Loading...
HomeMy WebLinkAbout18- Contract Documents - Treasure State, Inc. - 2018 Sidewalk Improvements Project o�1302� == 2 rN CO. CITY OF BOZEMAN 2018 SIDEWALK IMPROVEMENTS PROJECT CONTRACT DOCUMENTS PREPARED BY CITY OF BOZEMAN ENGINEERING DEPARTMENT May 2018 451(eeo-r o a oGvor �;-e- ci r y e- .6rlef 4ro�Y CITY OF BOZEMAN, MONTANA 2018 SIDEWALK IMPROVEMENTS PROJECT May 2018 TABLE OF CONTENTS CONTRACT DOCUMENTS Bidder's Checklist Invitation to Bid Instruction to Bidders Bid Form Non-discrimination Affirmation Form. Bid Bond Agreement Form Payment and Performance Bonds Standard General Conditions of the Construction Contract(by reference) Supplementary Conditions Montana Prevailing Wage Rates CONSTRUCTION SPECIFICATIONS Special Provisions Measurement and Payment APPENDIX A Standard Drawings APPENDIX B Plan sheets; work locations list for repairs BIDDER'S CHECKLIST Please utilize the following Bidder's Checklist before submitting your bid. 1) Original Bid Bond Enclosed? (Personal checks, business checks, and faxed copies are not acceptable.) 2) Bid Proposal: a. Arithmetic Checked? b. Unit Bid amounts agree with math calulations? c. All Addenda acknowledged on proposal sheet and cover? d. Signature portion completely filled out? e. Bid Proposal intact in Contract Documents DO NOT REMOVE!!!! f. Non-Descrimination Affirmation form completed and signed? 3) 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? 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. ALL BID DOCUMENTS AND BONDS MUST BE ORIGINALS. NO FAXED COPIES WILL BE ACCEPTED. CITY OF BOZEMAN, MONTANA CALL FOR BIDS NOTICE IS HEREBY GIVEN that the City of Bozeman, Montana, is accepting sealed bids for: 2018 Sidewalk Improvements Project Separate sealed bids for construction of City of Bozeman 2018 Sidewalk Improvements Protect will be received by the City Clerk, City Hall, 121 N. Rouse Avenue, P.O. Box 1230, Bozeman, Montana 59771-1230 will be received until 2:00 p.m., local time, June 5, 2018, and then publicly opened and read aloud. Please write the name of the project on the front of the sealed bid. The physical address is: ice, Suite 202, City Hall, 121 N. Rouse Avenue, Bozeman, Montana. City Clerk's Of The mailing address is: City Clerk's Office, Suite 202, City Hall, P.O. Box 1230, Bozeman, Montana, 59771. Bids must be received before 2:00 p.m. on Tuesday, June 5, 2018. Original copies must be submitted —no faxed or electronic bids will be accepted. Bids will be opened and read following the close of bids. The proposed work involves installation of approximately 660 square feet of new concrete sidewalks, removal and replacement of approximately 4,400 square feet of concrete sidewalks, and installation of 23 street corner pedestrian ramps, at various locations within the City of Bozeman as specified in the contract documents. Copies of the CONTRACT DOCUMENTS are available for viewing, or may be obtained upon payment of $15.00 (non-refundable) for each set, at the City of Bozeman, Engineering Department, 20 East Olive Street, Bozeman Montana 59715. All bids and proposals for the construction of any public contract project shall contain a statement showing that the bidder or contractor is duly and regularly registered under the laws of the State of Montana, and the contractor's registration number shall appear upon such bid or proposal, and no contract shall be awarded to any contractor unless he is the holder of registration, all as defined by MCA 39-9-101 through 410. Forms for registration are available from the Department of Labor and Industry, P.O. Box 8011, 1805 Prospect, Helena, Montana, 59604-8011. Information on registration can be obtained by calling 1-406-444-7734. All laborers and mechanics employed by contractors or sub-contractors in performance of the construction work shall be paid wages at rates as may be required by the laws of the State of Montana. Discrimination in the performance of any contract awarded under this invitation on 1 INVITATION TO BID the basis of race, creed, sex, age, marital status, national origin, or actual or perceived sexual orientation, gender identity or disability is prohibited. This prohibition shall apply to the hiring and treatment of the awarded entity's employees and to all subcontracts. Every entity submitting under this invitation must sign and return the required affirmation. Each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana, in an amount not less than Ten percent (10%) of the total amount of the bid. Successful bidders shall furnish an approved Performance Bond and a labor and materials Payment Bond, each in the amount of One Hundred percent (100%) of the contract amount. Insurance as required shall be provided by the successful bidder(s) and a Certificate(s) of that insurance shall be provided. No bid may be withdrawn after the scheduled time for the public opening of bids, which is 2:00 p.m. local time, Tuesday, June 5, 2018. 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 bid which is in the best interests of the Owner. The City of Bozeman is required to be an Equal Opportunity Employer. Dated at Bozeman, Montana,this 16th day of May, 2018. Robin Crough City Clerk, City of Bozeman Published Bozeman, Montana May 20, 2018 May 27, 2018 2 INVITATION TO BID INSTRUCTIONS TO BIDDERS BIDS All Bids must be made on the forms provided in this bound copy of the Contract Documents. All Bids must be legibly written in ink,with all prices given in figures and total bid amount given in words and figures. No alterations by erasures or interlineations will be permitted in Bids or in the printed forms. Each Bid shall be enclosed in a sealed envelope addressed to the City Clerk, City Hall, 121 N. Rouse Avenue,P.O.Box 1230,Bozeman,Montana 59771-1230, and endorsed on the outside of the envelope with the words: 2018 SIDEWALK IMPROVEMENTS PROJECT, CITY OF BOZEMAN. Bids shall be strictly in accordance with the prescribed form. Any modifications thereof or deviations therefrom may be considered as sufficient cause for rejection. Bids carrying riders or qualifications to the Bid being submitted may be rejected as irregular. BID GUARANTEE No Bids will be considered unless accompanied by a Bid guarantee,in the amount stipulated in the Invitation To Bid,made unconditionally payable to the Owner,which may be either a Cashier's Check or a Certified Check drawn on an acceptable bank. A Bidder's Bond issued by a surety company authorized to do business in the State of Montana will also be acceptable. SIGNATURE OF BIDDERS Each Bid must be signed in ink by the Bidder with his full name and with his business address or place of residence. In case of a firm or partnership, the name and residence of each member must be inserted. In case the Bid is submitted by,or in behalf of,a corporation,it must be signed in the name of such corporation by an official who is authorized to bind the corporation,and who shall also affix the corporate seal of such corporation. The Bid of a corporation which is signed by a person other than a corporate officer must be accompanied by a Power of Attorney showing that person's authority. ONLY ONE PROPOSAL No Bidder may submit more than one Bid. Two Bids under different names will not be received from one firm or association. RESPONSIBILITIES OF AGENT Any person signing a Bid as the agent of another, or of others, may be required to submit satisfactory evidence of this authority to do so. The title of the person(s)executing the Bid or Agreement shall be clearly indicated beneath his signature. QUALIFICATIONS OF BIDDERS Bidders may be required to submit satisfactory evidence that they have a practical knowledge of the particular work bid upon, and that they have the necessary financial resources to complete the proposed work. In determining the lowest responsible bid, the following elements will be considered: whether the Bidder involved(a)maintains a permanent place of business;(b)has adequate plant and equipment to do the work properly and expeditiously; (c) has a suitable financial status to meet obligations incident to the work; and(d) has appropriate technical experience. 1 INSTRUCTIONS TO BIDDERS Each Bidder may be required to show that former work performed by him has been handled in such a manner that there are no just or proper claims pending against such work. No Bidder will be acceptable if he is engaged on any other work which impairs his ability to finance his contract. The Bidder shall demonstrate his ability by meeting all requirements herein stipulated, if asked for them. CONTRACT DOCUMENTS It is intended that the Montana Public Works Standard Specification, 6'11 Edition(MPWSS), shall be used to govern the contractual and performance aspects of this project,and is hereby incorporated as part of these CONTRACT DOCUMENTS, as modified by the City of Bozeman Modifications to Montana Public Works Standard Specifications 6'1'Edition(COB MODS), dated March 31,2011,including all addenda,which is also hereby incorporated as part of these contract documents,and as further modified herein by the City of Bozeman. All standard forms of MPWSS shall be utilized in executing these CONTRACT DOCUMENTS unless otherwise noted or revised in the bound bid document. The complete CONTRACT DOCUMENTS which comprise this entire document, and are made a part hereof, consist of the following: Invitation to Bid............................ Bound Herein Instructions to Bidders.................. Bound Herein Bid Form...................................... Bound Herein Bid Bond...................................... Bound Herein Agreement Form...........................Bound Herein Payment Bond..............................MPWSSBound Herein Performance Bond........................MPWSSBound Herein Standard General Conditions........MPWSS Supplementary Conditions............MPWSS/Bound Herein Miscellaneous Forms Notice of Award..................MPWSS Notice To Proceed............. MPWSS Change Order.....................MPWSS Work Directive Change.......MPWSS Application For Payment (Guidance Only)............... MPWSS Certificate of Substantial Completion........................MPWSS Wage Rates...................................Bound Herein Special Provisions..........................Bound Herein Technical Specification...................MPWSS; COB MODS - - Appendix-A--Standur_d-Drawings_..--._.