium grained,black,gravel is medium rained Coring I er7n!nated at 1.33 Feet Z6 ti 0 z 0 n. Z 0 U W U UQ Q 2i F¢- U U W a 0 0 co Q J 0 Z U J U) V) 0 III (D F- 0 (L CL K Q Z_ U W O n O K f Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: WA o_ CL W co Advancement Method: See Exhibit A-3 for description of field procedures. Notes: 11 Coring p Latitude and longitude obtained using a handheld GPS unit. See Appendix B for description of laboratory procedures and additional data(if any). o Abandonment Method: See Appendix C for explanation of symbols and Z Core hole backlilled With soil cuttings and cold asphalt patch. abbreviations. CO c!) WATER LEVEL OBSERVATIONS Boring Started:6/8/2016 Boring Completed:6/8/2016 Free water was not encountered while coring. Irerracono Drill Rig:Core Machine Driller.Jim Pierce m cn 212 Zoot Way Ste B F Bozeman,MT Project No.:AJ161009 Exhibit: A-9 CORE LOG NO. CH-5 Page 1 of 1 PROJECT: Peach and Tamarack Streets Rehabilitation CLIENT: KLJ Engineering Inc. Project Bozeman, MT SITE: Between Rouse and Ida Avenues Bozeman, Montana C7 LOCATION See 6dtibit A-3 LIMITS W J xn W ATTERBERG xn O W ZO a. 9Latitude:45.685721 Longitude: -111.02614' Q w F E w z2-1 LU F a W F-W 0 w z LL-PL-PI 0 c9 Q m ¢ � xL w DEPTH O xn a ASPHALT(6.5 inches) 0.6 o.s FILL-WELL GRADED GRAVEL(GWI,with particle sizes up to 1.5 inches 1.3 LEAN CLAY WITH GRAVEL CL Coring Terminated at 1.25 Feet 0 c� �2 0 z 0 Ld xr a O Z O U W 0 ¢U F¢- U Q W a 0 0 to Q W W O Z C7 co J co O W tU F- 0 O W Q Z 0 O 0 W W W ¢ Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: N/A of a co Advancement Method: See Exhibit A-3 for description of field procedures. Notes: p_ Coring o Latitude and longitude obtained using a handheld GPS unit. See Appendix B for description of laboratory procedures and additional data(if any). 0 Abandonment Method: See Appendix C for explanation of symbols and z Core hole baddilled Wth soil arttings and cold asphalt patch. abbreviations. xn (D 0 WATER LEVEL OBSERVATIONS 0 c) Boring Started:6/8/2016 Boring Completed:6/8/2016 Free water was not encountered while coring. Irerracon 0 Drill Rig:Core Machine Driller:Jim Pierce m 212 Zoot Way Ste B Fz Bozeman,MT Project No.:AM61009 Exhibit: A-10 LABORATORY INFORMATION Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation :i Bozeman, Montana July 15, 2016 D Terracon Project No. AJ161009 Laboratory Testing As part of the laboratory testing program, the soil samples were classified in the laboratory based on visual observation, texture, plasticity, and the laboratory testing performed as noted below. The soil descriptions presented on the boring logs are in accordance with our enclosed General Notes and Unified Soil Classification System (USCS). The estimated group symbol for the USCS is also shown on the logs, and a brief description of the Unified System is included in this report. Results of the laboratory tests are presented on the logs and/or included herein. Selected soil samples were tested for the following properties: Water Content; Grain Size Distribution; Atterberg Limits; Corrosion Potential; Soluble Sulfate Content; Proctor Compaction; California Bearing Ratio. Reliable n Responsive n Resourceful Exhibit B-1 ATTERBERG LIMITS RESULTS ASTM D4318 60 50 000, P L s 40 T O C G`Z' I 30 -- J Y N 20 D E G�' MH or OH x 10 CL-M MIL r OL 0 00 20, 40 60 80 100 N Z LIQUID LIMIT U Boring ID Depth LL PL PI Fines USCS Description W • CH-2 0.8 -1 47 25 22 54 CL SANDY LEAN CLAY c� Z 0 U W 0 QU K Q l< F¢- U Q W a. m 0 0 Q U F- J W 0] K W Q H 0 O W w J Q _Z 2 of a 0 LL W f Q a w m LL J Q 0 Z Z W a PROJECT: Peach and Tamarack Streets Rehabilitation Pro'ectCn PROJECT NUMBER: AJ161009 SITE: Between Rouse and Ida Avenues Irerrac on CLIENT: KLJ Engineering Inc. 0 Bozeman,Montana Bozeman,MT 0 212 Zoot Way Ste B g Bozeman, MT EXHIBIT: B-2 GRAN SVE D0STMUMN ASTM D422/ASTM C136 U.S.SIEVE OPENING IN INCHES I U.S.SIEVE NUMBERS HYDROMETER 6 4 3 2 1.5 1 3/4 1/23/8 3 4 6 810 1416 20 30 40 50 60 100 140 200 100 0 95 90 10 85 - - 80 20 75 70 30 65 -- 60 -- 40 0 m 955 m IL ui >.50 - - 50 0 :3 m O U3 it D w 45 zco w u w Z 40 60{ k U 35 m m d G) 30 70 a 25 z 0 20 80 U w � 15 10 90 F- x 5 w a 0 0 100 10 1 0.1 0.01 0.081pp 0 a GRAIN SIZE IN MILLIMETERS co COBBLES "coae VEL SAND SILT OR CLAY w fine coarse medium fine N ? BORING ID DEPTH %COBBLES %GRAVEL %SAND %SILT %FINES %CLAY USCS • B-1 0.33-0.6 25.3 44.7 10.4 SW SC m B-1 4.5-6 21.2 SC w ♦ B-1 9.5-11 28.3 38.5 14.2 SW SC w SIEVE PERCENT FINER SOIL DESCRIPTION (size) • IS ♦ • WELL GRADED SAND w/CLAY/GRAVEL K SW-SC o GRAIN SIZE 2" ® CLAYEY SAND w/GRAVEL SC • ® ♦ 1 1/2 ♦ WELL GRADED SAND w/CLAY/GRAVEL in D60 6.734 7.624 314" 81.08 SW-SC D30 0.441 0.535 1/2" 80.39 70.0 REMARKS a 318" 73.22 63.38 w rn Di. #4 55.07 52.74 • LL #10 43.77 42.54 g COEFFICIENTS #20 36.65 33.73 m j C. 0.47 #40 29.63 28.15 #80 18.36 20.04 Z C„ 80.03 #200 10.41 21.15 14.2 w af a PROJECT: Peach and Tamarack Streets Rehabilitation Project PROJECT NUMBER: AJ161009 LU SITE: Between Rouse and Ida Avenues Irerrac �� CLIENT: KLJ Engineering Inc. o Bozeman,Montana Bozeman,MT 212 Zoot Way Ste B m Bozeman, MT EXHIBIT: B-3 g GRAIN SIZE DISTRIBUTION ASTM D422/ASTM C136 U.S.SIEVE OPENING IN INCHES I U.S.SIEVE NUMBERS I HYDROMETER 6 4 3 2 1.5 1 3/4 1/23/8 3 4 6 810 1416 20 30 40 50 60 100 140 200 100 0 95 90 a 10 85 80 20 75 70 30 65 60 40, = m c9 55 m w Z uj m 50 500 D W 45 Cn z m W U- W Z 40 60 CO QU w 35 m n 30 70 M a 25 z 0 20 80 0 W W 15 a10 90 f- x 5 W a 0 D 100 10 1 0.1 0.01 0.0010 a GRAIN SIZE IN MILLIMETERS Cn COBBLES GRAVEL SAND SILT OR CLAY w coarse fine coarse I medium fine N ? BORING ID DEPTH %COBBLES %GRAVEL %SAND %SILT %FINES %CLAY USCS C!) • CH-1 0.33-1.5 46.2 37.6 6.9 GW-GC m CH-2 0.8-1 53.8 CL 0 a W z SIEVE PERCENT FINER SOIL DESCRIPTION (size) m • WELL GRADE GRAVEL w/SILTY FCLAY/SAND GW-GC o GRAIN SIZE 2„ m SANDY LEAN CLAY(CL) LL m 1 1/2" 0 1" fW-- D60 9.643 3/4" 90.7 9 D 1.211 1/2" 69.55 a� 30 3/8" 59.45 REMARKS D10 0.131 #4 44.46 • o COEFFICIENTS #10 27. #20 .29 m j C, 1.16 #40 20.8 #80 11.8 0 C, 73.83 #200 6.88 53.79 z W a PROJECT: Peach and Tamarack Streets Rehabilitation Project PROJECT NUMBER: AJ111009 Uj SITE: Between Rouse and Ida Avenues Irerracon CLIENT: KLJ Engineering Inc.r Bozeman,Montana Bozeman,MT 212 Zoot Way Ste B m Bozeman, MT EXHIBIT: B-4 g Irerracon 2110 Overland Avenue,Suite 124 Billings,MT 59102 (406)6664072 FAX:(406)656-3578 LABORATORY COMPACTION CHARACTERISTICS OF SOIL CLIENT NAME: DATE: 06/16/16 LAB No. AJ1 REPORT NO.: TEST RESULTS PROJECT NAME Peach&Tamarack &LOCATION: MAXIMUM DRY DENSITY 115.9 Iblft3 PROJECT NO.: AJ161009 SOURCE MATERIAL: B-5 @ 3-7- OPTIMUM MOISTURE 11.3 % SAMPLE DESCRIPTION: RAMMER: X MANUAL Mechanical ATTERBERG LIMITS MATERIAL DESIGNATION: LIQUID LIMIT Not Performed TEST METHOD: D-698 PLASTIC LIMIT Not Performed TEST PROCEDURE: Method C PLASTICITY INDEX Not Performed SAMPLE PREPARATION: Dry 1REVIEWED BY: ZERO AIR VOIDS FOR SPECIFIC GRAVITY OF Z50 ZERO AIR VOIDS LAB CURVE 117 MAXIMUM DENSITY&OPTIMUM MOISTURE 116 115 LL U (}L �114 co z w '113 112 111 8 9 10 11 12 13 14 15 WATER CONTENT,% Exhibit B-5 AJ161009 MD B-5 3-7.xls Project No.: AJ161009 lrerracorK�, Peach and Tamarack St Bozeman, MT CALIFORNIA BEARING RATIO TEST ASTM D 1883 B-5 @ 3-7' Classification: California Bearing Ratio (CBR) 11.0 - —_ 10.0 9.0 8.0 7.0 6.0 5.0 4.0 3.0 2.0 1.0 0.0 78.0% 83.0% 88.0% 93.0% 98.0% % Maximum Dry Density CBR @ 95% of ASTM D698 = 7.7% Weight of Surcharge (Ibs.) = 10 Soaking Period (hr.) = 96 Exhibit B-6 UNIFIED SOIL CLASSIFICATION SYSTEM Soil Classification Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests" Group Group Name Symbol Gravels: Clean Gravels: Cu>_4 and 1 <Cc<3 E GW Well-graded gravel F More than 50%of Less than 5%fines° Cu<4 and/or 1>Cc>3 E GP Poorly graded gravel F coarse fraction retained Gravels with Fines: Fines classify as ML or MH GM Silty gravel F,c,H Coarse Grained Soils: on No.4 sieve More than 12%fines' Fines classify as CL or CH GC Clayey gravel F,c,H More than 50%retained on No.200 sieve Sands: Clean Sands: Cu>_6 and 1 <Cc<3 E SW Well-graded sand 50%or more of coarse Less than 5%fines° Cu<6 and/or 1 >Cc>3 E SP Poorly graded sand fraction passes No.4 Sands with Fines: Fines classify as ML or MH SM Silty sand G,H,i sieve More than 12%fines° Fines classify as CL or CH SC Clayey sand c,H,l Inorganic: PI>7 and plots on or above"A"line'' CL Lean clay',',"Silts and Clays: PI<4 or plots below"A"line J ML SiltK,L,M Liquid limit less than 50 Liquid limit-oven dried Organic clay K,L,M,N Fine-Grained Soils: Organic: <0.75 OL K,L,M,O Liquid limit-not dried Organic silt 50%or more passes the K,L,M No.200 sieve PI plots on or above"A"line CH Fat clay Inorganic: K,L,M Silts and Clays: PI plots below"A"line MH Elastic Silt Liquid limit 50 or more Organic: Liquid limit-oven dried Organic clay K,L,M,P <0.75 OH Liquid limit-not dried Organic silt K,L,M,Q Highly organic soils: Primarily organic matter,dark in color,and organic odor PT Peat "Based on the material passing the 3-inch(75-mm)sieve H If fines are organic,add"with organic fines"to group name. B If field sample contained cobbles or boulders,or both,add"with cobbles If soil contains>_15%gravel,add'With gravel"to group name. or boulders,or both"to group name. If Atterberg limits plot in shaded area,soil is a CL-ML,silty clay. Q Gravels with 5 to 12%fines require dual symbols: GW-GM well-graded K If soil contains 15 to 29%plus No.200,add"with sand"or"with gravel," gravel with silt,GW-GC well-graded gravel with clay,GP-GM poorly whichever is predominant. graded gravel with silt, GP-GC poorly graded gravel with clay. L If soil contains>_30%plus No.200 predominantly sand,add"sandy"to °Sands with 5 to 12%fines require dual symbols: SW-SM well-graded group name. sand with silt,SW-SC well-graded sand with clay,SP-SM poorly graded M If soil contains>_30%plus No.200,predominantly gravel,add sand with silt, SP-SC poorly graded sand with clay "gravelly"to group name. ( ao) D 2 "PI>_4 and plots on or above"A"line. E Cu=D6o/D10 Cc= o PI<4 or plots below"A"line. Dao x D60 P PI plots on or above"A"line. F If soil contains>_15%sand,add"with sand"to group name. Q PI plots below"A"line. If fines classify as CL-ML, use dual symbol GC-GM,or SC-SM. 60 For classification of fine-grained soils and fine-grained fraction 50 of coarse-grained soils ZV ' X�e Equation of"A"-line .J, �P CLHorizontal at PI=4 to LL=25.5. W 40 then PI=0.73(LL-20) O\ p Equation of"U"-line ,' 11 Z Vertical at LL= G16 to PI=7, 30 then PI=0.9(LL-8) — c� of Q 20 MH or OH 10 4 _ CL i ML ML or OL 0 ---- _L__I _ _i ---- ------ - - -- 0 10 16 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT (LL) Irerracan Exhibit C-2 DIVISION 1 : GENERAL REQUIREMENTS C SECTION 01050 FIELD ENGINEERING PART 1 - GENERAL 1.01 DESCRIPTION This section shall replace Section 01050 of the Montana Public Works Standard Specifications. 1.02 WORK INCLUDED A. The Contractor shall be responsible for all necessary construction staking. KLJ can provide construction staking services for the Contractor. Contact Darryl Magnuson at 406-247-2922 or darryl.magnuson@klienQ.com for a scope and fee proposal. All scope and fee proposals offered from KLJ shall be the same to all Bidders. B. From the dimensions and benchmarks shown on the Plans, the Contractor shall complete the layout of the Work and shall be responsible for all measurements that may be required for the execution of the Work prescribed in the Specifications or on the Drawings, subject to such modifications as may be required to meet changed conditions or as a result of necessary modifications to the Work. C. The Contractor shall furnish, at his own expense, all such stakes, spikes, steel pins, templates, platforms, equipment, instruments, tools and material and all labor as may be required in laying out any part of the Work from the baselines and benchmarks. It shall be the responsibility of the Contractor to maintain and preserve all benchmarks shown on the Plans. D. All survey data shall be recorded in accordance with standard and approved methods. All field notes, sketches, records and computations made by the Contractor in laying out the Work shall be available at all times during the progress of the Work for the ready examination by the Engineer or his duly authorized representative. E. The Contractor shall develop and make all detailed surveys needed for construction such as slope stakes, batter boards, grade stakes, offsets and other working points, lines and elevations. The Contractor shall provide laser and/or other line and grade establishment techniques acceptable to Engineer. F. The Engineer may make checks as the Work progresses to verify lines and grades established by the Contractor and to determine the conformance of the completed Work as it progresses with the requirements of Contract Documents and Drawings. Such checking by the Engineer or his representative shall not relieve the Contractor of his responsibility to perform all Work in accordance with the Contract Documents and Drawings and the lines and grades given therein. In the event that location marks as established by the Contractor are East Peach Street Reconstruction Field Engineering Section 01050 KLJ Project 16417103 Page 1 of 2 found to be inaccurate or inadequate, work shall suspend until corrections have been made. G. No separate payment wilt be made for the costs involved in the survey work, layout work or staking performed by the Contractor. All such costs will be considered as incidental to the Work. 1.03 PRESERVATION OF REFERENCE POINTS The CONTRACTOR shalt carefully preserve bench marks, reference points, tot corners, section corners and stakes and in case of destruction he shalt be responsible for hiring and cost of a professional land surveyor for the resetting of such points and shalt be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. 