-1V —WSS Bound-Herein - Appendix B—Work Vicinity Maps, Estimated Quantities...... Bound Herein EXAMINATION OF CONTRACT DOCUMENTS AND SITE Before submitting a bid, each Bidder 2 INSTRUCTIONS TO BIDDERS must (a) examine the Contract Documents thoroughly (b) visit the site to familiarize himself with location conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances,rules and regulations that may in any manner affect cost,progress or performance of the Work; and(d) study and carefully correlate Bidder's observations with the Contract Documents. Any Bidder may,upon request,examine those reports of investigations and tests of subsurface and latent physical conditions at the site (if any) which have been relied upon in preparing the drawings and specifications. These reports are not guaranteed as to accuracy or completeness,nor are they part of the Contract Documents. Before submitting his Bid each Bidder will, at his own expense, make such additional investigations and tests as the Bidder may deem necessary to determine his Bid for performance of the Work in accordance with the time, price and other terms and conditions of the Contract Documents. On request, Owner will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his Bid. Any administrative requirements and associated costs of such investigations are the responsibility of the Bidder. The lands upon which the Work is to be performed, rights-of-way for access thereto and other lands designated for use by Contractor in performing the Work are identified in the specifications or on the drawings. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this section and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the work. Where logs of test borings are included in the contract plans,it is agreed that such logs do not constitute a part of the contract and are included only for the convenience of the bidder or Contractor and do not relieve him of his duties under this section or of any other responsibility under the contract. No information derived from any inspection of records of investigation or compilation thereof made by the Owner will in any way relieve the bidder or Contractor from properly performing his obligations under the contract. UNDERGROUND UTILITIES The location of underground utilities as shown on the drawings is approximate and the Owner assumes no responsibility for determining the exact location. The Contractor shall note the reference to utility lines and service lines for various utilities as noted on the drawings and that the approximate location may or may not be given. The Contractor shall make written inquiry of the related utility agency to determine the location of underground utilities in the project area. INTERPRETATION OF CONTRACT DOCUMENTS If any person contemplating submitting a Bid for the proposed contract is in doubt as to the true meaning of any part of the specifications, or other proposed Contract Documents, he may submit to the Owner a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any 3 INSTRUCTIONS TO BIDDERS interpretation of the proposed documents will be made only by an addendum duly issued and a copy of any such addendum will be mailed or delivered to each person receiving a set of such documents. TIME OF COMPLETION The time of completion of the work is a basic consideration of the Contract. It will be necessary that the Bidder satisfy the Owner of his ability to complete the work within the stipulated time. ADDENDA Any addenda issued during the time of bidding, or forming a part of the Contract Documents loaned to the Bidder for the preparation of his proposal,shall be covered in the Bid and shall be made a part of the Agreement. Receipt of each addendum shall be acknowledged in the Bid. Any Bid in which all issued addenda are not acknowledged will be considered incomplete and will not be read. PROPOSAL The bidder shall submit his proposal on the forms bound in these Contract Documents. Neither the proposal nor any other pages bound herein or attached hereto shall be detached. Proposals shall be in a sealed envelope and addressed to: City Clerk City Hall 121 N. Rouse Avenue P.O. Box 1230 Bozeman, MT 59771-1230 The envelope shall also contain the following information: Name of Project: City of Bozeman 2018 Sidewalk Installations and Repairs and Pedestrian Ramps Name of Contractor: Montana Certificate of Contractor Registration No. Acknowledge Receipt of Addendum No.: , In the lower left hand corner of the envelope print or type: BID DOCUMENTS -DO NOT OPEN UNTIL 2:00 P.M., June 5, 2018. Proposals shall be made in accordance with the following instructions: _ _ __A._ __Submit_one copy of the complete bound_document-in-an opaque-sealed-envelope:DO NOT REMOVE THE PROPOSAL NOR ANY OTHER PAGES FROM THE BOUND CONTRACT DOCUMENT. 4 INSTRUCTIONS TO BIDDERS B. Bids shall be made in ink upon the unaltered Bid Proposal Form supplied with these documents. C. All blank spaces must be properly filled. D. The total bid price must be stated in both writing and in figures. In case of a discrepancy between unit price and total bid price,the unit prices or lump sum prices shall be used in computing the total bid price. E. The proposal form shall contain no additions,conditions,stipulations,erasures,or other irregularities. F. The proposal must acknowledge receipt of all addenda issued. G. The proposal must be signed in ink and display the bidder's name, address, and current Montana Contractor's License Number. H. The proposal must include a completed and signed Non-discrimination affirmation form. SIGNING OF BIDS Bids which are not signed by individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. Bids which are signed for a co-partnership shall be signed by all of the co-partners or by an attorney-in- fact. If signed by an attorney-in-fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid. Bids which are signed for a corporation shall have the correct corporate name thereof signed in handwriting or in typewriting and the signature of the president or other authorized officer of the corporation shall be manually written below the written or typewritten corporate name following the work: By: Corporate Seal Title: If bids are signed for any other legal entity, the authority of the person signing for such legal entity 5 INSTRUCTIONS TO BIDDERS should be attached to the bid. BID REQUIREMENTS The bidder is expected to base his bid on materials and equipment complying fully with the plans and specifications and, in the event he names in his bid materials or equipment which do not conform, he will be responsible for furnishing materials and equipment which fully conform at no charge in his bid price. Before submitting a proposal,each Contractor should read the complete Contract Documents(including all addenda), specifications and plans, including all related documents containing herein, all of which contain provisions applicable not only to the successful bidder, but also to his subcontractors. BID QUANTITIES Bidders must satisfy themselves by personal examination of the locations of the proposed work and by such other means as they may prefer as to the correctness of any quantities. The estimated unit quantities of the various classes of work to be done under this contract are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. The Contractor agrees that,during progress of the work, the Owner may find it advisable to omit portions of the work, to increase or decrease the quantities as may be deemed necessary or desirable, that the actual amount of work to be done and materials to be furnished may differ from the estimated quantities, and that the basis for payment under this contract shall be the actual amount of work done and the materials furnished. The Contractor agrees that he will make no claim for damages, anticipated profits or otherwise on account of any difference which may be found between quantities of work actually done and the estimated quantities. MODIFICATION AND WITHDRAWAL OF BID 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. 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. ACCEPTANCE AND REJECTION OF THE BIDS The Owner reserves the right to accept or reject the Bids, or portions of Bids if denoted in the Bid as separate schedules,and to award more than one Bid or _schedule for the same Bid-if any of the aforementioned combination of_Bids-or_schedules will be-in the best interest of the Owner. The Owner reserves the right to waive irregularities in any Bid submitted,or reject nonconforming,non-responsive or conditional Bids and to correct arithmetical errors in the Bid prior to comparison. 6 INSTRUCTIONS TO BIDDERS SUBCONTRACTORS Within seven days after Bids are opened,the apparent low Bidder,and any other Bidder so requested, shall submit a list of all Subcontractors he expects to use in the work. An experience statement with pertinent information as to similar projects and other evidence of qualification shall be furnished for each named subcontractor,if requested by the Owner. If the Owner or Engineer after due investigation has reasonable objection to any proposed Subcontractor,they may, before giving the Notice of Award,request the apparent low Bidder to submit an acceptable substitute. If the substitution results in an increase in the Bid, a corresponding adjustment will be made in the contract price. If the apparent low Bidder declines to make any such substitution,the contract may not be awarded to such Bidder,but Bidder's refusal to substitution will not constitute grounds for forfeiture of Bid Security. Any subcontractor so listed and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to the Owner and Engineer. Contractor shall not be required to employ any subcontractor against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by Owner prior to the Notice of Award will be required in the performance of the work. The Contractor shall be required to perform at least 40 percent of the original contract cost (excluding cost of Traffic Control) with the Contractor's organization. Where an entire item is subcontracted, the percentage of the work subcontracted is based on the original contract item unit price. When a portion of an item is subcontracted, the percentage of the work subcontracted will be based on either the subcontract item unit price or on an estimated percentage of the contract item unit price, determined by the City Engineer. An item will not be considered partially subcontracted unless the prime contractor performs a portion of the work (equipment, materials or labor). If the same item is subcontracted at multiple levels, the cost is only accounted for at the first level. When an item added by change order is subcontracted, the cost of the item does not count towards the required contract performance. AWARD OF CONTRACT The award of contract,if awarded,will be made within the period specified in the Invitation To Bid to the lowest responsible Bidder whose Bid complies with all the requirements prescribed herein. The successful Bidder will be notified by letter,mailed