1.04 SURVEY NOTES CONTRACTOR shalt maintain their survey notes in standard survey notebooks in a neat and legible format. CONTRACTOR shalt provide a duplicate set of survey notes for all staking operations that wilt be given to Engineer upon request for record purposes no later than 24 hours after the stakes are set. Engineer reserves the right to monitor the work of survey crews as judged necessary to show conformance with this specification. However; such monitoring shall in no way relieve the Contractor of the responsibility for survey accuracy and adequacy to obtain a finished product fully conforming to the plans and specifications. PART 2 - PRODUCTS \\Not Used PART 3 - EXECUTION \\Not Used END OF SECTION East Peach Street Reconstruction Field Engineering Section 01050 KLJ Project 16417103 Page 2 of 2 SECTION 01200 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 SCOPE A. This Section describes the methods by which measurement will be made of the quantities for which payment will be made for the Project. Pay Items specifically provided in the Bid Form, but not specifically described below, will be measured and paid as specified in the individual technical specifications of MPWSS, supplemented by the COBMODS. B. The Contractor is expected to provide all Items not described specifically below or in the Bid Form, but that are shown, described, or inferred in the Plans and Specifications. Such items are deemed "incidental" and a subsidiary obligation of the Contractor to satisfactorily complete the Work, and such items should be included in the pay item of the Contractor's choice or in the pay item to which it pertains. 1.02 MEASUREMENT OF WORK A. Work shall be measured by the Engineer or his representative with assistance from the Contractor prior to preparation of a payment request by the Contractor. B. Unit quantities that are measured in place shall be measured monthly. The Contractor shall give the Engineer a minimum of two days notice for making all required measurements. C. Materials that must be measured as delivered shall be measured at the time of delivery by the Engineer or his representative; the Contractor shall provide sufficient advance notice so that such measurements can be made. D. Work completed on a Lump Sum basis shall be measured for completion against the schedule of values provided by the Contractor in accordance with the General Conditions. Related work necessary for a complete and operational job, such as relocation of mail boxes, removal of trees, relocation of utilities, utility crossings, field engineering, clearing and grubbing, etc., not specifically identified as a pay item shall be included in the unit price bid for the item to which it pertains. E. The total bid price for each item of the contract shall cover all work shown on the contract drawings and required by the specifications and other Contract Documents. 1.03 ESTIMATED QUANTITIES A. All estimated quantities for unit price items, stipulated in the Bid Form or other Contract Documents, are approximate and are to be used as a basis for comparing the bids submitted for the Project. The actual amounts of work done and materials East Peach Street Reconstruction Measurement £t Payment Section 01200 KLJ Project 16417103 Page 1 of 10 furnished under unit price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. The CONTRACTOR agrees that he will make no claim for damages, anticipated profits or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts included in the Bid Form. The Contractor will not be paid for any work which exceeds the quantity set forth in the Bid Form without a change order or work change directive issued before the work is performed unless specifically ordered in writing by the Engineer. The Contractor will provide assistance to the Engineer to check quantities and elevations when so requested. 1.04 MEASUREMENT OF QUANTITIES A. Measurement by Weight - Pay items quantified by weights will be measured by handbook weights. B. Measurement by Volume - Measured by cubic dimension using mean length, width and height or thickness. C. Measurement by Area -Measured by square dimension using mean length and width or radius. D. Linear Measurement -Measured by linear dimension, at the item centerline or mean chord. E. Stipulated Sum/Price Measurement - Items measured by weight, volume, area, or linear means or combination, as appropriate, as a completed item or unit of the Work. 1.05 PROGRESS PAYMENTS A. Progress payments shall be based on the quantity of units installed. B. All items of Work not specifically listed in the Bid Form shall be considered incidental to the construction, and the cost of all such work and material shall be included in the prices bid for various items listed. C. All items listed for measurement and payment shalt include all machinery, plant, materials, equipment, supplies, labor and tools, etc., to successfully and satisfactorily complete the Work specified. D. Payment - The Contractor will receive payment only for the items listed in the Bid Form of this contract, and no separate payments will be made for the Work under any section of the Contract Documents except as provided for in the Bid Form. Where measurements are required to be made by the Engineer, for the payment of a pay item, the failure of the Contractor to give the adequate notification or failure of the Contractor to give the Engineer assistance for the measurement shall result in the forfeiture of payment for the Work or item which was not measured. E. Work to be paid for as a Lump Sum shall be measured for completion against the Schedule of Values provided by the Contractor. The Schedule of Values shall be East Peach Street Reconstruction Measurement &t Payment Section 01200 KLJ Project 16417103 Page 2 of 10 submitted at the Preconstruction conference and shall include quantities and prices of items aggregating the total Lump Sum and will subdivide the work into component parts in sufficient detail to serve as the basis for progress payments during construction. PART 2 - PRODUCTS 2.01 STORED MATERIALS A. Full payment shall be made for approved materials stored at the project site, provided invoices for said materials are furnished with payment request submittal, and shop drawings for said material have been approved. PART 3 - EXECUTION - MEASUREMENT AND PAYMENT 3.01 Mobilization/Demobilization : This item is to be measured and paid by Lump Sum as follows: Twenty-five percent (25%) of the amount bid for mobilization/demobilization shall be paid when five percent (5%) of the contract amount is paid for Work complete and for invoiced materials in storage.; an additional 50% of the amount bid will be paid when 25% of the work is complete; and the remaining 25% will be paid when 100% of the work is completed. 3.02 Taxes, Bonds, and Insurance : This item is to be measured and paid by Lump Sum as follows: One-hundred percent (100%) to be paid on the 1st progress estimate, ONLY if the bid price for this item is less than five percent (5%) of the total Contract Amount. For that portion of the taxes, bonds and insurance greater than five percent (5%), if any, payment shall be made for the balance of the item when 50% of the total work has been completed. 3.03 Stormwater Management Et Erosion Control: Measurement and payment of Stormwater Management Et Erosion Control shalt be on a lump sum basis and shall include installation and maintenance of all temporary and permanent erosion control Best Management Practices necessary to provide adequate sediment storage as required by the Montana DEQ, and any other control structures necessary to meet the land disturbing permit requirements. Payment shalt include providing and submitting the required Storm Water Pollution Prevention Plan (SWPPP) and related documents, all fees and permitting requirements for Contractor's coverage under the MPDES General Permit MTR100000, and all other related items specified in Sections 01560 and 01590 of the Project Manual. Payment shall also include all labor, materials, tools and equipment necessary to construct, maintain and remove all BMP's once final stabilization is achieved, as well as providing the Notice of Termination (NOT) to DEQ and all incidentals necessary to complete the work. 3.04 Construction Traffic Control: Construction Traffic Control shall be measured on a lump sum basis. Payment for Construction Traffic Control shalt be made at the lump sum price provided in the Bid Form and shall include preparation and submission of a traffic control plan for review by the City and Engineer. Payment shall include furnishing, East Peach Street Reconstruction Measurement & Payment Section 01200 KLJ Project 16417103 Page 3 of 10 installing, maintaining, replacing and operating construction traffic control systems throughout the project area for the duration of the Contract Time, including required pedestrian traffic control. The construction traffic control system may be comprised of but not be limited to signs, barricades, channelization, pavement markings, watering, fencing, importation of gravel to widen existing street shoulders to a minimum 12' driving lane, flag persons, and pilot cars and all other items provided in the approved construction traffic control plan. No separate measurement and payment will be provided for modifications to the traffic control plan or for additional traffic control devices unless they are deemed necessary by the City AND are due to instances that are outside of Contractor's control. Payment for this item shall be based on the percent of the total construction completed to date as reflected in each progress estimate. 3.05 Exploratory Excavation: Measurement of this item shall be made for the actual time, to the nearest one quarter hour, for work authorized by the Engineer prior to the work, or as directed by the ENGINEER, for actual exploratory excavation and backfilling operations, including standby time between excavation and backfilling, to verify the location of buried utility mains which may cause a conflict with the location of the proposed Work. Payment will be made at the contract unit price bid per hour in the Bid Form, which shall include all equipment, labor, materials, tools and incidentals necessary to complete the work. Where exploratory excavation is outside of planned excavation limits, payment also includes any and all time required for required compaction of the backfill. 3.06 Miscellaneous Work: An allowance has been provided in the Bid Form for Miscellaneous Work that may be added to the Project as directed or approved by the Engineer. The Contractor shall include the amount already provided in the Bid Form for Miscellaneous Work in his total bid price. When approved Miscellaneous Work includes items covered by unit prices in the Bid Form, that work will be paid at those unit prices. Otherwise, Miscellaneous Work will be measured on a time and material basis for equipment, labor, and material necessary to complete the work performed as directed by the Engineer. No payment will be made for this Miscellaneous Work without written authorization from the Engineer. For all claims of Miscellaneous Work, the Contractor will be required to submit invoices detailing the hours and costs of labor, equipment and materials. The amount provided in the Bid Form is an estimated amount only, which may be adjusted up or down by the Engineer in accordance with the needs of the project. 3.07 Subgrade Stabilization: Measurement of Subgrade Stabilization shall be on the basis of square yardage of this item provided as directed and approved by the Engineer. Payment for Subgrade Stabilization shall be at the contract unit price bid per square yard of crushed base course installed completed as detailed in the Plans, and shall include all material, equipment, tools, labor and all incidentals necessary to complete Work. Payment shall also include geogrid as detailed in the Plans. No East Peach Street Reconstruction Measurement Et Payment Section 01200 KLJ Project 16417103 Page 4 of 10 separate measurement and payment will be made for additional overlap of grid and fabric required in the Plans. This work is incidental to the replacement material required as detailed in the Plans. 3.08 Detectable Warning Panels: Measurement of Detectable Warning Panels shalt be on the basis of square footage of this item provided complete in place. Payment for Detectable Warning Panels shall be on the basis of the contract unit price bid per square feet as shown in the Bid Form. Payment shall include all material, equipment, tools and labor, and for the performance of all work and incidentals necessary to complete this item. 3.09 Concrete Pavement Patch: Measurement of Concrete Pavement Patch shall be on the basis of square yardage of concrete or flowable fill constructed in place as shown and detailed on the Plans. Payment for Concrete Pavement Patch shall be made at the contract unit price per square yard as shown in the Bid Form, and shalt include all material, equipment, tools and labor, concrete or flowable fill, and for performance of all work and incidentals necessary to complete the Work as detailed in the Plans, not to include asphalt. Measurement and payment for the asphalt surface course required for the patch shalt be included in the pay item for asphalt concrete surface course. 3.10 Asphalt Concrete Surface Course: Measurement of Asphalt Concrete Surface Course shalt be on the basis of the tonnage constructed in place as detailed in the Plans and Specifications. Payment for Asphalt Concrete Surface Course shalt be made at the contract unit price per ton as shown in the Bid Form, and shall include all material, equipment, tools and tabor, and for the performance of all work and incidentals necessary to complete the Work. Payment shall include cleaning base course; for producing, furnishing, transporting, stockpiling, heating, drying and screening of aggregate materials; furnishing, handling, measuring, mixing, manipulating and placing of materials; hauling, placing, shaping, compacting and finishing of the paving mix; improving unsatisfactory areas; furnishing samples; and all materials including asphalt cement, prime coat and tack coat, testing, and all incidentals necessary to complete the Work. No payment will be made without weigh tickets. 3.11 Asphalt Milting: Measurement of Asphalt Milling shall be on the basis of square yardage of asphalt surface milled, at the depth indicated on the Plans. Payment for Asphalt Milling shalt be made at the contract unit price per square yard as shown in the Bid Form, and shall include all material, equipment, toots and tabor, and performance of all work and incidentals necessary to complete the Work as shown on the Plans. No separate or modified measurement and payment will be made for milling greater depths than minimum depths indicated on the Plans. 3.12 Remove Existing Storm Drain Inlet It Manhole: Measurement for Removal of Existing Storm Drain Inlets and Manholes shall be on the basis of each such structure East Peach Street Reconstruction Measurement Et Payment Section 01200 KLJ Project 16417103 Page 5 of 10 removed and properly disposed of as designated in the plans. Payment for Removal of Existing Storm Drain Inlets and Manholes shall be made at the contract unit price per each in the Bid Form. Payment shall include all labor, materials, tools, equipment and incidentals necessary to complete the Work. Payment shall also include all costs associated with proper disposal offsite, including hauling and tipping fees. 3.13 Remove Existing Storm Drain Pipe: Measurement for Removal of Existing Storm Drain Pipe shalt be on the basis of the length in linear feet of pipe removed and properly disposed of as designated in the plans. Measurement shall be independent of pipe size and material. Payment for Removal of Existing Storm Drain Pipe shall be made at the contract unit price per linear foot in the Bid Form, and shall include all material, tabor, tools, equipment and incidentals necessary to complete the Work. Payment shall also include all costs associated with proper disposal offsite, including hauling and tipping fees. No adjustments in measurement and payment wilt be made for different pipe sizes or materials encountered in the field that may contradict what is shown or inferred in the Plans. 3.14 Fill and Abandon Pipe : Measurement and Payment for Filling and Abandoning Pipe will be made on the basis of the actual cubic yards of flowable fill used to fill the pipes in accordance with the contract documents. Contractor shall reference MPWSS Section 02225 for all requirements of flowable fill to be used in performance of the Work. Payment shall include all labor, material, toots, equipment and incidentals necessary for completion of the work, including proper plugging of pipe ends. 3.15 Storm Water Treatment Structure: Measurement for Storm Water Treatment Structure shall be on a lump sum basis as shown in the Bid Form. Payment for Storm Water Treatment Structure shalt be at the lump sum price provided in the Bid Form. Payment shall include furnishing all labor, tools, materials and equipment and performing all necessary work to provide a complete and functional hydrodynamic separator storm water treatment structure as shown and detailed in the Plans and Specifications. Payment shalt include, but not be limited to, supply and installation of the pre-fabricated concrete hydrodynamic separator vessel with the necessary internal components to meet requirements specified in Section 02721, excavation, bedding, backfill, dewatering, shoring and bracing, grouting, compaction and all incidentals necessary to perform the Work. 3.16 Connect Existing Storm Drain Pipe to New Manhole: Connections of Existing Storm Drain Pipes to New Manholes shall be measured on the basis of each connection made as indicated on the Plans. However, this does not include connections associated with Doghouse style manholes. Such connections for Doghouse style manholes shalt be considered incidental to the Work necessary to install those structures. Payment for Connect Existing Storm Drain Pipe to New Manhole shall be on the East Peach Street Reconstruction Measurement Et Payment Section 01200 KLJ Project 16417103 Page 6 of 10 basis of the unit price per each in the Bid Form. Payment'shall include furnishing and installing all materials required to complete the work as described in the plans and specifications. Payment under this item shall include all couplings, coring, making the connection of the existing storm drain piping to new manhole, grouting, all excavation, shoring, sheeting, dewatering, backfill and compaction; and all labor, equipment, tools and incidentals required to complete the item. 3.17 Imported Backfill: Measurement and payment for Imported Backfill shall be measured and paid in accordance with MPWSS Section 02221 at the unit price already provided in the Bid Form. 3.18 Type 2 Pipe Bedding: Measurement and payment for Type 2 Pipe Bedding shall be measured and paid in accordance with MPWSS Section 02221 at the unit price already provided in the Bid Form. 3.19 Remove Existing Water Main: Measurement for Removal of Existing Water Main shall be on the basis of the length in linear feet of pipe removed and properly disposed of as designated in the plans. Measurement shall be independent of pipe size and material. Payment for Removal of Existing Water Main shall be made at the contract unit price per linear foot in the Bid Form, and shall include all material, labor, toots, equipment and incidentals necessary to complete the Work. Payment shall also include all costs associated with proper disposal offsite, including hauling and tipping fees. No adjustments in measurement and payment will be made for different pipe sizes or materials encountered in the field that may contradict what is shown or inferred in the Plans. 3.20 Remove Existing Fire Hydrant it Bollards: Measurement for Removal of Existing Fire Hydrant and Bollards shall be on the basis of each fire hydrant removed and properly disposed of as designated in the plans, which shall include the entire fire hydrant assembly, including hydrant, riser piping, 90°elbow, and auxiliary valve. Payment for Removal of Existing Fire Hydrant and Bollards shalt be made at the contract unit price per each in the Bid Form, and shall include all material, labor, tools, equipment and incidentals necessary to complete the Work. Payment shall also include all costs associated with proper disposal offsite, including hauling and tipping fees. 3.21 Water Service Line Replacement: Measurement for Water Service Line Replacement shall be on the basis of the length in linear feet of water service pipe replaced as indicated on the Plans. Payment for Water Service Line Replacement shall be made at the contract unit price per linear foot in the Bid Form, and shall include all labor, equipment, tools and materials necessary to complete the Work. Payment shall include excavation, bedding, backfill, shoring, dewatering and all other work necessary or incidental to complete the Work. East Peach Street Reconstruction Measurement & Payment Section 01200 KLJ Project 16417103 Page 7 of 10 3.22 Water Service Reconnection: Measurement for Water Service Reconnections shall be on the basis of each water service reconnection made to the new water main as indicated on the Plans. Payment for Water Service Reconnections shall be made at the contract unit price per each in the Bid Form, and shall include all labor, equipment, tools and materials necessary to complete the Work. Payment shalt include excavation, bedding, backfill, shoring, dewatering, tapping the new main, furnishing and installing all fittings, corporation stops, curb stops and boxes, saddles and all other work necessary or incidental to complete the Work. 3.23 Pipe Encasement: Measurement and payment for Pipe Encasements shall be on the basis of the actual cubic yards of flowable fill used to encase the pipes as detailed on the Plans. Contractor shall reference MPWSS Section 02225 for all requirements of flowable fill to be used in performance of the Work. Payment shalt include all labor, material, tools, equipment and incidentals necessary for completion of the work. 3.24 Connect to Existing Water Main: Connections to Existing Water Main shall be measured on the basis of each connection made as indicated on the Plans. Measurement shall be independent of pipe size and material of the existing pipe connected to. Payment for Connections to Existing Water Main shall be made at the contract unit price per each in the Bid Form, and shall include all labor, equipment, tools and materials necessary to complete the Work. Payment shall include all water main shut-down coordination, sleeves, couplings, joint restraint, trench excavation, bedding, gravel, shoring, dewatering, backfill, compaction, thrust blocking, testing and disinfection, and all work necessary or incidental for the completion of this item. Any spool pieces or piping of the same diameter required to connect to the existing piping will be considered incidental to the cost of the reconnection. No adjustments in measurement and payment will be made for different pipe sizes or materials encountered in the field that may contradict what is shown or inferred in the Plans. 3.25 Insulation Board: This item shall be measured by the square foot of insulation board installed in accordance with the Contract Specifications. Payment shall be based on the square footage installed and shall include all materials and work identified in the special provisions. 3.26 By-Pass Pumping: This item shall be measured and paid on a lump sum basis as shown in the Bid Form. Payment shall include all labor, equipment, tools and materials and incidentals necessary for providing by-pass pumping in accordance with Section 00910 Special Provisions within the contract documents. Payment shall also include all temporary sump structures used and all fuel to complete by- pass pumping until the new sewer system is accepted and place in operation. East Peach Street Reconstruction Measurement Et Payment Section 01200 KLJ Project 16417103 Page 8 of 10 3.27 Connect to Existing Sanitary Sewer: Connections to Existing Sanitary Sewer Main shall be measured on the basis of each connection made as indicated on the Plans. Measurement shall be independent of pipe size and material of the existing pipe connected to. Payment for Connections to Existing Sanitary Sewer Main shall be made at the contract unit price per each in the Bid Form, and shall include all labor, equipment, tools and materials necessary to complete the Work. Payment shall include all trench excavation, bedding, shoring, dewatering, backfill, compaction, testing, and all work necessary or incidental for the completion of this item. No adjustments in measurement and payment will be made for different pipe sizes or materials encountered in the field that may contradict what is shown or inferred in the Plans. 3.28 Connect to Existing Sanitary Sewer Manhole: Connections to Existing Sanitary Sewer Manholes shall be measured on the basis of each connection made as indicated on the Plans. However, this does not include connections associated with Doghouse style manholes. Such connections for Doghouse style manholes shall be considered incidental to the Work necessary to install those structures. Payment for Connections to Existing Sanitary Sewer Manholes shall be on the basis of the unit price per each in the Bid Form. Payment shalt include furnishing and installing all materials required to complete the work as described in the plans and specifications. Payment under this item shall include all couplings, coring, making the connection, grouting, all excavation, shoring, sheeting, dewatering, backfill and compaction; and all labor, equipment, tools and incidentals required to complete the item. 3.29 Remove Existing Sanitary Sewer Manhole: Measurement for Removal of Existing Sanitary Sewer Manholes shall be on the basis of each such structure removed and properly disposed of as designated in the plans. Payment for Removal of Existing Sanitary Sewer Manholes shall be made at the contract unit price per each in the Bid Form. Payment shall include all labor, materials, tools, equipment and incidentals necessary to complete the Work. Payment shall also include all costs associated with proper disposal offsite, including hauling and tipping fees. 3.30 Sanitary Sewer Service Replacement: Measurement for Sanitary Sewer Service Replacement shall be on the basis of the length in linear feet of sanitary sewer service pipe replaced as indicated on the Plans. Payment for Sanitary Sewer Service Replacement shall be made at the contract unit price per linear foot in the Bid Form, and shall include all labor, equipment, tools and materials necessary to complete the Work as indicated in the Plans. Payment shall include excavation, bedding, backfill, shoring, dewatering and all other work necessary or incidental to complete the Work. Payment shall also include the service tees or wyes, all service pipe and other fittings from the main East Peach Street Reconstruction Measurement Et Payment Section 01200 KLJ Project 16417103 Page 9 of 10 up to the point of connection to existing service lines, and making the actual connection. 3.31 Cleanout: Measurement for Cleanouts shall be on the basis of the each installed as indicated on the Plans. Payment for Cleanouts shall be made at the contract unit price per each in the Bid Form, and shall include all labor, equipment, tools and materials necessary to complete the Work as indicated in the Plans and as detailed in the COBMODS. Payment shall include excavation, bedding, backfill, shoring, dewatering and all other work necessary or incidental to complete the Work. Payment shall also include all fittings, spool/riser pipes, monument boxes concrete slab collar, sleeves, and non-shrink backfill. The wye fitting used to branch off to the clean out shall be covered in the unit price bid per linear feet for Sanitary Sewer Service Replacements. 3.32 Underground Utility Crossings: No separate measurement and payment shall be made for utility crossings of any kind. Utility crossings are considered incidental to the Work and shall be a subsidiary obligation of the Contractor to perform as necessary to execute the Project. END OF SECTION East Peach Street Reconstruction Measurement & Payment Section 01200 KLJ Project 16417103 Page 10 of 10 SECTION 01300 SUBMITTALS PART 1 - GENERAL 1.01 CONSTRUCTION SCHEDULES A. Submit to Engineer a progress schedule under Sections 2.05, 2.07, and 6.04 of the General Conditions. B. Submit to Engineer adjusted progress schedules under Section 6.04 of the General Conditions. C. Submit to Engineer, value schedules under Sections 2.05, 2.07 and 14.01 of the General Conditions. 