to the address shown on the Bid, that his Bid has been accepted and that he has been awarded the contract. Bidders must bid all schedules, only one contract will be awarded. CANCELLATION OF AWARD The Owner reserves the right to cancel the award of any contract at any time before the complete execution of the Agreement by all parties without any liability against the Owner. RETURN OF BID GUARANTEE All Bid guarantees,except those of the three lowest Bidders,will be returned immediately following the opening and checking of the Bids. The Bid guarantees of the unsuccessful of the three lowest Bidders will be returned within ten(10)days following the award of the 7 INSTRUCTIONS TO BIDDERS contract. The Bid guarantee of the Bidder to whom the contract is awarded will be returned when said Bidder has executed an Agreement and filed satisfactory Performance and Payment Bonds as hereinafter stipulated. PERFORMANCE AND PAYMENT BONDS The Contractor to whom the contract is awarded will be required to furnish a Performance Bond and a Payment Bond in favor of the Owner each in an amount equal to one-hundred percent (100%) of the Agreement amount. The Bonds shall be executed on the forms bound herein, signed by a surety company authorized to do business in the State of Montana, and acceptable as a surety to the Owner and countersigned by a Montana Resident Agent. With the Bonds, there shall be filed with the Owner one copy of Power of Attorney certified to include the date of the Bond. EXECUTION AND APPROVAL OF AGREEMENT The Agreement shall be signed by the successful Bidder and returned, together with the contract Bonds, within the time shown on the Bid. If the Agreement is not executed by the Owner within fifteen(15) days following receipt from the Bidder of the signed Agreements and Bonds,the Bidder shall have the right to withdraw his Bid without penalty. No Agreement shall be considered as effective until it has been fully executed by all of the parties thereto. FAILURE TO EXECUTE AGREEMENT Failure to execute the Agreement and furnish a Performance Bond and Payment Bond shall be j ust cause for annulment of the award. in the event of such annulment of the award, the Bid guarantee shall be forfeited to the Owner, not as a penalty but as liquidation of damages sustained. Award may then be made to the next lowest responsible and qualified Bidder,or the work may be re-advertised as the Owner may decide. BOUND COPY OF CONTRACT DOCUMENTS None of the Instructions to Bidders,Bid Form,Bond forms,Agreement,contract stipulations,or other specifications shall be removed from the bound copy of Contract Documents prior to submission of Bid. PAYMENTS Payment for all work performed under this Agreement will be made by the Owner within the time period specified in and in accordance with the procedures outlined in the General Conditions. Payments made after the time limit will be subject to interest at the rate specified in the Agreement. When the work extends beyond thirty(30)days,progress payments will be made monthly for any work accomplished during the preceding month, but subject to retainage as specified elsewhere. PREVAILING WAGE RATES On all projects and contracts with the Owner, Contractor and all subcontractors shall pay for all labor employed the standard prevailing rate of wages. The standard prevailing rate of wages as used herein means that standard prevailing rate of wages in the locality where the work is to be performed as determined by the Montana Commissioner of Labor pursuant to MCA 18- 2-402 and as bound herein. The Contractor and subcontractors are directed to the Montana 8 INSTRUCTIONS TO BIDDERS Commissioner of Labor for information on the standard prevailing rate of wages applicable to this contract within this area. Each contractor and employer shall maintain payroll records in a manner readily capable of being certified for submission under 18-2-423,Montana Code Annotated(MCA),for not less than 3 years after the contractor's or employer's completion of work on the project. POSTING Contractor shall post in a prominent and accessible place on the site of the work a legible statement of all wages to be paid to the employees. LOCAL LABOR Contractor shall give preference to the employment of Montana residents in accordance with applicable portions of Title 18, Chapter 2, Part 4, MCA. MONTANA CONTRACTOR REGISTRATION REQUIREMENTS No bids will be considered that do not carry the Bidder's Certificate of Contractor's Registration number on the envelope containing the Bid and on the Bid. Information pertaining to the Montana Contractor Registration requirements may be obtained from the Montana State Department of Revenue, Helena, Montana. (1-406-444-7734) ADDITIONAL CONTRACTOR LICENSE FEE(MONTANA CONTRACTORS GROSS RECEIPTS TAX) In accordance with Title 15, Chapter 50, MCA, the Owner shall withhold, in addition to other amounts withheld as provided by law or specified herein, 1 percent (1%) of all payments due the Contractor and shall transmit such moneys to the Montana Department of Revenue. BIDDER PREFERENCE In accordance with the provisions of Title 18, Chapter 1, Part 1, MCA, a preference 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. CITY OF BOZEMAN BUSINESS LICENSE All Contractors conducting work within the City of Bozeman are required to have a current Business License. Applications for Business Licenses may be obtained at 20 E. Olive St, Bozeman, Montana. 9 INSTRUCTIONS TO BIDDERS BID FORM 2018 SIDEWALK IMPROVEMENTS PROJECT CITY OF BOZEMAN BOZEMAN, MONTANA 59771 TO: City Clerk P.O. Box 1230 Bozeman, Montana 59771-1230 THE UNDERSIGNED BIDDER, having familiarized himself with the Work required by the Contract Documents, the site(s) where the work is to be performed, local labor conditions and all laws, regulations,municipal ordinances and other factors which may affect the performance of the Work,and having satisfied himself of the expense and difficulties attending performance of the work: HEREBY PROPOSES and agrees, if this bid is accepted, to enter into an Agreement, in the form attached, to perform all work for the replacement of concrete sidewalks and installation of pedestrian ramps, including the assumption of all obligations, duties, and responsibilities necessary for the successful completion of the contract and the furnishing of all materials and equipment required to be incorporated in, and form a permanent part of, the work; tools, equipment, supplies, transportation, facilities, labor, superintendence, and services required to perform the Work; Bonds, Insurance and Submittals; all as indicated or specified in the Contract Documents to be performed or furnished by Contractor within the time and for the prices set forth in the following schedules. The undersigned bidder agrees to be bound by this Bid for a period not to exceed that specified in the Invitation to Bid. The undersigned Bidder agrees to furnish the required Bonds and to enter into a contract within fifteen (15) calendar days after Owner's acceptance of this Bid, and further agrees to complete all Work within 60 (sixty)consecutive calendar days after commencement of the contract time as defined in the General Conditions. The undersigned Bidder agrees that the unit prices shall govern in checking the Bid, and should a discrepancy exist in the total prices and total amount of Bid as listed above, after extensions are checked and corrections made, if any, the total amount of the Bid as corrected shall be used in awarding the contract. The undersigned Bidder agrees that he has been afforded access to the construction site and has performed those independent site investigations as he deemed necessary. The undersigned Bidder hereby certifies the following: A) That this Bid is genuine and is not made in the interest of, or on behalf of, any undisclosed person, 1 BID FORM firm, or corporation, and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; B) That he has not directly or indirectly solicited any other Bidder to put in a false or sham Bid; C) That he has not solicited or induced any person, firm, or corporation to refrain from bidding; D) That he has not sought by collusion to obtain for himself any advantage over any other Bidder or over the Owner. E) That he is not currently operating beyond the contract time on any previously awarded public works contract as defined and required by Article 15-50-203, MCA, as amended. The undersigned Bidder(s) either singularly or as a joint venture hereby certifies (certify) pursuant to Article 37-71-203,MCA, that he (they) is (are) duly and regularly licensed. BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sums: BID SCHEDULE SCHEDULE 1 —NEW SIDEWALK—W. GRAF STREET NO. ITEM UNIT UNIT PRICE QUANTITY TOTAL PRICE (Figures) (Figures) 101 6"Concrete S.F. $ 660 $ in place TOTAL, BASE BID - SCHEDULE 1 $ (SCHEDULE 1 BASE BID TOTAL - WRITTEN WORDS 2 BID FORM ................. low of submitted in conformity with an agreement or rules of an group, firm, or corporation, and is n ty y g Y g p, association, organization, or corporation; t solicited an other Bidder to put in a false or sham Bid; B) That he has not directly or indirectly sol y C) That he has not solicited or induced any person, firm, or corporation to refrain from bidding; D) That he has not sought by collusion to obtain for himself any advantage over any other Bidder or over the Owner. E) That he is not currently operating beyond the contract time on any previously awarded public works contract as defined and required by Article 15-50-203,MCA, as amended. The undersigned Bidder(s) either singularly or as a joint venture hereby certifies (certify) pursuant to Article 37-71-203, MCA,that he (they) is (are) duly and regularly licensed. BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or limp sums: BID SCHEDULE SCHEDULE 1 —NEW SIDEWALK—W. GRAF STREET NO. ITEM UNIT UNIT PRICE QUANTITY TOTAL PRICE (Figures) (Figures) 101 6" Concrete S.F. $ 660 $ 5�(_) 5 . O 0 in place TOTAL BASE BID - SCHEDULE 1 $ f5 0 9 0� (SCHEDULE 1 BASE BID TOTAL -WRITTEN WORDS 2 BID FORM I SCHEDULE 2—PEDESTRIAN RAMPS NO. ITEM UNIT UNIT PRICE QUANTITY TOTAL PRICE (Figures) (Figures) 201 Concrete removal S.F. $ O� 4,194 $ � 14� � 00 and disposal 202 Combined concrete L.F. $ ® 512 $ V� 2 • 0 curb & gutter 203 6" Concrete S.F. $ ) o , oy 1,491 $ 00 in place 204 4" Concrete S.F. $ , ®0 1,553 $ f �'�� 00 in place 205 Concrete fillet S.F. $ 2 7- 30 $ . 00 206 Detectable warning S.F. $ °� 310 $ • 00 207 3" thickness of asphalt S.F. $ 243 $ 2::"2.� � concrete pavement surface course, grade B. 208 Misc. Work $ $1.00 5,000 $ 5,000.00 TOTAL BASE BID - SCHEDULE 2 $ b (SCHEDULE 2 BASE BID TOTAL - WRITTEN WORDS) r 3 BID FORM x e SCHEDULE 3 —SIDEWALK REPAIRS S NO. ITEM UNIT UNIT PRICE QUANTITY TOTAL PRICE (Figures) (Figures) } 301 Concrete removal S.F. $ 4,512 $ d, 3�'d. and disposal 302 6" Concrete S.F. $ 391 $ 1 b . 00 in place t 303 4" Concrete S.F. $ 4,024 in place 304 Combined concrete L.F. $ 00 33 $ 1 1 $` � 0 0 curb & gutter 305 3"thickness of asphalt S.F. $ �a ®� 65 $ I`A �o o o P , concrete pavement surface course, grade B. TOTAL BASE BID - SCHEDULE 3 $ �9 05 ) . �d LA S eL Y1 one, / (SCHEDULE 3 BASE BID TOTAL - VMITTEN WORDS) TOTAL BASE BID - SCHEDULES 1, 2, and 3 $ fine, hmO( e;ghh n otl�"d Fiflq e( 6W- doaa � (SCHEDULES 1, 2, A and BASE BID TOTAL'- WRIT TE WORDS) 4 BID FORM The undersigned Bidder acknowledged receipt of the following Addenda,which have been considered in preparation of this Bid: No. Dated No. Dated No. Dated Submitted this .' day of , 2018. SIGNATURE OF BIDDER: Montana Contractor Registration Number If an individual: doing business as If a Partnership: by partner 1 If a Corporation: � �5�� �V1 C (a) get 7 I 4-1 k Gi "J E by (Seal & Title Attest) Business Address of Bidder: � > If Bidder is a joint venture, other party must sign below: 5 BID FORM f NON-DISCRIMINATION AFFIRMATION FORM S v [name of entity submitting]hereby affirms it will not discriminate on the basis of race,color,religion, creed,sex, age,marital status,national origin,or because of actual or perceived sexual orientation, gender identity or disability in the performance of work performed for the city of Bozeman,if a contract is awarded to it,and also recognizes the eventual contract,if awarded,will contain a provision prohibiting discrimination as described above and that this prohibition shall apply to the hiring and treatment of the v�'_q 51Q -i-c . [name of entity submitting] employees and to all subcontracts it enters into in performance of the agreement with the city of Bozeman. Signature of Bidder: Person autho ized to sign on behalf of the bidder ? i N., t NOTICE OF AWARD Dated: L)Ivy 11Z �101� TO: Treasure State,Inc. ADDRESS: P.O. Box 588,Belgrade,MT 59714 PROJECT: City of Bozeman 2018 Sidewalk Improvements Project CONTRACT FOR: installation and repair of concrete sidewalks, and installation of street corner 1 pedestrian ramps (Schedules 1,2, and 3). You are notified that your Bid dated June 5,2018,for the above Contract has been considered. You are the apparent Successful Bidder and have been awarded a Contract for installation and repair of concrete sidewalks, and installation of street corner pedestrian ramps The Contract Price of your Contract is: one hundred eighty nine thousand fifty eight and 25/100 Dollars ($189,058.25). Three copies of the proposed Contract Documents accompany this Notice of Award. You must comply with the following conditions precedent within fifteen(15)days of the date of this Notice of Award,that is, by Ji ,, 16) . ` 1. You must deliver to the OWNER 3 fully executed counterparts of the Agreement including all the h Contract Documents and Drawings. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instruction to Bidders(page 7),General Conditions(paragraph 5.01)and Supplementary Conditions (paragraph SC-5.02). 3. List other conditions precedent: You must deliver with the executed Agreement the Certificates of Insurance as specified in p the General Conditions (paragraph 5.03)and Supplementary Conditions(paragraph SC-5.04). q Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned,to annul this Notice of Award, and to declare your Bid Security forfeited. 5 Within ten (10) days after you comply with these conditions, OWNER will return to you one fully signed counterpart of the Agreement with the Contract Documents attached. CITY OF BOJEMAN, NTANA ATTEST: �V �Off.$02 BY: BY: '°Fy�. r �•�Lrp'' CITY MANAGER • r � ) f �y (CITY CLERI{) • �, �{ • DATE: {' 13 � � - U: �y-�V`;�'=r •�. 1883 0 9�IN Co. IV 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): SURETY (Name and Address of Principal Place of Business): OWNER(Name and Address): BID Bid Due Date: Description (Project Name and Include Location): BOND Bond Number: Date(Not earlier than Bid due date): Penal sum $ (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 (Seal) (Seal) Bidder's Name and Corporate Seal Surety's Name and Corporate Seal By: By: Signature Signature (Attach Power of Attorney) Print Name Print Name Title Title Attest: Attest: Signature Signature Title Title Note:Above addresses are to be used for giving any required notice. Provide execution by any additional parties, such as joint venturers, if necessary. EJCDC C-430 Bid Bond(Penal Sum Form) Prepared by the Engineers Joint Contract Documents Committee. Page 1 of 2 PENAL SUM FORM 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 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 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) Prepared by the Engineers Joint Contract Documents Committee. Page 2 of 2 4 AGREEMENT FORM A, THIS AGREEMENT is dated as of the IV day of in the year 2018 , by and between CITY OF BOZEMAN,hereinafter called OWNER,and Treasure State, Inc. hereinafter called CONTRACTOR. P OWNER AND CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicate p p d in the o Contract Documents. The project work is generally described as follows: sidewalk installations and repairs, and pedestrian ramp installations. The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: City of Bozeman 2018 Sidewalk Improvements Project. Article 2. CONTRACT TIME. 2.1 The Work will be completed within 60 1 days after the date when the contract time commences to run as provided in the General Conditions. Final payment will be withheld until final completion and acceptance of the Work, as stipulated in this Agreement. 2.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence in this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified above,plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving,in a legal or arbitration proceeding,the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly,instead of requiring any such proof,OWNER and CONTRACTOR agree that as liquidated damages for delay(but not as a penalty) CONTRACTOR shall pay OWNER one hundred dollars ($ 100.00) for each day that expires after the time specified herein until the Work is substantially complete. Article 3. CONTRACT PRICE. P 3.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents the sum(subject to adjustment as provided in the Contract Documents) of one hundred eighty nine thousand fifty eight and 25/100 Dollars ($ 189,058.25 ). l Article 4. PAYMENT PROCEDURES. CONTRACTOR shall submit applications for payment in accordance with the General Conditions. Applications for payment will be processed as provided in the General Conditions. 4.1 Progress Payments. OWNER will make progress payments monthly on account of the contract price on the basis of CONTRACTOR'S application for payment as recommended by ENGINEER All progress payments will be on the basis of the progress of the Work measured by the schedule of values provided for in the General Conditions. 4.1.1 The OWNER may retain five (5) percent of the amount due the CONTRACTOR in accordance with the General Conditions and as outlined herein. 4.2 Final Payment. Upon final completion and acceptance of the Work in accordance with the General Conditions,OWNER shall pay the remainder of the contract price as recommended by ENGINEER. Article 5. INTEREST. All monies not paid when due hereunder shall bear interest at the simple rate established by the Federal Cost of Money Rate commencing at the time of a claim. Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1 CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, locality, and with all local conditions and federal, state and local laws, ordinances,rules and regulations that in any manner may affect cost,progress or performance of the Work. 6.2 CONTRACTOR has studied carefully all reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost,progress or performance of the Work which were relied upon by ENGINEER in the preparation of the drawings and specifications and which have been identified in the modifications to the General Conditions. 6.3 CONTRACTOR has made or caused to be made examinations,investigations and tests and studies of such reports and related data in addition to those referred to above as he deems necessary for the performance of the Work at the contract price,within the contract time and in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations,tests, reports or similar data are or will be required by CONTRACTOR for such purposes. 6.4 CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.5 CONTRACTOR has given ENGINEER written notice of all conflicts,errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 7. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR are attached to this Agreement, made a part hereof and consist of the following: 7.1 This Agreement. 7.2 Exhibits to this Agreement (if any). 7.3 Performance Bond, Payment Bond, and Bid Bond. 7.4 Invitation to Bid. 7.5 Instructions to Bidders and Bid Form. 7.6 Certificate(s) of Insurance. 7.7 General Conditions (by reference). 7.8 Supplementary Conditions. 7.9 Wage Rates. 7.10 Special Provisions and Measurement and Payment. 7.11 Montana Public Works Specifications, Sixth Edition,and City of Bozeman Modifications to Montana Public Works Standard Specifications Sixth Edition, March 31, 2011 (by reference). 7.12 Appendix A and Appendix B. 7.13 Addenda listed on the Bid forms. 7.14 CONTRACTOR'S executed Bid forms. 7.15 Documentation submitted by CONTRACTOR prior to Notice of Award. 7.16 Notice of Award. 7.17 Notice to Proceed. 7.18 Any modification, including Change Orders, duly delivered after execution of Agreement. 7.19 Any Notice of Partial Utilization. 7.20 Notice of Substantial Completion. 7.21 Notices of Final Completion and Acceptance. There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be altered, amended or repealed by a modification(as defined in the General Conditions). Article 8. MISCELLANEOUS. 8.1 Terms used in this Agreement which are defined in the General Conditions shall have the meanings indicated in the General Conditions. 8.2 This Agreement and all of the covenants hereof shall inure to the benefit of and be binding upon the OWNER and the CONTRACTOR respectively and his partners, successors, assigns,and legal representatives. Neither the OWNER nor the CONTRACTOR shall have the right to assign, transfer or sublet his interest or obligations hereunder without written consent of the other party. The OWNER reserves the right to withdraw at any time from any subcontractor where Work has proven unsatisfactory the right to be engaged in or employed upon any part of the Work. 8.3 In the event it becomes necessary for either party to this Agreement to retain an attorney to enforce any of the terms or conditions of this Agreement or to give any notice required herein, then the prevailing party or the party giving notice shall be entitled to reasonable attorney's fees and costs. 