1.02 SUBMITTAL PROCEDURES A. Submit shop drawings to Engineer under Sections 2.05 and 6.17 of the General Conditions. Submit all shop drawings for Contractor, subcontractors) and supplier(s). B. Review all shop drawings prior to submittal in accordance with Section 6.17 of the General Conditions. Submittals shall bear a stamp or specific written indication that Contractor has satisfied its responsibilities under the Contract Documents with respect to the review of the submittal. C. Submit in writing any substitutions to previously approved items for review by Engineer. D. Within 15 days after Notice to Proceed, submit a complete list of products proposed for use, providing manufacturer's name, trade name, and model or catalog numbers, and manufacturer data. Submittals may be either electronic in PDF form or paper. if by paper, submit the number of copies needed by Contractor, plus three copies for Engineer use. E. Where specified, submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Where specified, submit samples of finishes including colors, textures, and patterns. i F. In accordance with the approved submittal schedule and at least ten (10) days prior to his need for approval, Contractor shall forward to Engineer all items to be incorporated into the Work. G. Transmit each submittal in accordance with Engineer's accepted format, by completing the transmittal form included at the end of this section, in its entirety. East Peach Street Reconstruction Submittals Section 01300 KLJ Project 16417103 Page 1 of 6 H. Sequentially number the transmittal form. Revise submittals with original number and a sequential alphabetic suffix. I. For each submittal review, allow 15 days excluding delivery time to and from Contractor. J. Provide space for Contractor, Engineer and Architect review stamps. K. When revised for resubmission, identify all changes made since previous submission. L. Submittals not requested will not be recognized or processed. 1.03 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES A. Contractor shall submit shop drawings, equipment and materials data as required in Section 6.17 of the General Conditions concerning the specific item as soon as practical. Contractor may proceed, only at his own risk, with manufacture or installation of any equipment or work covered by said drawings, etc. until they are approved, and no claim, by Contractor, for extension of the contract time will be granted by reason of his failure in this respect. B. Submittal of incomplete or unchecked shop drawings will not be acceptable. Shop drawing submittals which do not clearly show Contractor's review stamp or specific written indication of Contractor review will be returned to Contractor for resubmission. C. Required submittals include but not limited to are: 1. Permits: Submit to Engineer at the preconstruction conference a copy of all permits required for the construction activities. 2. Subcontractors: Contractor shall supply a list of all suppliers and subcontractors in accordance with Instructions to Bidders. 3. Materials: Submit product data and/or testing results of all materials to be used for construction. 4. Product Data: Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this project. a. Shop drawings or equipment drawings, including dimensions, size and location of connections to other work, and weight of equipment. b. Catalog information and cuts. C. Complete manufacturer's specifications, including materials description and paint system. 5. Equipment List and Rental Rates: At the preconstruction conference, Contractor shall supply a list of all equipment owned or rented that will be used on this project. The equipment list shall include the make, East Peach Street Reconstruction Submittals Section 01300 KLJ Project 16417103 Page 2 of 6 model, year, horsepower and capacity of each piece of equipment. The list shall also include rental rates and operating rates for each piece of equipment determined per the requirements of these contract documents. 6. Manufacturer Installation Instructions: Submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, to Engineer in quantities referenced or specified herein. a. Installation or placing drawings for equipment, drives, and bases. b. Supporting calculations for equipment and associated supports specified to be designed by equipment manufacturers or suppliers. C. Wiring and control diagrams of systems and equipment. d. Requirements for routine maintenance required prior to startup. 7. Manufacturer Certificates: Submit certification by manufacturer to Engineer, in quantities specified for product data. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. 8. Construction Traffic Control Plan: Provide a construction traffic control plan subject to review and approval by Engineer. 9. Quality Control Plan: Provide a quality control plan in accordance with the following: a. Manufacturers' Certification of Proper Installation: Where manufacturer's certification is required in the Specifications, the manufacturer shall provide certification stating: i. The product or system has been inspected by a manufacturer's authorized representative whom has certified the product or system has been installed in accordance with the manufacturer's recommendations. ii. Applicable safety equipment has been properly installed; the proper electrical and mechanical connections have been made; and the product or system has been serviced with the proper lubricants. iii. Proper adjustments have been made and the product or system is ready for functional testing, startup, and operation. b. Certification of Compliance: Where specified, furnish certification of compliance for products specified to a recognized standard or code prior to the use of such products in the work. i. Products used on the basis of a certification of compliance may be sampled and tested at any time. Products not conforming to such requirements will be subject to rejection East Peach Street Reconstruction Submittals Section 01300 KLJ Project 16417103 Page 3 of 6 whether in-place or not. ii. Engineer reserves the right to refuse permission for use of products on the basis of a lack of a certification of compliance. C. Functional Test Certification: Where a certification of functional testing is specified for certain facilities or equipment, Contractor (as applicable to the facilities or equipment furnished) shall provide written documentation that: i. Necessary hydraulic structures, piping systems, valves, and similar facilities have been successfully tested. ii. Necessary equipment systems and subsystems have been checked for proper installation, started, and successfully tested to indicate they are operational. iii. Adjustments and calibrations have been made. iv. The facilities are ready for performance testing, or for startup and intended operation, as applicable. V. Each manufacturer having furnished equipment in a system has reviewed and provided acknowledgment of this certification for its respective equipment as part of the functional test for the overall system. d. Performance Test Reports: Prepare and submit performance test reports where specified for equipment and systems. 10. Quality Control Testing Results. Provide copies of quality control testing results within 48 hours after completion. 11. Operation and Maintenance Instructions: Manufacturer's printed instructions shall include operating instructions, maintenance literature, lubrication requirements, and parts lists. 12. Mix Designs: Submit manufacturers' product mix design to ENGINEER for review and approval. Mix designs shall include either a mix report by a certified testing laboratory or the specified number of laboratory test results. 1.04 ENGINEER'S REVIEW A. Engineer shall return submittals to Contractor within 14 days of receiving submittal. B. Engineer will review each submittal a maximum of two (2) times. Engineer's time allocated to each subsequent review will be deducted from Contractor's payments as Liquidated Damages/Unscheduled Employment of Engineer as described in the Special Provisions. C. Engineer's time allocated to reviewing "or equal" items submitted following a previously approved submittal will be deducted from Contractor's subsequent East Peach Street Reconstruction Submittals Section 01300 KLJ Project 16417103 Page 4 of 6 progress payment as Liquidated Damages / Unscheduled Employment of Engineer as described in the Special Provisions. 1.05 SUBSURFACE INFORMATION AND UTILITIES A. Records or logs of borings or test holes made by CONTRACTOR, if any. B. Results of exploratory excavations made to verify locations and nature, shape, dimensions, etc., of existing utilities and facilities; where possible, indicate this information on a clean copy of the Contract Drawings. C. Field Relocation: Clearly show proposed relocations of new or existing facilities, or related work affected by the relocation, on clean copy of the Contract Drawings and submitted prior to performing the relocation. D. Easements: Copy of easements and other agreements obtained from utilities and property OWNERS as required to carry out the work. E. Connecting Work: Proposed methods of connecting new work to existing facilities, where not detailed or specified in the construction documents. F. Cutting and Patching: Written notice requesting consent to perform cutting which may affect structural safety or normal functioning of existing facilities. G. Recommendations indicating changed conditions, alternative materials or methods, time when uncovered work may be observed, and other information necessary to evaluate substitutions when work conditions necessitate change of materials or methods. PART 2 - PRODUCT \\Not Used PART 3 - EXECUTION \\Not Used END OF SECTION f 1 3 3 t 7 i East Peach Street Reconstruction Submittals Section 01300 KLJ Project 16417103 Page 5 of 6 THIS PAGE INTENTIONALLY LEFT BLANK. East Peach Street Reconstruction Submittals Section 01300 KLJ Project 16417103 Page 6 of 6 � \ D w � s 02 ? / / \ / / 2 / » w ON w a R m 3 $ \ @ o \ \ \ \ ® 5 ƒ o > \\ g .. ® ° § 0 9 k® 3 = m l ( / \ 7 aq 2 / 7 \ � 7 :3 =1 N / n n G g 0 / ƒ / 3 3 2 - ] ? » ' w_ f3o . m fDi 0Ln 6 �k § ƒ e w / / � ? Ln � 2 } a § q 2 7 / k _/ / \ R C > R 2 k r- R O c m � 2 @ 2 r � 7 / (D p n c g � r m y / z k 0 k k / ® / � z m o \ � � � � \ 3 2 7 > 7 e j / ° � C r \ K q 0 2 7 � ¥ » § ( (D / OQ k \ ` « m \' \ ƒ \ ± ( G � : r) \ / m > m k \ > 7 M m \ § m q y of k k } / / � z / 2 -0 E a / ? D 2 �R o ; / =01-0 o � a 2 2 (D o � 2 0- 3 k . / / R � m / \ / 2 2 « o q m = 2 o m - w \ 2 § 1 ' » 0 0 � k ƒ f> } -o D m z m Z -� O z D r r z DATE: Ll RFI NO. RFI - REQUEST FOR INFORMATION T0: Author RFI: AUTHOR COMPANY: KLJ ATTN: SHANE STRONG, PE 1982 Stadium Drive, Suite. 3 Author Title: Bozeman, MT 59715 KLJ PROJECT NUMBER: 16417103 KLJ PROJECT LOCATION: IMPORTANCE: KLJ PROJECT DESCRIPTION: BOZEMAN, MT ANSWER COMPANY: EAST PEACH STREET RECONSTRUCTION ANSWERED BY: SUBJECT: DISCIPLINE: CATEGORY: CONTRACTOR DOCUMENT REFERENCE: (If Applicable) QUESTION: REQUESTED BY: SUGGESTION: (If applicable) RESPONSE: RESPONSE DATE: CC: RFI Log Et File I File: NOTE: INCLUDE DRAWINGS, PHOTOS, PRODUCT DATA, SHOP DRAWINGS, AND OTHER INFORMATION NECESSARY TO FULLY DESCRIBE ITEMS NEEDING INTERPRETATION. SUPPLEMENTARY DRAWINGS PROVIDED BY THE CONTRACTOR SHALL INCLUDE DIMENSIONS, THICKNESSES, STRUCTURAL GRID REFERENCES, AND DETAILS OF AFFECTED MATERIALS ASSEMBLIES AND ATTACHMENTS East Peach Street Reconstruction RFI Form Section 01300B KLJ Project 16417103 Page 1 of 1 PAGE INTENTIONALLY BLANK SECTION 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE PART 1 - GENERAL 1.01 DESCRIPTION A. This section describes the Contractor quality control testing requirements and Owner's quality assurance program. 1.02 REFERENCES A. The following ASTM publication is a part of this specification. ASTM E 329 Evaluation of Testing and Inspection Agencies as Used in Construction B. City of Bozeman Design Standards and Specifications Policy C. MPWSS D. COBMODS PART 2 - PRODUCT \\Not Used PART 3 - EXECUTION 3.01 GENERAL A. Be responsible for quality control tests and inspections to control contractor production and construction processes. Include in the Contractor quality control system an internal organization, plans, and procedures to produce the specified end product. Assure the system covers all construction operations, both on-site and off-site, and is keyed to the construction sequence. Quality control testing frequency is at Contractor discretion, except where tests are specifically required in the technical specifications for individual products. B. Contractor shall select a qualified testing agency to perform quality assurance testing. (ASTM E329 is referenced as a guide to the selection of a qualified testing agency.) The Contractor wilt pay for third party quality assurance testing. Quality assurance testing frequency is as specified in 3.1.E, Table 1. C. Quality assurance testing for individual products (i.e. pipes, manholes, etc.) shalt be performed as required in the technical specifications. Contractor shall refer to MPWSS and COBMODS which are included in this Project Manual by reference. D. The Engineer or Engineer's Representative shall witness all required Quality Assurance testing. Contractor shall give Engineer 48-hour notice of readiness of the work for testing. No Quality Assurance testing will be accepted without Engineer having witness such tests. East Peach Street Reconstruction Quality Assurance Section 01400 KLJ Project 16417103 Page 1 of 4 E. Table 1, shown below, outlines the minimum frequency of quality assurance testing which may be performed by Contractor's designated independent testing firm or Engineer for acceptance. Table 1 - Materials Testing Requirements EARTHWORKS Test Test Method Minimum Required Specification/Material Frequency Trench Backfill Moisture-Density Lab testing 1 Submittal/soil type per MPWSS 02221 encountered 1 Submittal/borrow source Trench Compaction In-Place Density(MPWSS 1 test/200LF*/2 ft. of 02221/1.4) vertical depth beginning 1 ft. 95% Minimum above crown of pipe *1 test/day minimum Trench Compaction In-Place Density(MPWSS 1 test/2 ft. of vertical depth (laterals, structures, 02221/1.4) beginning 1 ft. above crown valves, hydrants and 95% Minimum of pipe within 2 ft. from edge manholes) of structure, valve, hydrant, or manhole Pipe Bedding Type I Bedding gradation £t 1 Submittal Plasticity Index / Type it Bedding Gradation (MPWSS 02221) Subgrade and Moisture-Density Lab testing per 1 Submittal per soil type Embankment MPWSS 02230 encountered/ 1 Submittal per borrow source Compaction of In-Place Density(MPWSS 1 test/Lift/100 LF and top 6- subgrade under 02230/1.3) inches curbs, gutters, and 95% Minimum sidewalks Compaction of In-Place Density(MPWSS 1 test/lift/50 LF and top 6- subgrade and 02230/1.3) inches, alternating lanes embankment for 95% Minimum roadways East Peach Street Reconstruction Quality Assurance Section 01400 KLJ Project 16417103 Page 2 of 4 EARTHWORKS Test Test Method Minimum Required Specification/Material Frequency Sub Base Course Gradation - Moisture Density - 1 Submittal Fractured Faces (Crushed) - LA Abrasion, LL, PL, and PI Lab testing per MPWSS 02234) Compaction of Sub Base In-Place Density(MPWSS 1 test/lift/100 LF under curbs and gutters 02234/1.3) 95% Minimum Compaction of Sub Base In-Place Density(MPWSS 1 test/lift/50 LF Course for roadways 02234/1.3) 95% Minimum Crushed Base Course Gradation - Moisture Density - 1 Submittal Fractured Faces (Crushed) - LA Abrasion, LL, PL, and PI Lab testing per MPWSS 02235 Compaction of In-Place Density(MPWSS 1 test/lift/100 LF crushed base course 02235/1.3) under curbs, gutters, 95% Minimum and sidewalks Compaction of in-Place Density(MPWSS 1 test/lift/50 LF crushed base course 02235/1.3) for roadways 95% Minimum ASPHALT CONCRETE PAVEMENT Test Test Method Minimum Required Specification/Material Frequency Asphalt Concrete Mix design 1 Submittal Pavement (Base Gradation 1 test/first day or 1/2000 TN Course and Surface Asphalt Oil Content 1 test/first day or 1/2000 TN Course) Marshall Test 1 test/day or 1/2000 TN Rice Specific Gravity 1 test/day or 1/2000 TN (MPWSS 02510) Compaction of In-Place Density/Thickness 4 cores/1000 TN Asphalt Concrete (MPWSS 02510) Min. 3 cores/project with Pavement <1000 TN East Peach Street Reconstruction Quatity Assurance Section 01400 KLJ Project 16417103 Page 3 of 4 PORTLAND CEMENT CONCRETE PAVEMENT Test Test Method Minimum Required Specification/Material Frequency Portland cement Mix design 1 Submittal Concrete Portland Cement Air, Slump, and 7-Day and 28- 1 Test/Day or Concrete Day compressive strength Every 50 CY Pavement (MPWSS 02515) Portland Cement Air, Slump, and 7-Day and 28- 1 Test/Day or Concrete Day compressive strength Every 50 CY Flatwork and Curb Et (MPWSS 02515) Gutter 3.02 CONTRACTOR COOPERATION WITH QUALITY ASSURANCE AGENCY A. Assure Owner's personnel and quality assurance agency have access to all work areas at all times work is in progress. Provide any special facilities or equipment to access work areas at Contractor expense. B. Notify Engineer of the work ready for quality assurance testing. Establish and update as the construction schedule to provide Engineer estimated sampling/testing dates and times. C. Owner and Engineer reserve the right to provide additional testing upon their own discretion. If needed, Contractor shall cooperate and assist Owner and/or Engineer in collection of additional samples. At a minimum this may include excavation of test pits for compaction test verifications for each lift of trench backfill, embankment material or aggregate base material. Contractor shall provide a minimum of 24 hours' notice to Owner and Engineer, prior to covering work to allow time for quality verification. PART 4 - MEASUREMENT AND PAYMENT 4.01 PAYMENT FOR TESTING A. Pay for all testing as outlined in Subsection 3.1 above. Mix designs for Portland Cement Concrete and Flowable Fill, mix designs for Asphalt Concrete, and all initial aggregate quality tests are quality control tests and are at Contractor expense. Testing costs are incidental to the work and to be included in the unit price bid for the respective item. Engineer shall have received written testing results from Contractor's testing agency prior issuance of payment. END OF SECTION East Peach Street Reconstruction Quality Assurance Section 01400 KLJ Project 16417103 Page 4 of 4 SECTION 01560 ENVIRONMENTAL QUALITY CONTROL PART 1 - GENERAL 1.01 DESCRIPTION A. The work shall consist of installing measures or performing work to control and protect the environmental quality of the project site and to minimize the pollution of the water and air during the construction operations in accordance with these specifications. 1.02 GENERAL PROVISIONS A. Contractor in executing the work shall maintain affected areas within and outside project boundaries free from environmental pollution that would be in violation of Federal, State, or local regulations. B. Do not impair operation of existing systems. Prevent construction material, pavement, concrete, earth, volatile and corrosive wastes, and other debris from entering sewers, pump stations, or other structures. Maintain original site drainage whenever possible. 1.03 WATER POLLUTION CONTROL A. General Conditions: 1. Contractor's construction activities shall be performed by methods that will prevent the entrance, or accidental spillage, of solid matter, contaminants, debris, and other objectionable pollutants and wastes into streams, flowing or dry watercourses, lakes, and underground water sources. Such pollutants and wastes shall include, but are not restricted to, refuse, garbage, cement concrete, sanitary waste, industrial waste, radioactive substances, oil and other petroleum products, aggregate processing tailings, mineral salts, and thermal pollution. 2. No herbicide shall be applied within 25 feet of water bodies unless specifically labeled for use in or next to water. Mechanical or biological control methods also can be used. Herbicide shall be applied in compliance with Federal, State, and local regulations. Use of coil carriers with herbicides shall be avoided. 3. Servicing and refueling of construction equipment shall be restricted to areas more than 250 feet away from a water body. B. Compliance with Applicable Laws and Regulations 1. Contractor shall comply with all applicable Federal, State, and local laws, orders, and regulations concerning the control and abatement of water pollution. East Peach Street Reconstruction Environmental Quality Control Section 01560 KLJ Project 16417103 Page 1 of 10 C. Other Provisions: 1. All construction debris shall be disposed of on land in such a manner that it cannot enter a waterway or wetland. 2. Equipment for handling and conveying materials during construction shall be operated to prevent dumping or spilling the materials into the water except as approved herein. 3. During construction and subsequent operation of this facility, no petroleum products, chemicals, or other deleterious materials shall be allowed to enter or be disposed of in such a manner so that they could enter the water and precautions shall be taken to prevent entry of these materials into the water. 4. All work in waterways shall be performed in such a manner so as to minimize increases in suspended solids and turbidity which may degrade water quality and damage aquatic life outside the immediate area of operation. 5. Only clean riprap materials shall be utilized in order to avoid the percolation of fines which would result in excessive local turbidity and the riprap shall be placed in such a manner so as to provide a reasonably solid mass with no appreciable variation in thickness or slope. 6. Close coordination shall be maintained by Contractor with downstream water users, advising them of any water quality changes to be caused by the construction. 7. Concrete trucks shall be washed at a site and in such a manner that wash water cannot enter the waterway. D. Dewatering Procedures: 1. Contractor shall construct, maintain, and operate cofferdams, channels, flume drains, sumps, pumps, or other temporary diversion and protection works. Furnish materials required, install, maintain, and operate necessary pumping and other equipment for the environmentally safe removal and disposal of water from the various parts of the work. Maintain the work free from water. 2. Where an excavation extends below the water table, dewater in a manner that will prevent loss of fines from the foundation. Maintain stability of slopes and bottom of the excavations, and perform construction operations in the dry. Use screened wells or equivalent methods for dewatering. Control seepage along the bottom of excavations, which may require ditches and pipe drains leading to sumps from which water shall be pumped and properly discharged. East Peach Street Reconstruction Environmental Quality Control Section 01560 KLJ Project 16417103 Page 2 of 10 3. Contractor is also advised that a dewatering permit is required from the Montana Department of Environmental Quality (MDEQ) for construction dewatering operations. Contractor is responsible for obtaining such a permit and complying with all applicable conditions of the permit. The permit can be obtained by submitting the proper application to the MDEQ, Water Quality Division. Copies of the completed application, Contractor's dewatering plan, and the issued permit shall be submitted to Engineer before dewatering operations are started in accordance with Section 01300 - Submittals. 1.04 STORMWATER DISCHARGE PERMIT A. Federal law requires an appropriate storm water discharge permit be obtained prior to the start of construction of this project. Contractor shall meet all requirements for storm water discharges from construction activities as administered by the Montana Department of Environmental Quality (MDEQ) and the U.S. Environmental Protection Agency (USEPA). Contractor shall submit for storm water discharge permit coverage under the General Permit for Storm Water Discharges Associated with Construction Activity prior to the start of construction. The Notice of Intent (NOI) application and Storm Water Pollution Prevention Plan (SWPPP) form may be obtained from the MDEQ's website: www.deq.state.mt.us/wginfo/MPDES/StormwaterConstruction.asp The NOI and SWPPP shall be submitted to: Department of Environmental Quality Water Protection Bureau PO Box 200901 Helena, MT 59620-0901 (406) 444-3080 Submit copies of the NOI, SWPPP, and MDEQ acknowledgement letter to Engineer prior to the start of construction. Contractor will be responsible for implementing and maintaining the best management practices for the permit and payment for this work will be considered incidental to the work. In addition, Contractor shall be responsible for all damages, monetary or other, resulting from any violation stemming from Contractor's activities and Contractor shall hold Owner and Engineer harmless for any violation of this permit as a result of Contractor's activities. Contractor shall also notify the MDEQ when the construction is complete using the Notice of Termination (NOT) form also provided on the MDEQ's website so that the permit can be terminated. Contractor shall be responsible for all application and annual fees of this permit, as well as all costs associated with monitoring as required by this permit. The annual fee is applicable until the site has been stabilized and the MDEQ has been notified and Notice of Termination has been submitted. East Peach Street Reconstruction Environmental Quality Control Section 01560 KLJ Project 16417103 Page 3 of 10 Questions concerning the storm water discharge permit requirements may be addressed to the MDEQ at the telephone number listed above. Written instructions and general permit information are also available on MDEQs website. B. Erosion and Sediment Control Plan: The SWPPP shall address erosion and sediment control work and measures. Such best management practices (BMP's) shall include but not be limited to the following: 1. Control of Earthwork Activities a. The excavation and moving of soil materials shall be scheduled so that the smallest possible areas will be protected from erosion for the shortest time practical. b. Excavated materials or other construction materials shall not be stockpiled or deposited near or on stream banks, lake shorelines, or other watercourse perimeters where they can be washed away by high water or storm runoff or can in any way encroach upon the actual watercourse itself. C. All areas along the bank disturbed or newly created by the construction activity, shall be seeded with vegetation both in kind and in quantity (this will include both herbaceous and woody species) that are indigenous to the area for protection against subsequent erosion and to minimize adverse impacts to fish and wildlife resources. This may require maintenance such as reseeding, watering, implementation of grazing restrictions, fencing, etc., to ensure the survival of the replacement vegetation. d. All surplus dredged or excavated materials shall be placed on an upland site above the ordinary high water line in a confined area, not classified as a wetland, to prevent the return of such materials to the waterway. e. All earthwork operations shall be carried out in such a manner that sediment runoff and soil erosion are controlled. f. Protect inlets, culverts, ditches, and drainage swates as required to control erosion until vegetation is restored. 2. Seeding: Seeding to protect disturbed areas shalt be used as specified in the Contract Documents. 3. Mulching: Mulching shall be used to provide temporary protection to soil surfaces from erosion. 4. Vegetation Conservation: Except where clearing is required for any permanent works, approved construction roads, or excavation operations, all trees, native shrubbery, and vegetation shall be preserved and shall be protected from damage by the construction operations and equipment. Contractor shall move equipment on access routes within the right-of-way in a manner which will prevent damage to crops, range land, or property. Undisturbed buffer strips of natural vegetation shall be left East Peach Street Reconstruction Environmental Quality Control Section 01560 KLJ Project 16417103 Page 4 of 10 on banks and bottoms of waterways and at road crossings until start of construction. 5. Diversions: a. Diversions shall be used to divert water away from work areas and/or to collect runoff from work areas for water quality treatment and safe release. b. Diversions or channel changes required by Contractor to complete the work shall be completed in a manner to minimize erosion and to leave the stream course essentially unchanged. C. Contractor shall remove all diversions, culverts, bridges and other temporary work following completion of the work and shall restore the area disturbed to essentially the same configuration as it was prior to construction or to the final lines and grades as shown on the Contract Documents. } 6. Stream Crossings: Contractor shall not be permitted to ford live streams. Adequate culverts, bridges, or other works shall be installed by Contractor so that all equipment and vehicles can operate and work can be completed without fording or working in the live stream channel. 7. Sediment Basins: Sediment basins shall be used to settle and filter out sediment from eroding areas, and to protect properties and streams below the construction areas. 8. Sediment Barriers: Temporary and permanent slope breakers and sediment barriers (e.g. soil berms or staked bales of hay) shall be installed to reduce water erosion on slopes greater than five percent as at stream crossings. 