8.4 Any amendment of modifications of this Agreement on 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. P 8.5 The Contractor agrees not to discriminate in the fulfillment of this Agreement on the basis of race, color, religion, creed, sex, age, marital status, national origin, or actual or perceived sexual orientation,gender identity or disability. The Contractor agrees this requirement shall apply to the hiring and treatment of the Contractor's employees and to all subcontracts. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. (CONTRACTOR) By (SEAL &) (ATTEST) AA (JOINT VENTURE) By (SEAL &) (ATTEST) Title Cijy PfBozeman (O` R) By (CITY MANAGER) (SEAL &) ,�' $ oZ J (ATTEST) :' O ,. ' ' ' • .• �{••pry APPROVED AS TO FORM: •, J aa3 . ( � a L� TjNCO (CITY ATTORNEY) 1 I PERFORMANCE BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR(Name and Address): SURETY(Name, and Address of Principal Place of Business): Treasure State, Inc. PO Box 588 North American Specialty Insurance Company Belgrade, MT 59714 1450 American Lane, Suite 1100 OWNER(Name andAddress): Schaumburg, IL 60173 City of Bozeman 121 N Rouse, Suite 201, PO Box 1230 Bozeman, MT 59771-1230 CONTRACT Effective Date of Agreement: 7 f/$l/8 Amount: $189,058.25 One Hundred Eighty Nine Thousand Fifty Eight Dollars and 25/100 Description (Name and Location): 2018 Sidewalk Improvements Project, Bozeman, Montana BOND Bond Number: 2274751 Date(Not earlier than Effective Date of Agreemenf): -7//0//8 Amount: $189,058.25 One Hundred Eighty Nine Thousand Fifty Eight Dollars and 25/100 Modifications to this Bond Form: Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Performance Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL SURETY Treasure State, Inc. (Seal) North American Specialty Insurance Compan ��```�L�Arr;�' eal) Contractor's Name and Corporate Seal Surety's Name and Corporate Seal �Ut .St;L W_x 1973 R.Fc Si re Signature(Attach Power of �,nmulac,�� 1 , , tf g�✓� Naomi Gerber Print Name <J Print Name t4r� S;d e I,\ -}-- Attorney-in-Fact Title itle, Attest: Attest: oD SignatU/Y6Signature Allan Hultgren 0 G JA Witness Title Title Note: Provide execution by additional parties, such as joint venturers, if necessary. Contractor and Surety,jointly and severally, bind themselves, their heirs, of the Contract,which is incorporated herein by reference. executors,administrators,successors,and assigns to Owner for the performance MCDC C•610 Performance Bond Prepared by the Engineers Joint Contract Documents Committce, Page 1 of 2 I. If Contractor performs the Contract, Surety and Contractor have no 5. After Owner has terminated Contractor's right to complete the Contract, obligation under this Bond,except to participate in conferences as provided in and if Surety elects to act under Paragraph 3.1, 3.2,or 3.3 above, then the Paragraph 2.1. responsibilities of Surety to Owner shall not be greater than those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner under the Contract.To the limit of the amount of 2. If there is no Owner Default,Surety's obligation under this Bond shall this Bond,but subject to commitment by Owner of the Balance of the Contract arise after: Price to mitigation of costs and damages on the Contract,Surety is obligated 2.1 Ownerhas notified Contractor and Surety,at the addresses described without duplication for: in Paragraph 9 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a 5.1 The responsibilities ofContractorforcorrectionofdefective Work conference with Contractor and Surety to be held not later than 15 and completion of the Contract; days afterreccipt ofsuchnotice to discuss methods ofperforming the 5.2 Additional legal, design professional, and delay costs resulting Contract.IfOwner,Contractor,and Surety agree,Contractorshall be from Contractor's Default, and resulting from the actions of or allowed a reasonable time to perform the Contract, but such an failure to act of Surety under Paragraph 3;and agreement shall not waive Owner's right, if any,subsequently to 5.3 Liquidated damages,or if no liquidated damages are specified in declare a Contractor Default;and the Contract,actual damages caused by delayed performance or 2.2 Owner has declared a Contractor Default and formally terminated non-performance of Contractor. Contractor's right to complete the Contract, Such Contractor Default shall not be declared earlier than 20 days after Contractor 6. Surety shall not be liable to Owner or others for obligations of Contractor and Surety have received notice as provided in Paragraph 2.1;and that are unrelated to the Contract,and the Balance of the ContractPricc shall not 2.3 Owner has agreed to pay the Balance of the Contract Price to: be reduced or set off on account of any such unrelated obligations.No right of 1. Surety in accordance with the terms of the Contract;or action shall accrue on this Bond to any person or entity other than Owner or its 2. Another contractor selected pursuant to Paragraph 3.3 to hews,executors,administrators,or successors. perform the Contract. 7. Surety hereby waives notice of any change,including changes of time,to 3. When Owner has satisfied the conditions of Paragraph 2,Surety shall Contract or to related subcontracts,purchase orders,and other obligations. promptly,and at Surety's expense,take one of the following actions: 8. Any proceeding,legal or equitable,under this Bond may be instituted in 3.1 Arrange for Contractor,with consent of Owner, to perform and any court of competent jurisdiction in the location in which the Work or part of complete the Contract;or the Work is located,and shall be instituted within two years after Contractor 3.2 Undertake to perform and complete the Contract itself,through its Defaultor within two years after Contractorceased working orwithin twoyears agents or through independent contractors;or after Surety refuses or faits to perform its obligations under this Bond, 3.3 Obtain bids or negotiated proposals from qualified contractors whichrveroccurs first.If theprovisions of thisparagraph are void orprohibited acceptable to Owner fora contract forperformance and completion by law,the minimum period of limitation available to sureties as a defense in of the Contract,arrange for a contract to be prepared for execution the jurisdiction of the suit shall be applicable. by Owner and contractor selected with Owner's concurrence,to be secured with performance and payment bonds executed by a 9. Notice to Surety,Owner,or Contractor shall be mailed or delivered to the qualified surety equivalent to the bonds issued on the Contract,and address shown on the signature page. pay to Owner the amount of damages as described in Paragraph 5 in excess of the Balance of the Contract Price incurred by Owner 10. When this Bond has been furnished to comply with a statutory requirement resulting from Contractor Default;or in the location where the Contract was to be performed,any provision in this 3A Waive its right to perform andcomplete,atrangefor completion,or Bond conflicting with said statutory requirement shall be deemed deleted obtain a new contractor,and with reasonable promptness under the herefrom and provisions conforming to such statutory requirement shall be circumstances: deemed incorporated herein.The intent is that this Bond shall be construed as a I. After investigation,determine the amount for which it may be statutory bond and not as a common law bond, liable to Owner and,as soon as practicable after the amount is determined,tenderpayment therefor to Owner;or 11. Deftnitians. 2. Deny liability in whole or in part and notify Owner citing reasons therefor. 11.1 Balance of the Contract Price: The total amount payable by Owner to Contractor under the Contract after all proper adjustments have 4. If Surety does not proceed as provided in Paragraph 3 with reasonable been made, including allowance to Contractor of any amounts promptness,Surety shall be deemed to be in default on this Bond 15 days after received or to be received by Owner in settlement of insurance or receipt of an additional written notice from Owner to Surety demanding that other Claims for damages to which Contractor is entitled,reduced Surety perform its obligations under this Bond,and Owner shall be entitled to by all valid and proper payments made to or on behalf of enforce any remedy available to Owner. If Surety proceeds as provided in Contractor under the Contract. Paragraph 3A,and Owner refuses the payment tendered or Surety has denied 11.2 Contract: The agreement between Owner and Contractor identified liability,in whole or in part,without further notice Owner shall be entitled to on the signature page, including all Contract Documents and enforce any remedy available to Owner, changes thereto. 11.3 Contractor Default: Failure of Contractor,which has neither been remedied not waived,to perform or otherwise to comply with the terms of the Contract. I1.4 Owner Default: Failure of Owner, which has neither been remedied nor waived,to pay Contractor as required by the Contract or to perform and complete or otherwise comply with the other terms thereof. P. FOR INFORMATION ONLY—(Name,Address and Telephone) rayneVVest insurance, in(;. Surety Agency or Broker: 3289 Gabel Road, Billings, MT 59102 406-238-1914 Owner's Representative(Engineer or other party): EJCDC C-610 Performance Bond Prepared by the Engineers Joint Contract Documents Committee. Page oft PAYMENT BOND Any singular reference to Contractor, Surety,Owner, or other party shall be considered plural where applicable. CONTRACTOR(Name and Address): SURETY(Name, and Address of Principal Place of Treasure State, Inc. Business): PO Box 588 North American Specialty Insurance Company Belgrade, MT 59714 1450 American Lane, Suite 1100 OWNER(Name and Address): City of Bozeman Schaumburg, IL 60173 121 N Rouse,Suite 201,PO Box 1230, Bozeman,MT 59771-1230 CONTRACT Effective Date of Agreement: -7//9 f/f Amount: $189,058.25 One Hundred Eighty Nine Thousand Fifty Eight Dollars and 25/100 Description (Name and Location): 2018 Sidewalk Improvements Project, Bozeman, Montana BOND Bond Number: 2274751 Date(Not earlier than Effective Date of Agreement): 7//0//S Amount: 189,058.25 One Hundred Eighty Nine Thousand Fifty Eight Dollars and 25/100 Modifications to this Bond Form: Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Payment Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL SURETY Treasure State, Inc. (Seal) North American Specialty Insurance Compa111111111 q`°� ' 1) Contractor's Name and Corporate Seal Surety's Name and Corporate SealrAl By: By: Sig at a Signature(Attach Power of Attor a 0 " 11111111��• I Naomi Gerber Print Name Print Name ,--S,(. e -� Attorney-in-Fact Title itle Attest: Attest: Sig na a Signature Allan Hultgren �' Witness Title Title Note: Provide execution by additional parties, such as joint venturers, if necessaty. (b11V001504;1) EJCDC C-615(A)Payment Bond March 2008 Prepared by the Engineers Joint Contract Documents Committee. Page 1 or2 1. Contractor and Surely,jointly and severally,bind themselves,theirheirs, they agree that all funds earned by Contractor in the performance of the executors,administrators,successors,and assigns to Owner to pay for labor, Contract are dedicated to satisfy obligations of Contractor rind Surety under materials,and equipment furnished by Claimants for use in the performance of Ibis Bond,subject to Owner's priority to use the funds for the completion of the Contract,which is incorporated herein by reference. the Work. 2. With respect to Owner, this obligation shall be null and void if 9• Surety shall not be liable to Owner,Claimants,or others for obligations Contractor: of Contractor that are unrelated to the Contract.Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond,and shall 2.1 Promptly makes payment,directly or indirectly,for all sums have under this Bond no obligations to make payments to, give notices on due Claimants,and behalf of,or otherwise have obligations to Claimants under this Bond. 2.2 Defends,indemnifies, and holds harmless Owner from all 10. Surety hereby waives notice of any change,including changes of time,to claims, demands, liens, or suits alleging non-payment by the Contract or to related subcontracts,purchase orders,and other obligations. Contractor by any person or entity who furnished labor, 11. No suit or action shall be commenced by a Claimant under this Bond materials, or equipment for use in the performance of the other than in a court of competent jurisdiction in the location in which the Contract,provided Owner has promptly notified Contractor Work or part of the Work is located or after the expiration of one year from the and Surety(nl the addresses described in Paragraph 12)of date(1)art which the Claimant gave the notice required by Paragraph 4.1 or any claims,demands,liens,or suits and tendered defense of Paragraph 4.2.3,or(2)on which the last labor or service was performed by such claims, demands, liens, or suits to Contractor and anyone or the last materials of equipment were famished by anyone under the Surety,and provided there is no Owner Default. Contract, whichever of(1) or (2) first occurs. If the provisions of this 3. With respect to Claimants, this obligation shall be null and void if pnragraph are void or prohibited by law, the minimum period of limitation Contractor promptly makes payment,directly or indirectly,for all sums due. available to sureties as a defense in the jurisdiction of the suit shall be applicable. 4. Surety shall have no obligation to Claimants under this Bond until: 12. Notice to Surety,Owner,or Contractor shall be mailed or delivered tothe 4.1 Claimants who are employed by or have a direct contract addresses shown on the signature page.Actual receipt of notice by Surety, will)Contractor have given notice to Surety(at the address Owner,or Contractor,however accomplished,shall be sufficient compliance described in Paragraph 12)and sent a copy,or notice thereof, as of the date received at the address shown on the signature page. to Owner,slating that a claim is being made under this Bond and,with substantial accuracy,the amount of the claim. 13. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any 4.2 Claimants who do not have a direct contract with Contractor: provision in this Bond conflicting with said statutory requirement shall be I. Have furnished written notice to Contractor and sent a copy, deemed deleted herefrom and provisions conforming to such statutory or notice thereof,to Owner,within 90 days after having last requirement shall be deemed incorporated herein.The intent is that this Bond performed labor or last famished materials or equipment shall be construed as a statutory Bond and not as a common law bond. included in the claim stating,with substantial accuracy, the 14 Upon request of any person or entity appearing to be a potential amount of the claim and the name of the party to whom the beneficiary of this Bond, Contractor shall promptly furnish a copy of this materials or equipment%were furnished or supplied, or for Bond or shall permit a copy to be made. whom the labor was done or performed;and 2. Have either received a rejection in whole or in part from 15. Definitions Contractor,or not received within 30 days of furnishing the 15.1 Claimant: An individual or entity having.a direct contract above notice any communication from Contractor by which Contractor had indicated the claim will he paid directly or with Contractor, or with a fast tier subcontractor of indirectly;and Contractor,to furnish labor,materials,or equipment for use 3. Not having been paid within the above 30 days,have sent a in the performance of the Contract.The intent of this Bond shall be to include without limitation in the terms `labor, written notice to Surety(at the address described in Paragraph materials or equipment"that part of water,gas,power,light, 12)and sent a copy,or notice thereof,to Owner,slating that a claim is being made under this Bond and enclosing a copy of heat, ail, gasoline, telephone service, or rental equipment the previous written notice furnished to Contractor. used in the Contract,architectural and engineering services required for performance of the Work of Contractor and 5. if a notice by a Claimant required by Paragraph 4 is provided by Owner Contractor's subcontractors,and all other items for which a to Contractor or to Surety,that is sufficient compliance, mechanic's lien may be asserted in the jurisdiction where the labor,materials,or equipment were furnished. 6. Reserved. 15.2 Contract: The agreement between Owner and Contractor 7. Surety's total obligation shall not exceed the amount of this Bond,and identified on the signature page, including all Contract the amount of this Bond shall be credited for any payments made in good faith Documents and changes thereto. by Surety. 15.3 Owner Default: Failure of Owner,which has neither been remedied nor waived,to pay Contractor as required by the 8. Amounts owed by Owner to Contractor under the Contract shall be used Contract,or to perform and complete or otherwise comply for the performance of the Contract and to satisfy claims,if any,under any with the other terms thereof; performance bond.By Contractor furnishing and Owner accepting this Bond, FOR INFORMATION ONLY—(Name,Address,and Telephone)PayneVVest Insurance, Inc. Surety Agency or Broker: 3289 Gabel Road, Billings, MT 59102 406-238-1914 Owner's Representative(Engineer or other): {MW001504;1) EJCDC C-615(A)Payment Bond Mareb 2008 Prepared by the Engineers Joint Contract Documents Committee. Page 2 of 2 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Overland Park,Kansas,and Washington Intemational Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park,Kansas,each does hereby make,constitute and appoint: Naomi Gerber Principal: Treasure State,Inc. Bond Number: 2274751 Obligee: City of Bozeman Bond Amount: See Bond Form Bond Description: 2018 Sidewalk Improvements Project,Bozeman,Montana Its true and lawful Attorney-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of. FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or.facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." \\ns;ZPl'UTYjN//i A e tl UGC "o ...t......hi�iy�ni F s2 By �4i.GOFR?O •.,SG 4oc T'•. 2 23 SEAL 8 Steven P.Anderson,Senior Vice President of Washington International Insurance Company _a��': to `W2 1973 SFA(. • Q�1�q &Senior Vice President of North American Specialty Insurance Company =O: m a r 111111111 m� �\ ae to, error ice President Wa shington gton International nsurance ompany ,,�Vonmi kJoN &Senior Vice President of North American Specialty insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 12th day of October ,2017 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 12th day of October 20 77,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito, Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFI cENNYAL M.HENNY `-� Notary Public-State of Illinois My Commission Expires 12I0412021 ye M.Kenn Notary Public I, Jeffrey Goldberg, the duly elected. __ Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this day of �p ,20 Jeffrey Goldberg,Vice President&Assistant Secretary of Washington Intemational Insurance Company&North American Specialty Insurance Company STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT (See Montana Public Works Standard Specifications 6tv Edition) SECTION 00810 SUPPLETMENTARY CONDITIONS TO TIIE GENERAL CONDITIONS These Supplementary Conditions to the General Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. C-700, 2007 Edition) and other provisions of the Contract Documents as indicated below. All provisions that are not so amended or s'�pplemented rema n in fbil force aid effect. SC -2.01 DELIVERY OF BONDS Add the following to Paragraph: 2.01.A Engineer shall furnish to Contractor six copies of the Agreement and other Contract Documents bound therewith. Contractor shall execute the Agreement, attach executed copies of the required Bonds,Power of Attorney, and Certificate of Insurance and submit all copies to Engineer who will forward them to the Owner. Owner shall execute all copies and return two copies to the Contractor. Owner shall also furnish a counterpart or conformed copy to the Engineer and shall retain three copies. SC—2.03 NOTICE TO PROCEED Delete the first sentence of Paragraph 2.03.A of the General Conditions and insert the following in its place: Following the execution of the Agreement by the Owner and the Contractor, written Notice to Proceed with the Work shall be given by the Owner to the Contractor. The Contract Time will commence to run on the day indicated in the Notice to Proceed. SC e 2.05 BEFORE STARTING CONSTRUCTION Add a new paragraph immediately after paragraph 2.05.A.3 of the General Conditions which is to read as follows: 2.05.A.4 Contractor shall submit a preliminary list of construction equipment with hourly rates, owned or rented by the Contractor and all Subcontractors that will be used in the performance of the Work. The equipment list will include information necessary to confirm the hourly-rates per Paragraph_11.01.A.5.c-of the General Conditions and these Supplementary Conditions including: make, model, and year of-manufacture as well as the horse power, capacity or weight, and accessories. Section 00810—o`-Edition Supplementary Conditions to the General Conditions Page 1 of 12 SC-2.07 INITIAL ACCEPTANCE OF SCBEDULES Delete the first paragraph of 2.07.A of the General Conditions in its entirety and insert the following in its place: Prior to the first application for payment all schedules and documents identified in Varagraph 2.05.A shall be finalized and acceptable to the Engineer and Owner. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer and Owner as provided below. Acceptance of these schedules and documents by either Engineer or Owner will neither impose on Engineer or Owner responsibility for the sequencing, scheduling or progress of the Work and will not interfere with or relieve Contractor from Contractor's full responsibility therefore. Add the following after Paragraph 2.07.A.3: Contractor's Schedule of Construction Equipment will be acceptable to Engineer as to form and substance if it provides the necessary information to reference the equipment and establish the hourly rates in accordance with paragraph 11.01.A.5.c. SC -4.01 AVAILABILITY OF LANDS Add to Paragraph 4.01.0 of the General Conditions the following: If it is necessary or desirable that the Contractor use land outside of the Owner's easement or right-of-way, the Contractor shall obtain consent from the property owner and tenant of the land. The Contractor shall not enter for materials delivery or occupy for any other purpose with men, tools, equipment, construction materials, or with materials excavated from the site, any private property outside the designated construction easement boundaries or right-of-way without written permission from the property owner -and tenant. SC -4.02 -SUBSTJRFACE AND PHYSICAL CONDITIONS Delete the first sentence of 4.02.A and replace with the following: A. Reports and Drawings: The Special Provisions identify: Delete the reference to Si.pplementary Conditions in paragraph 4.02.8 and replace with Special Provisions. Section 00810—6 h Edition Supplernentary Conditions to the Genemll Conditions Page 2 of 12 SC—4.03-DIFFERING SUBSURFACE OR PHYSICAL CONDITIONS Add the following to the end of Paragraphs 4.03.A. Contractor to notify Owner and Engineer in writing about differing subsurface or physical conditions within 15 days of discovery and before disturbing the subsurface as stated above. No claim for an adjustment in the contract price or contract times (or Milestones) will be valid for differing subsurface or physical conditions if procedures of this paragraph 4.03 are not followed. SC-4.04 -UNDERGROUND FACILITIES Add the following new paragraph immediately after Paragraph 4.04.A.2. 3. At least 2 but not more than 10 business days before beginning any excavation, the Contractor shall according to MCA 69-4-501, notify all owners of underground facilities and coordinate the Work with the owners of such underground facilities. The information shown or indicated in the Contract Documents with respect to existing underground facilities is based on information and data nhtairiPd from the owners of the facilities without field exploration, and as such, Owner and Engineer are not responsible for the accuracy or completeness of such information or data. SC-4.06)-_HAZARDOUS ENNIORN1IiENTAL CONDITION AT SITE Change the first sentence of paragraph A to read as follows: T A.1�ReportsCtr�DfLlrlingS: The Special Provisions roJi aiOnS identify titi3.OSe reports.......... SC-5.02 LICENSED SURETIES AND INSURERS Add the following to the end of Paragraph 5.02.A Without limiting any of the other obligations or liabilities of the Contractor, Contractor shall secure and maintain such insurance from an insurance company (or companies) authorized to write insurance in the State of Montana, with minimum "A.M.Best Rating" of A q as will _protect the C autsr;the�rearietts aEts��subEontraeter� e �wr�� - - and the Engineer and their agents and employees from claims for bodily injury, or property damage which may arise from operations and completed operations under this Agreement. Contractor shall not commence work under this Agreement until such insurance has been obtained and certificates of insurance, with binders, or certified Section 00810—6'h Edition Supplementary Conditions to the General Conditions Page 3 of 12 copies of the insurance policy shall have been filed with the Owner and the Engineer. All insurance coverage shall remain in effect throughout the life of the Agreement, except that the Contractor shall maintain the Commercial General Liability Policy including product and completed operations coverage for a period of at least one year following the substantial completion date for property damage resulting from occurrences during the agreement period. SC—5.04 CQNTRACTQR'S LIABILITY INSURANCE Add the following new paragraphs immediately after Paragraph 5.04.B: C. The limits of liability for the insurance required by Paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Law or Regulations: 1. Workers' Compensation, etc. under Paragraphs 5.04.1 and 5.04.2 of the General Conditions. a. State Statutory b. Applicable Federal (e.g.Longshoremans) Statutory C. Employer's Liability $500,000.00 2. Contractor's Liability Insurance under Paragraphs 5.04.A.3 through 5.04. A.6 of the General Conditions which shall also include completed operations and product liability coverage. a. GENERAL AGGREGATE $ 3 000,000.00 b. Products-Completed Operations Aggregate $ 3 000,000.00 C. Personal and Advertising d. Each Occurrence (Bodily Injury and Property Damage) $ 1 000,000.00 e. Coverage will include: 1. Premises- Operations 2. Operations of Independent Contractor 3. Contractual Liability 4. Personal injury 5 Products and Completed Operations h section GvS1,�—L Edition supplementary Conditions to the General Conditions Page 4 of 12 6. Broad Form Property Damage will include explosion, collapse,blasting and underground where applicable. 7. Per Project Aggregate Endorsement 3. Automobile Liability under Paragraph 5.04.A.6 of the General Conditions: a. Bodily Iniury: Each Person $ 500,000.00 P.ar.h Ar.r_.irle,nt 1.000,000,00 Property Damage: Each Accident $1,000,000.00 (or) b. Combined Single Limit $ 1,000,000.00 Coverage to Include 1. All Owned 2. Hired 3. Non-Owned 4. Contractor's Liability Insurance under 5.04.A.3 through 5.04.A.6 may be satisfied by primary insurance or a combination of primary and excess or umbrella Pfi _ . � t v, cc t �nsuranc�. �ll�na�y uc�uza�.��c lhzut cannot 'be cress Than S' ,000,000.00. Deductible not to exceed$5,000.00 per occurrence on property damage. 5. Add a new paragraph at the end of Paragraph 5.04.13. 1 of the General Conditions as follows: The Contractor's insurance coverage shall naiiie the Owner, and Engineer and Engineer's Consultants as an additional insured under Commercial General Liability, Automobile Liability,Excess or Umbrella polices. 6. The Contractual Liability coverage required by Paragraph 5.04.B.4. of the General Conditions shall provide coverage for not less than the following amounts: Each Occurrence $ 1,000,000.00 Aggregate $ 3,000,000.00 Section 00810—6L'Edition Supplementa-y Conditions to the General Conditions Pa-o 5 of 12 SC- 5.04.B.5 CANCELATION NOTICE Amend paragraph 5.04.B.5 of the General Conditions by striking out the words "30 days" and replacing them with the words "45 days" and as so amended paragraph 5,04.B.5 remains in effect. SC -5.06 PROPERTY INSURANCE Delete Article 5.06.A of the General Conditions in its entirety and insert the following in its place: A. Contractor shall purchase and maintain property insurance upon the work at the site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in these Supplementary Conditions or required by Laws and Regulations). This insurance shall: 1. Include the interests of Owner, Contractor, Subcontractors, Sub- Subcontractors Engineer, Engineer's Consultants, and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk "all risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, false work and materials and equipment in transit and shall insure.against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage (other than caused by floods'), and other perils or causes of 'loss as may be specifically required by the Supplementary Conditions. 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to the fees and charges of engineers and architects); 4. cover materials and equipment in transit for incorporation in the Work or stored at the site or at another location prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by Engineer; and 5, be endorsed to allow occupancy and partial utilization of the Work by Owner. Section 00810—6''Edition Supplementary Conditions to the General Conditions i r 1 Gabe a of 2 6. include testing and start-up; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with thirty days written notice to each other additional insured to whom a certificate of insurance has been issued. B. Contractor shall be responsible for any deductible or self-insured retention. C. The policies of insurance required to be purchased and maintained by Contractor in accordance with this Paragraph SC5.06 shall comply with the requirements of Paragraph 5.06.0 of the General Conditions. D. The policies of insurance required to be purchased and maintained by Contractor in accordance with this Article 5.06.A shall comply with the requirements of GC - 5.06.C. The qualifications of the insurance company shall comply with the requirements of SC-5.02.A. SC-6,02 Working Hours Add the following to Paragraph 6.02.B: Regular working hours are defined as 8:00 ANI. to 5:00 P.M. Emergency work may be done withcnrt prier permission. SC-6.04 PROCPE'SS SCHEDULE Delete Paragraph 6.04.A.1 of the General Conditions in its entirety and replace with the following: 1. Contractor shall submit to Engineer with each application for payment an updated progress schedule reflecting the amount of work completed and adjustments to future work. Such adjustments will be acceptable to Engineer as providing an orderly progression of the Work to completion within any specified milestones and the Contract Time. No progress payment will be made to Contractor until the updated schedules are submitted to and acceptable to Engineer and Owner. Review and acceptance of progress schedules by the Engineer will neither impose on Engineer responsibility for the sequencing, scheduling or progress of the Work, nor interfere with or relieve Contractor from Contractor's full responsibility therefore. Section 00810—6 