1.05 CHEMICAL POLLUTION A. Contractor shall dispose of chemical pollutants produced as a by-product of the project Work such as drained lubricating or transmission oils, greases, soaps, asphalt, etc. in an appropriate manner off-site. This requirement shall include any and all materials used for clean-up of such materials. B. Sanitary facilities such as chemical toilets or septic tanks shall not be placed adjacent to live streams, wells, or springs. They shall be located at a distance of 200 feet or as required to prevent contamination of any well or water course. I C. The term pesticide as used in these Specifications shall include all herbicides, insecticides, fungicides, and rodenticides. Should Contractor find it necessary to use pesticides in the areas of Work under this contract, a plan for such use shall be submitted to Engineer for written approval. Contractor shall not proceed prior to approval by Engineer. D. Pesticides used shall only be those registered with the Environmental Protection Agency in compliance with the Federal Environmental Pesticide Control Act of 1972 and other Federal pesticide acts. East Peach Street Reconstruction Environmental Quality Control Section 01560 KLJ Project 16417103 Page 5 of 10 _ 1 1.06 AIR POLLUTION A. Contractor shall comply with applicable Federal, State, and local regulations concerning the prevention and control of air pollution and the burning of brush, slash or other materials. In no case shall unapproved materials, such as tires, plastics, rubber products, asphalt products, or other materials that create heavy black smoke or nuisance odors, be burned. Trash burning will not be permitted and smoke of any kind shall be minimized. B. Fire prevention measures shall be taken to prevent the start or the spreading of fires resulting from the project Work. C. in the conduct of construction activities and operation of equipment, Contractor shall utilize such practicable methods and devices as are reasonably available to control, prevent, and otherwise minimize atmospheric emissions or discharges of air contaminates. D. Equipment and vehicles that show excessive emissions of exhaust gases shall not be operated until corrective repairs or adjustments are made. 1.07 DUST ABATEMENT A. All public access, haul roads, or detour routes used during construction of the project shall be sprinkled with water as required to fully suppress dust. Contractor shall prevent dust which has originated from the work operation from damaging crops, cultivated fields, rangeland, trees, and dwellings, or causing a nuisance. Contractor shall be held liable for any damage resulting from dust originating from work operations under these Contract Documents. B. Contractor shall sweep paved areas as deemed necessary by Engineer to control soil dust, specifically on any detour routes. 1.08 NOISE POLLUTION A. Contractor shall comply with applicable Federal, State, and local laws, orders, and regulations concerning the prevention, control, and abatement of excessive noise. B. The use of jackhammers, pile driving, or other operations producing high-intensity impact noise may not be performed at night unless Contractor receives prior approval of Owner and nearby property owners. 1.09 PRESERVATION OF HISTORICAL AND ARCHAELOGICAL DATA A. Federal legislation provides for the protection, preservation, and collection of scientific, prehistorical, historical, paleontological, and archeological data (including relics and specimens) which might otherwise be lost due to alteration of the terrain as a result of any Federal construction project. B. Contractor agrees that, should Contractor or any of Contractor's employees in the performance of this contract discover evidence of possible scientific, prehistorical, historical, paleontological, or archeological data, he will cease Work East Peach Street Reconstruction Environmental Quatity Control Section 01560 KLJ Project 16417103 Page 6 of 10 i I and notify Owner and Engineer immediately giving the location and nature of the finding. Contractor shall exercise care so as not to damage artifacts or fossils uncovered during excavation operations and shall provide the cooperation and assistance necessary to preserve the findings for removal. C. Where appropriate by reason of a discovery, Owner may order delays in the time of performance, or changes in the Work, or both. If such delays, or changes, or both, are ordered, Contractor may be allowed an adjustment of the Contract Time(s), pursuant to Article 12 of the General Conditions. If Engineer concludes that the Contract Documents require changes due to archaeological features, Owner shall, pursuant to Article 10 of the General Conditions, order any changes in the Work and corresponding adjustments in the contract price required solely because of the archaeological features encountered. D. Contractor agrees to insert this paragraph in all subcontracts which involve the performance of Work on the project site. 1.10 WASTE MATERIAL DISPOSAL A. Contractor shall, at all times, keep the construction area, including storage areas used by Contractor, free from accumulations of waste materials and rubbish. Maintain areas covered by the Contract and affected public properties free from accumulations of waste, debris, and rubbish caused by construction operations. Remove excavated materials from the site, or stockpile where shown or directed by Engineer. B. Excess excavated material not required or suitable for backfiR, and other waste material including but not restricted to refuse garbage, sanitary wastes, industrial wastes, oil and other petroleum products shall be disposed of by Contractor. Waste material must be disposed of in licensed landfills or at other sites for which local, county, or State approval is obtained. C. Contractor may make arrangements for disposal subject to submission of proof that the owner(s) of the proposed site(s) has a valid fill permit issued by the appropriate governmental agency. D. It shall be the responsibility of Contractor to make any necessary arrangements pertinent to the locations and regulations of waste material disposal. Any fees or charges required to be paid for disposal of materials shall be included in Contractors bid. E. Cleaning and disposal shall comply with local ordinances and pollution control laws. Do not burn or bury rubbish or waste materials on the project site. Do not dispose of volatile wastes such as mineral spirits, oil, chemicals, or paint thinner on-site or in storm or sanitary drains. Disposal of wastes into streams or waterways is prohibited. Provide acceptable containers for collection and disposal of waste materials, debris, and rubbish. F. Disposal of construction debris shall meet the requirements of the Montana Solid Waste Management Act (MCA-75-10-201 et seq.). The regulations pursuant to the Act are in ARM 16.14.501 et seq. and are referred to as the Montana Refuse East Peach Street Reconstruction Environmental Quality Control Section 01560 KLJ Project 16417103 Page 7 of 10 Disposal Regulations. The statute and regulations are administered and enforced by the MDEQ. 1.11 OSHA REGULATIONS A. General: Contractor will be required to comply with current Occupational Safety and Health Administration Construction Standards for Excavations. B. Any conflicting information between the OSHA document and these Contract Documents shall be revised so that the OSHA document requirements supersede and take precedence over all other conflicting information. Contractor shall be required to obtain copies of the OSHA document and to complete a review of the same to avoid misinterpretation of their regulations. C. Hazardous Atmospheres: Contractor shall prevent employee exposure to potentially harmful levels of atmospheric contaminants and assure acceptable atmospheric conditions by complying with the requirements of 29 CFR, Part 1926, Subpart P. Monitoring equipment shall be supplied as a requirement of this project. 1.12 CONTAMINATED MATERIALS A. General: If contaminants are encountered, Contractor shall provide notice to Owner, Engineer, and the Montana Department of Environmental Quality (MDEQ). B. Procedures at Petroleum and Solvent Contaminated Soils/Groundwater Sites: Any contaminated soil material shalt be disposed of properly. Measures shalt be taken to address the following requirements: 1. Contractor shalt 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 contaminated areas during the process of Work, Contractor shall be required to demonstrate employee training similar to the requirements of 29 CRF 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 general public to the contaminated materials. 2. The pipe zone and bedding zone shall be sealed at each end of the determined petroleum or solvent contaminated material zone with impervious soil/bentonite trench plugs to prevent migration of the contaminant from the area. 3. 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. Owner/Engineer may revise the pipe, gaskets, and other materials as necessary to protect Work from the contaminants. Contractor shall be compensated for the increased material and labor costs associated with these pipe modifications. East Peach Street Reconstruction Environmental Quality Control Section 01560 KLJ Project 16417103 Page 8 of 10 i i I a 4. The temporary site storage of the petroleum or solvent contaminated material shall require securing the material from access by all unauthorized parties. The material shall be covered and provisions taken 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. All work related to providing trained personnel, providing for worker protection, and to the handling of contaminated soils as per these specifications shall be done as incidental Work and no separate payment shall be made. C. Procedures at Other Contaminated Soil Sites: When contaminants other than petroleum or solvent products are encountered during the project (such as hazardous substances or wastes), the situation will be addressed by Owner at the time of discovery. t D. Dewatering Activities: For areas where it is determined that Work will be in contaminated groundwater (containing hazardous materials), the dewatering procedure and progress of Work shall be addressed by Owner at the time of discovery. Special handling of contaminated groundwater may require special provisions to protect Contractor's workers, the general public, and the environment. For those activities required to address contaminated groundwater not already covered by a pay item in Section 00300, compensation for Contractor's efforts will be handled as a Change Order. 1.13 NOXIOUS WEEDS A. During construction, Contractor shall take steps to prevent the spread of noxious weeds. Contractor shall arrive at the construction site with clear, weed-free equipment. B. Contractor shall comply with Montana statutes governing movement of noxious 'i weeds. C. Noxious weeds shall be controlled within the project area rights-of-way during construction. 1.14 THREATENED, ENDANGERED, AND SENSITIVE SPECIES AND HABITATS A. Contractor agrees that, should Contractor or any of Contractor's employees in the performance of this contract, discover evidence of possible threatened, endangered, candidate, and sensitive species and habitats, Contractor will cease work and notify Owner and Engineer immediately, giving the location and nature of the finding. Owner may issue stop work orders if construction encounters threatened, endangered, candidate, or sensitive species and habitats. East Peach Street Reconstruction Environmental Quality Control Section 01560 KLJ Project 16417103 Page 9 of 10 Construction will continue only after consultation with the Montana Department of Fish, Wildlife and Parks. PART 2 - PRODUCTS \\Not Used PART 3 - PRODUCTS \\Not Used END OF SECTION East Peach Street Reconstruction Environmental Quality Control Section 01560 KLJ Project 16417103 Page 10 of 10 SECTION 01590 EROSION CONTROL PART 1 - GENERAL 1.01 DESCRIPTION A. Work performed under this section shall include determining the need for and obtaining coverage under a General Permit for Storm Water Discharges Associated with Construction Activity, installing and maintaining any and all erosion control measures, and complying with all terms of the permit. B. This section in no way supersedes or replaces the requirements of the General Permit. Contractor should refer to current permit language for specific t guidance. 1.02 SUBMITTALS A. When required by federal, state or local regulations, Submit a Notice of Intent (NOI), Storm water Pollution Prevention (SWPP) plan, Notice of Termination (NOT) and any supporting documentation and fees to the appropriate regulatory agency per the terms of the permit. B. Submit a copy of any submittals to the regulatory agency to Engineer. Include the completed NOI, SWPP plan, NOT and any pertinent correspondence from the agency. PART 2 - PRODUCT 2.01 GENERAL A. Furnish temporary and permanent erosion control measures meeting the requirements of the SWPP plan and permit terms. B. The items listed in this section are for reference only and should not be construed as a complete list of erosion control measures. Contractor is responsible for determining the appropriate erosion control measures and installing them per the SWPP plan and the manufacturer's recommendations. 2.02 TEMPORARY EROSION CONTROL MEASURES A. Silt Fence 1. Supply silt fence in the locations specified in the SWPP plan or construction drawings. a. Wood Posts East Peach Street Reconstruction Erosion Control Section 01590 KLJ Project 16417103 Page 1 of 8 i. Wood posts shall be of sufficient length to be driven into the ground a minimum of 18" and fully support the fencing materials. ii. Post shall be 2" minimum for round posts and 1 '/2" by 1 '/2" for rectangular posts. iii. Wood posts exposed to the weather for more than 12 months shall be Penta or Green Treated. b. Steel Posts i. Steel shall weigh a minimum of 1.3 pounds per foot and shall be of sufficient length to be driven into the ground and minimum of 18" and fully support the fencing materials. ii. Steel posts shall have a metal plate welded near the bottom such that when the post is driven to the proper depth, the plate will be below the ground level for added stability. iii. Steel posts shall have projections to aid in fastening the wire or fabric. C. Wire Backing (where applicable) i. When backing for a filter fabric silt fence is required, a steel wire fence fabric shall be used. A woven wire fence shall conform to ASTM A116, Class 1 zinc coating for wire. ii. The woven wire support fence shall be at least 32 inches high and a maximum opening size of 6 inches by 6 inches. The wire shall be a minimum of 14 gage grade 60. d. Filter Fabric i. Silt fence fabric shall conform to AASHTOM288 silt fence Specification. ii. Filter fabric shall be composed of fibers consisting of long chain synthetic polymers composed of at least 95 percent by weight of polyolefins, polyesters or polyomides. The fibers shall be formed into a network such that the filaments or yarns retain dimensional stability relative to each other. iii. The filter fabric shall be free of any treatment or coating which might adversely alter its physical properties after installation. iv. The fabric shall be free of defects or flaws that significantly affect its physical and/or filtering properties. V. The fabric shall have a minimum width of 36 inches. vi. The filter fabric shall be furnished with suitable wrapping for protection against moisture and extended ultraviolet exposure prior to placement. East Peach Street Reconstruction Erosion Control Section 01590 KLJ Project 16417103 Page 2 of 8 B. Straw Wattles 1. Supply straw wattles of the size and at the locations specified in the SWPP plan or construction drawings. a. Wattles shall consist of hay or straw, free of noxious weeds, or wood excelsior that has been compressed and stuffed into degradable netting. b. Wood Stakes i. Wood posts shall be of sufficient length to be driven into the ground a minimum of 12" and fully support the wattle materials. ii. Post shall be 2" minimum for round posts and 1 '/2" by 1 '/2" for rectangular posts. iii. Wood posts exposed to the weather for more than 12 months shall be Penta or Green Treated. j C. Steel Stakes i. Steel shall weigh a minimum of 1.3 pounds per foot and shall be of sufficient length to be driven into the ground and minimum of 12" and fully secure the wattle. C. Earthen Berms 1. Construct earthen berms of the size and at the locations specified in the s SWPP. D. Inlet Protection 1. Supply inlet protection at all inlet structures in the form of rock wattles or other manufactured products. a. Straw wattles are not .acceptable inlet protection on paved surfaces. b. Rock Wattles i. Rock Wattles shall be a minimum of 8" diameter with uniform aggregate sizes of 1 %2" diameter or greater. ii. Wrapping shall be robust enough to prevent breakage for the duration of the project. iii. Sandbags and recycled concrete will not be acceptable. 2. Manufactured products shall be installed and maintained per the manufacturer's recommendations. E. Construction Entrance/Exits East Peach Street Reconstruction Erosion Control Section 01590 KLJ Project 16417103 Page 3 of 8 1. Temporary gravel or cattle guard entrance/exits shalt be constructed at all exit locations where vehicles and equipment will enter, cross, or use paved roads as access for hauling or leaving the project site. a. Aggregate Stabilized Entrance/Exit i. Filter fabric shall prevent the passage of particles passing US Standard Sieve No. 30 or larger. ii. Aggregate shall be between 1" and 3" in diameter with a minimum of 75% fractured faces. iii. The gravel entrance/exits will allow for any mud or dirt on vehicles to fall off before leaving the project site. If necessary, Contractor shall clean equipment before it travels on a paved roadway. b. Cattle Guard i. Cattle guards shalt be a minimum of 25' along the travel way and 12' wide. ii. Cattle guards must be constructed of angled steel. Round pipe will not be acceptable. iii. Cattle guards but be adequate to carry construction traffic. iv. Cattle guard entrances must be capable of capturing sediment and preventing it from leaving the site. F. Concrete Washout Area 1. Contractor shall identify a concrete washout location and ensure that all personnel, sub-contractors and suppliers utilize the location as specified in the SWPP. 2. Concrete washout areas shall be prevented from draining into stormwater infrastructure or discharging off-site. 2.03 PERMANENT EROSION CONTROL MEASURES A. Seeding and Hydraulic Seeding 1. Permanent seeding shall be completed per the contract documents 2. Mulching and other applications are specified in the contract documents B. Erosion Control Blanket (ECB) 1. Provide and install erosion control blanket of the type and in the locations specified in the SWPP or contract documents. a. Staples East Peach Street Reconstruction Erosion Control Section 01590 KLJ Project 16417103 Page 4 of 8 i. Supply staples constructed of 11 gauge steel wire or heavier. ii. U-Shaped staples shall allow for a minimum of 8" embedment and measure at least 1" across the top. iii. T-shaped staples shall allow for 8" of embedment and measure at least 4" across the top. C. Outlet Protection 1. Provide outlet protection as specified in the construction documents. a. Rip Rap shall be per the contract documents. b. Filter fabric shall be per the contract documents. PART 3 - EXECUTION 3.01 EXAMINATION A. BMP's shall be inspected as specified by the terms of the permit until a NOT is filed. B. Contractor is responsible for erosion control, siltation, and water pollution during all work suspensions until a NOT is filed. 3.02 INSTALLATION A. Install and maintain erosion control measures in accordance with the manufacturer's instruction. B. Install temporary erosion control before each construction stage. Maintain all temporary erosion control until it is no longer needed or conflicts with the work. If devices that conflict with the work are removed, replace these devices at the end of each shift. Re-grade temporary sites to match the surrounding terrain after the devices are removed. Repair or replace damaged, inadequate, or non- functioning devices. Temporary pollution control measures required due to Contractor's negligence, carelessness, or failure to install permanent controls are at Contractor expense. C. Temporary Erosion Control Measures 1. Silt Fence a. Silt Fence is to be installed along the contour to intercept sheet flows and allow impoundment behind the fence and should be installed in a manner to prevent water from flowing around the ends. b. Drainage areas shall be limited to '/a acre for every 100 linear feet of fencing. East Peach Street Reconstruction Erosion Control Section 01590 KLJ Project 16417103 Page 5 of 8 SECTION 01700 CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 DESCRIPTION This section shall replace Section 01700 of the Montana Public Works Standard Specifications. 1.02 SECTION INCLUDES A. Damage to Existing Structures - (1.03) B. Closeout Procedures - (1.04) C. Final Cleaning - (1.05) D. Final Inspection - (1.06) E. Final Project Releases - (1.07) F. Project Record Documents - (1.08) G. Operation and Maintenance Data - (1.09) H. Maintenance Summaries - (1.10) I. Warranties, Bonds and Affidavits - (1.11) J. Post Construction Inspection - (1.12) K. Accessories - (2.01) L. Spare Parts and Maintenance Materials - (2.02) 1.03 DAMAGE TO EXISTING STRUCTURES A. Prior to final acceptance by Owner, Contractor shalt repair or otherwise return to original condition any parts of the existing or newly constructed facilities which have been damaged during construction. 1.04 CLOSEOUT PROCEDURES A. Contractor shall submit written certification that the Contract Documents have been reviewed, the work has been inspected, and that the work is complete in accordance with the Contract Documents and is ready for Engineer's final inspection. East Peach Street Reconstruction Contract Closeout Section 01700 KLJ Project 16417103 Page 1 of 6 C. Fence fabric shall be buried in a "J" configuration to a minimum depth of 6 inches in a trench with appropriate backfill compacted in such a manner to prevent flow beneath silt fence. d. Posts shall be on the downstream side of the fence fabric. e. Wire support fence, if used, shall also be buried a minimum of 2 inches. f. Silt fence fabrics shall be spliced together only at support posts with a minimum of 18 inches of overlap and in such a manner to prevent silt from passing between the two ends. g. Posts shall be spaced a maximum of 8' apart. Contractor is responsible for determining proper spacing based on the application. h. Fabric shall be affixed to posts using staples, wire nails or in accordance with the manufacturer's recommendations. Wire staples shall be a No. 17 gauge minimum and shall have a minimum 0.75 in. wide crown and 0.5 in. long legs. Staples shall be evenly placed with at least 4 per post. Nails shall be a minimum of 14 gauge, 1 inch long, with 0.75 button heads. Nails shall be evenly spaced with at least four per post. 2. Straw Wattles a. Straw wattles shall be installed long the contour to intercept sheet flows and allow impoundment behind the wattle and should be installed in such a manner to prevent water from flowing around the ends. b. Drainage areas shall be limited to 1/4 acre for every 100 linear feet of wattle. C. Wattles shall be trenched in 3" with soil compacted along the upstream side in a manner to prevent flow from passing beneath the wattle. d. Wattles shall be staked at a maximum spacing of 4'. Contractor is responsible for determining proper spacing based on the applications e. Stakes shall be driven into the ground a minimum of 12" and extend above the wattle a minimum of 3". f. Seams shall be done in such a manner to prevent from passing between the wattles. i. Wattles shall be tightly abutted, hooked, or overlapped a minimum of 2' and tied together depending on the application. ii. Contractor is responsible for determining the proper technique for their application. 3. Earthen Berms a. Earthen berms shall be installed long the contour to intercept sheet flows and allow impoundment behind the wattle and should East Peach Street Reconstruction Erosion Control Section 01590 KLJ Project 16417103 Page 6 of 8 be installed in such a manner to prevent water from flowing around the ends. b. Drainage areas shall be limited to acre for every 100 linear feet of berm. C. Berms shall be constructed of compacted erosion resistant soil. d. Slopes shall be limited to a maximum of 2' horizontal for every 1' vertical. e. Berms shall be sized to prevent overtopping. 4. Construction Entrance/ Exit a. Aggregate Stabilized Entrance/Exit i. Filter fabric shall be installed below aggregate ii. Entrance shall be a minimum of 50' along the travel way and 12' wide. iii. Aggregate shall be a minimum of 12" deep. D. Permanent Erosion Control Measures 1. Erosion Control Blanket (ECB) a. Blanket shall be anchored per the manufacturer's recommendations. Trenching shall be a minimum of 12" by 12". b. Blankets shall be laid with long axis in the direction of the flow. C. Blankets shall be overlapped a minimum of 6" in either direction with upstream layers above downstream layers. d. Staples shall be spaced no more than 3' in any direction. 3.03 MAINTENANCE A. Contractor is responsible to maintain BMP's in accordance with the permit until a NOT is filed. B. If, on the basis of Owner's/Engineer's observation, regular maintenance is not being performed or erosion control measures are deemed unsatisfactory, progress payments will be held until Contractor provides Engineer with proof of maintenance or repair/replacement of the measures. C. Any materials that are tracked off-site shall, at a minimum, be cleaned up at the end of each work day. D. Construction entrance/exits shall, at a minimum, be maintained weekly during normal construction operations. 3.04 STABLIZATION A. Contractor is responsible for final stabilization of the site and filing the Notice of Termination (NOT). East Peach Street Reconstruction Erosion Controt Section 01590 KLJ Project 16417103 Page 7 of 8 1. Final stabilization if as defined by the General Permit and NOT requirements. 2. Contractor shall receive written concurrence from Engineer that the site has been permanently stabilized prior to submitting a NOT. 3. Contractor is responsible for removing all temporary erosion control measures prior to filing the NOT. END OF SECTION East Peach Street Reconstruction Erosion Control Section 01590 KLJ Project 16417103 Page 8 of 8 B. Contractor shall provide any submittals to Engineer and/or Owner that are required by governing or other authorities. C. Contractor shall submit the final Application for Payment identifying the total adjusted Contract Sum, previous payments, and the sum remaining due. 1.05 FINAL CLEANING A. Contractor shall remove all waste and surplus materials, rubbish, and construction facilities resulting from construction operations from the site. B. Contractor shall execute final cleaning prior to the final inspection according to the following provisions: 1. Clean, sweep, wash, and polish work and equipment provided under the Contract, including finishes. 2. Remove debris including dirt, sand, and gravel from sewers, pipelines, and structures. 3. Broom clean paved surfaces; rake clean other surfaces. 4. Remove from the rights-of-way, easements, and other property utilized for construction, temporary structures and materials, equipment, and appurtenances not required as part of, or appurtenant to, the completed work. 5. Leave water courses, gutters, and ditches open and in condition satisfactory to Engineer and Owner. C. Should Contractor not remove rubbish or debris or not clean the facilities and site as specified above, Owner reserves the right to have final cleaning done at the sole expense of Contractor. 1.06 FINAL INSPECTION A. Contractor shall request a final inspection in writing prior to the anticipated date of completion. B. Work will not be considered ready for final inspection until it has been completed and Contractor has certified that all items are properly operating and in strict compliance with the Contract Documents. C. Contractor or his project supervisor shall be at the job-site during the final inspection. D. Engineer will present to Contractor, after the final inspection, a list of any items not meeting contract requirements. This list will be confirmed in writing by Engineer and all items on it must be made acceptable before final payment will be made. East Peach Street Reconstruction Contract Closeout Section 01700 KLJ Project 16417103 Page 2 of 6 1.07 FINAL PROJECT RELEASES A. Contractor shall submit Consent of Surety to Final Payment and lien release/waiver affidavit prior to final payment. B. Contractor shall furnish Contractor's Certificate and Release certifying completion of the project, construction Contract Document compliance, and waiving of claims not previously made in writing. 1.08 PROJECT RECORD DOCUMENTS A. Contractor shall submit Record Documents as outlined in Article 6 of the General Conditions. B. Unless otherwise specified, record drawings shall be full size and maintained in a clean, dry, and legible condition. Marking of the drawings shall be kept current. C. Contractor shall submit record documents to Engineer with claim for Final Application for Payment. Final payment will not be made without submittal and acceptance of complete record drawings. 1.09 OPERATION AND MAINTENANCE DATA A. Contractor shall prepare binder covers with the printed title "OPERATION AND MAINTENANCE DATA", the title of project, and all subject matter contained in the binder when multiple binders are required. Unless specified otherwise, furnish three (3) copies of complete instruction manuals for installation, operation, maintenance, and lubrication requirements for each unit or common units of mechanical and electrical equipment or system. Contractor shall assemble the 0 Et M Manuals into one set for the entire project. B. Manuals shall be customized to describe the equipment actually furnished, and shall not include extraneous data for models, options, or sizes not furnished. Manufacturer's preprinted literature may be accepted provided it has been customized to clearly indicate the models, options, and sizes actually furnished, and that equipment models not furnished have been clearly crossed out or deleted. C. Assemble each copy of the manual in one or more three-ring, hardback type binders. 1. Clearly label each binder to designate the system or equipment for which it is intended, and the Specification section where the equipment is specified. 2. Provide each binder with title page, typed table of contents with page numbers, and heavy section dividers paralleling the equipment Specifications. 3. Where more than one binder is required, they shall be labeled "Vol. 1", "Vol. 2", and so on. Place the table of contents for the entire set, East Peach Street Reconstruction Contract Closeout Section 01700 KLJ Project 16417103 Page 3 of 6 identified by volume number, in each binder. 4. Punch all data for binding and composition; arrange printing so that punching holes do not obliterate data. D. Material in manuals shall be suitable for photographic reproduction. Where copies of identical material are included, clarity and quality of copies shall equal the original. 1.10 MAINTENANCE SUMMARIES: A. In addition to the 0 Et M Manuals, Contractor shall provide Maintenance Summaries in a format of the form approved by Owner; submit at same time as prescribed above for the OPERATION AND MAINTENANCE (0 Et M) MANUALS. B. The term "Maintenance Operation" as used in the TYPICAL MAINTENANCE SUMMARY FORM is defined to mean any routine operation required to ensure the satisfactory performance and longevity of the equipment. Examples include lubrication, belt tensioning, adjustment of pump packing glands, and routine adjustments. 1.11 WARRANTIES, BONDS AND AFFIDAVITS A. Contractor shalt submit all written warranties, bonds, and affidavits, along with notarized copies, as required to Owner prior to final payment. Contractor shall include and assemble documents from all subcontractors, suppliers, and manufacturers. B. Warranties shall not start until the item being warranted has been: 1. Placed in operation and has been accepted by Owner. 2. Work is complete on any work item found defective. 3. The repair of inoperative items or adjustments to proper working condition of items not operating properly at time of final inspection has been completed. C. Contractor shall submit three (3) sets prior to the application for final payment, bound in 8 V2 x 11-inch pages, in binders with durable plastic covers. The binder shall be titled "WARRANTIES, BONDS AND AFFIDAVITS" and include the project title. D. In general, warranties shall begin upon the date of Substantial Completion. For Items of Work delayed beyond the date of Substantial Completion, Contractor shall provide an updated submittal within ten days after acceptance, listing the date of acceptance as the start of warranty period. East Peach Street Reconstruction Contract Closeout Section 01700 KLJ Project 16417103 Page 4 of 6 1.12 POST CONSTRUCTION INSPECTION A. Prior to the expiration of the two (2) year warranty period, from date of Final Acceptance, Engineer will inspect the project to determine whether corrective work is required. Contractor will be notified in writing of all deficiencies. Corrective work must start on noted deficiencies within ten (10) days of receipt of notification to Contractor. PART 2 - PRODUCT 2.01 ACCESSORIES A. Contractor shall furnish to Owner, upon acceptance of equipment, all accessories required to place each item of equipment in full operation including, but not limited to, hydrant wrenches, valve keys, special tools, adequate oil and grease as required for first lubrication of equipment (after field testing), light bulbs, fuses, hand wheels, chain operators, and other items as required for initial operation. B. Extra Materials: 1. Furnish, tag, and box for shipment and storage the spare parts, special tools, and other extra materials specified in the individual Specification sections. 2. Deliver all extra materials prior to 90 percent project completion to the project site. 3. Notify Engineer upon arrival of extra materials. 2.02 SPARE PARTS AND MAINTENANCE MATERIALS A. Contractor shall provide products, spare parts, and maintenance materials in quantities specified in individual specifications sections, in addition to that used for construction of Work. Coordinate with Owner, deliver to Owner and obtain receipt prior to final payment. B. Parts and materials shall be furnished in manufacturer's unopened cartons, boxes, crates or other protective covering suitable for preventing corrosion or deterioration for the maximum length of storage which may be normally anticipated. They shall be clearly marked and identified for each individual piece of equipment on which the part will be used. C. Contractor shall be fully responsible for loss or damage to parts and materials until they are transmitted to Owner. PART 3 - EXECUTION \\Not Used END OF SECTION East Peach Street Reconstruction Contract Closeout Section 01700 KLJ Project 16417103 Page 5 of 6 THIS PAGE INTENTIONALLY LEFT BLANK. East Peach Street Reconstruction Contract Closeout Section 01700 KLJ Project 16417103 Page 6 of 6 DIVISION 2 : SITEWORK SECTION 02373 RIPRAP PART 1 - GENERAL 1.01 DESCRIPTION A. Contractor shall furnish natural or quarried stone meeting or exceeding the material properties specified herein and shall provide all labor, equipment, and materials required to prepare receiving slopes and to place riprap materials as specified herein and as shown on the Drawings. PART 2 - PRODUCTS 2.01 RIPRAP A. Rock for riprap shall consist of hard, dense, sound, and angular, natural or quarried rock fragments free from soil, shale, and organic matter. The stone shall be resistant to deterioration by moisture or alternate cycles of wetting and drying. It shall have a minimum specific gravity of 2.6. Shale or stone with discernible laminations, seams or cracks shall not be acceptable. Rounded cobbles, boulders, and streambed gravels shall not be acceptable as riprap. Neither breadth nor thickness of individual stones shall be less than one-third of their length. B. Each load of riprap shall be reasonably well-graded from the smallest to the largest size specified. Stones smaller than the specified ten percent (10%) size shall not be permitted in an amount exceeding ten percent by weight of each load. RIPRAP GRADATION REQUIREMENTS Weight of Equivalent Individual Spherical Percent Smaller Class Stone Diameter By Weight 1 100 lb 1.05 ft 100% 60 lb 0.88 ft 70-90% 25 lb 0.66 ft 40-60% 2 lb 0.27 ft 0-10% II 700 lb 2.00 ft 100% 500 lb 1.79 ft 70-90% 200 lb 1.32 ft 40-60% 20 lb 0.61 ft 0-10% East Peach Street Reconstruction Riprap Section 02373 KLJ Project 16417103 Page 1 of 4 PART 3 - EXECUTION 3.01 SLOPE AND GROUND PREPARATION A. Slopes and ground on which riprap is to be placed shall be shaped to receive the full thickness of the specified riprap. The slopes shall be firm and stable and not steeper than the natural angle of repose of the material, or as shown on the plans. Wherever possible, placement of riprap shall be on undisturbed material. Where this is not possible, the underlying material shall be compacted to at least 90% of maximum ASTM D-698 density. B. The riprap edge treatment shall be as shown on the plans. The receiving slope shall be excavated or otherwise prepared for the thickened riprap edge treatment and/or separation/stabilization fabric anchorage and shall be approved by the Engineer prior to the placement of the fabric which is specified beneath the riprap blanket. C. One layer of separation/stabilization fabric shall be placed on surfaces to receive riprap where called for on the Construction Plans and the fabric placement shall be approved by the Engineer prior to commencement of rip- rap placement. Separation/stabilization fabric shall be "Mirafi HP570", or approved equal. Placement of the fabric shall be per the manufacturer's recommendations. 3.02 RIPRAP PLACEMENT A. Riprap shall be placed by dumping from a backhoe bucket. Placement shall commence at the lower edge and proceed toward the upper limit of the riprap or rock zone. B. Contractor shall limit the height of drop from the backhoe bucket and otherwise perform the riprap placement so that the separation/stabilization fabric slope liner is not torn or punctured. It shall generally be unacceptable to shove or push stones into place after they have been dumped from the backhoe bucket. C. Separation/stabilization fabric which is torn or ruptured during riprap placement shall be uncovered, replaced or repaired, and recovered as per the manufacturer's requirements. At the contractor's option, a 3 to 4 inch layer of well-graded, coarse gavel may be spread uniformly over the separation/stabilization fabric prior to placement of riprap to reduce the likelihood of punctures and tears to the fabric. If the protective gravel blanket is used over the fabric, the subgrade surface shall be prepared correspondingly lower, such that the finished surface of the riprap blanket is at the finish elevation specified on the plans when the full specified riprap blanket thickness has been placed over the gravel blanket. D. The full specified thickness of the riprap blanket shall be placed in one operation. The largest individual stones shall be placed singly and directly on the receiving slope so as not to rest wholly on smaller stones. East Peach Street Reconstruction Riprap Section 02373 KLJ Project 16417103 Page 2 of 4 E. The riprap blankets shall have a dense, homogeneous consistency with no areas of predominately larger or smaller stones. Smaller stones and fragments shall be utilized to fill voids. The exposed face of the riprap shall not vary more than approximately 0.5 feet from a plane surface. END OF SECTION { East Peach Street Reconstruction Riprap Section 02373 KLJ Project 16417103 Page 3 of 4 THIS PAGE INTENTIONALLY LEFT BLANK. East Peach Street Reconstruction Riprap Section 02373 KLJ Project 16417103 Page 4 of 4 SECTION 02721 HYDRODYNAMIC SEPARATOR UNIT PART 1 - GENERAL 1.1 WORK INCLUDED A. The work shall consist of designing, furnishing, and installing a pre-fabricated hydrodynamic separator unit for the purpose of treating storm water. The unit shalt consist of a pre-cast concrete manhole with internal components, designed to provide treatment and flow capacities below (at a minimum), and store oils, greases and settleable solids away from the structure's internal flow path. 1.2 SUBMITTALS A. Submit for review, the proposed hydrodynamic separator unit including all components, dimensions, estimated head loss calculations, and materials to be used to construct the unit. B. Submit for review, the proposed pre-cast manhole, including dimensions, concrete compressive strength, and all information applicable to installation, including spread footings or other adequate structural measures to prevent flotation. C. Provide the manufacturer's contact information. PART 2 - PRODUCTS 2.1 MATERIALS A. Pre-cast Concrete Manhole 1. Manhole shall conform to City of Bozeman Standard Drawing #02720-4 (See appendix A). 2. Minimum 4,000 psi concrete compressive strength 3. 4-foot inside diameter straight manhole 4. Designed for H-20 load rating. B. Hydro-dynamic Separator 1. Separator Unit shall be a Contech, Model - CDS2015-4-C treatment unit or engineer approved equal. 2. Required Treatment Capacity shall be 0.70 CFS (MIN.). 3. Required peak flow rate shall be 3.06 CFS (MIN.). 4. Pipe Inlet shall be 15-inch PVC 5. Pipe Outlet shall be 15-inch PVC 6. Existing Pipe Outlet shall be 12-inch pipe to be plugged and abandoned in the future East Peach Street Reconstruction Hydrodynamic Separator Unit Section 02721 KLJ Project 16417103 Page 1 of 2 7. 21-inch minimum access for cleaning and maintenance 8. Separator shall be a Pretreatment Technology with a General Use Level Designation approved by the Washington Department of Ecology's Technology Assessment Protocol - Ecology (TAPE). http://www.ecy.wa.9 ,ov/programs/wq/stormwater/newtech/tech no togi es. html 9. Frame and cover shall be either D&L A-1172 ring w/ A-1178 cover or EJIW 3771 / 3772 series, or approved equal. 10. Cover shalt have two 1" pick holes and shall read "Storm Water" with the city standard manhole logo. 11. The entire treatment unit and operation shall be contained within one manhole structure and require no supplementary sputter and/or by-pass structure. PART 3 - EXECUTION 3.1 DELIVERY A. Deliver the unit fully fabricated. Provide shipping, handling and storage in accordance with the manufacturer's recommendations. B. Notify the engineer prior to the planned installation to allow for inspection. 3.2 INSTALLATION A. Install the unit in accordance with the manufacturer's standards. Carry out final adjustments required to assemble the units in accordance with the manufacturer's written instruction. 3.3 TESTING A. The pre-cast manhole shall be tested for water tightness. B. Fill the concrete structure to the high water level and allow time for the water to soak into the concrete. Measure the leakage from the structure by checking the water level drop over a 4-hour period. C. The allowable leakage shall be 1.67 gallons over the 4-hour period. END OF SECTION East Peach Street Reconstruction Hydrodynamic Separator Unit Section 02721 KLJ Project 16417103 Page 2 of 2 DIVISION 3 : CONCRETE (REFERENCE MPWSS) T I _ _ I I I III I I I I i I I DIVISION 9 : FINISHES (REFERENCE COBMODS) APPENDICES : (REFERENCE MPWSS &tCOBMODS) CONSTRUCTION PLANS: (BOUND SEPARATELY)