h Edition Supplementary Conditions to the General Conditions Page 7 of 12 SC- 6.13 SAFETY AND PROTECTION Change Supplementary Conditions in paragraph 6.13.0 to Special Provisions. Add new paragraphs to the end of paragraph 6.131 of the General Conditions as follows: G_ It is expressly understood by the parties to this Agreement that the Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and p ogratns in connection wi l lllG Yv Vz h. ittc ilgrtr o1 ui� vwu�i artu LS1bAl1 �1 to observe or otherwise review the Work and operations shall not relieve the 'Contractor from any of his covenants and obligations hereunder. Contractor shall incorporate all safety requirements into his construction progress and work schedules including preconstruction and scheduled monthly safety meetings, posted safety rules, tailgate meetings, and site inspections by safety and other inspectors employed by the Contractor. H. The Contractor shall be responsible for and shall take necessary precautions and provide all material and equipment to protect, shore, brace, support and maintain all underground pipes, conduits, drains, sewers, water mains, gas mains, cables, etc., and other underground construction uncovered in the proximity, or otherwise affected by the construction work performed-by him. All pavement, surfacing, driveways, curbs, walks, buildings, grass areas, trees, utility poles or guy wires damaged by the Contractor's operations in the performance of this work shall be repaired and/or replaced to the satisfaction of the Owner, Engineer, and effected property owner at the Contractor's expense. The Contractor shall also be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, or other public or private property or facility, regardless of location or character, which may be caused by moving, hauling, or otherwise transporting equipment, materials, or men to and from the work or any part of site thereof; whether by him or his subcontractors. The Contractor shall make satisfactory and acceptable arrangements with owner of, or the agency or authority having jurisdiction over, the damaged property or facility concerning its repair or replacement or payment of costs incurred in connection with said damage. I. The Contractor shall conduct his work so as to interfere as little as possible with public travel, whether vehicular or pedestrian. Whenever it is necessary to cross, obstruct, or close roads, driveways, and walks, whether public or private, the Contractor shall obtain approval from the governing party and shall, at his own expense, provide and maintain suitable and safe bridges, detours, and outer *er»porary expedients for the accomYnodation of public and private drives before interfering with them. The provisions for temporary expedients will not be required when tine Contractor has obtained permission from the owner and tenant of the private proper y, or from the au hority having jurisdiction over p,?bluc property in vol_ved,to obstruct traffic at the designated point. Section 00810—6 h Edition sapplementary Conditions to the General Conditions Page 8 of 12 I Safety provisions must be entirely adequate and meet with City or State and Federal regulations to protect the public on these streets and roads. SC- 6.20 INDETVININCATION Add a new paragraph immediately after paragraph 6.20.A. of the General Conditions which is to read as follows: While Owner and Engineer may have the right tinder this Contract to observe or otherwise review the work, progress and operations of the Contractor, it is expressly understood and agreed that such observation shall not relieve the Contractor from any of its covenants and obligations hereunder. SC-9.03 PROJECT REPRESENTATIVE Refer to the Special Provisions for identification of the responsibilities and authority and limitations of the Engineer's Resident Project Representative (if any)- SC- 11.01 COST OF THE WORK Delete paragraph 11.01 .A.5.c of the General Conditions in its entirety and insert the following in its place: 11.01.A.5.c The rental of all construction equipment and machinery and parts Thereof whether rented from Contractor or rented from others. The cost shall be calculated as follows and will include the costs of transportation, loading, unloading, assembly, dismantling and removal thereof for equipment involved only in the changed portion of the work covered under the cost of the Work method. Transportation, loading and assembly costs will not be included for equipment already on the site which is being used for other portions of the Work. The cost of any such equi mcr t, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. Hourly equipment and machinery rates shall be calculated from the Rental Rate Blue Book for Construction Equipment, and the Equipment List submitted according to SC 2.05 and SC 2.07, and as follows: 1. For working equipment, the hourly rate shall be the monthly rental rate divided by 176 hours per month plus the hourly operating cost. 2. For equipment on standby, the hourly rate shall be 50% of the monthly rental rate divided by 176 hours per month, and tine hourly operating cost shall not be applied. J. For specialized equipment rented for a short duration used for change order work or additional work not part of the scope of work bid, the Soction 00$a 0—6"'ELta7on SuDpiimn-entary Conditions to the General Conditions IaP90 12 equipment rental rates will be negotiated prior to the work being performed. SC41.03 UNIT PRICE WORK Delete paragraph 11.03.D.1 and 2 of the General Conditions in its entirety and insert the following in its place: +i +:+., + ,,1 ,-C �f TT ;I IDI;I-UT-11- erfo mPd by Contractor differs h� 1. Lno quan ity o apa L cul Cif 1Lt�111 Vl VitiL t lAVV VAA\� J more than 25010 from the estimated quantity of such item indicated in the Agreement, and 2. the total cost of the particular individual item of Unit Price Work amounts to 10% or more of the Contract Price which is the total sum of all schedules (if any), and SC- 14.02.A APPLICATIONS FOR PA Y1'v1E�l TS Add the following language at the end of paragraph 14.02.A.1 of the General Conditions: Payments for materials in storage shall be based only upon the actual cost of the materials and equipment to Contractor and shall not include any overhead or profit. Bill of Sale, invoice or other document warranting clear title for materials in storage will be waived for the material in storage included in the first progress payment application. However, proof of payment and clear title must be submitted with Application No. 2 for all material included in Application No. 1. Without such documentation amounts paid for materials in storage will be deducted from subsequent payments. Beginning with the second application, all requests for payment for materials in storage shall be accompanied by Bill of Sale, invoice or other document warranting clear title as required above. Add the following to Paragraph 14.02.A.3: Il-1 accordance With state law the Owner may accept deposited securities in lieu of cash retainage. Retainage may be used by the Owner to offset costs for any of the losses enumerated in Paragraphs 14.02.B.5.a through 14.02.B.5.d inclusive, 14.02.D.1.a. through 14.02.D.1.d inclusive, or 15.02.C. In addition retainage may be used by the Owner to protect against loss from failure by the Contractor to complete necessary work and to offset any liquidated damages due Owner. Add a new paragraph after paragraph to 14.02.A.3 to read: 4. Each application for progress payment shall be accompanied by Contractor's updated progress schedule, shop drawing schedule, procurement schedule, and other data specified herein or reasonably required by Owner or Engineer. The Owner reserves the right to require submission of monthly certified payrolls by the Contractor. Section 00810-6t"Edition suppieinentary Conditions to tam venerai Conditions Page 10 of 12 SC—14.02.0 PAYMENT BECOMES DUE Delete Paragraph 14.02.C.1 of the General Conditions in its entirety and insert the following in its place: 1. The Owner will, upon presentation to him of the Contractor's Application for Payment with Engineer's recommendation, review and act upon said payment request once each month on or about the day of each month stipulated by the Owner at.the preconstruction conference. Payment will become due when Owner approves the application for payment and when due, will be paid by Owner to Contractor. SC- 14.02.D.1.c Amend the sentence of Paragraph 14.02.D.1.c to read: ...entitling Owner to a set-off against the amount recommended, including liquidated damages;or... SC-14.03 CONTRACTORS WARRANTY OF TITLE Add the following at the end of Paragraph 14.03.A of the General Conditions: Neither recommendation of any progress payment by Engineer nor payment by the Ovyncr to Contractor, nor any Use or occupancy of the Work or any part thereof will release the Contractor from complying with the Contract Documents. Specifically the Contractor shall maintain in accordance with Article 5, property insurance on all Mork, materials, and equipment whether incorporated in the project or not and whether included in an application for payment or not, for the hull insurable value thereof. Passing title to Owner for materials and equipment included in an application for payment does not relieve the Contractor of the Contractor's obligation to provide insurance (including property insurance) as required in Article 5 of the veneral Conditions and these Supplementary Conditions. All insurance shall remain in effect as provided in Article 5. SC- 14.05 PARTIAL UTILIZATION Add the following to Paragraph 14.05.A: Owner has the right to take possession of or use any completed or su'ostantially completed portions of the work at any time,but such taking possession or use will not be deemed an acceptance of any work not completed in accordance with the Contract Documents. Owner's use of any facilities so identified in the Contract Documents will not be grounds for extension of the contract time or change in the contract price. Owner's use of any facilities not specifically identified in the Contract Documents will be in Section 00010—o edition Supplementarsl Conditions to the General Conditions s age i i of�%' accordance with conditions agreed to prior to such use, and any extra costs or delays in completion incurred and properly claimed by Contractor will be equitably adjusted with a Change Order. Facilities substantially completed in accordance with the Contract Documents which are occupied or used by Owner prior to substantial completion of the entire work will be done in accordance with General Conditions 14.04. Guarantee periods for accepted or substantially completed work including mechanical and electrical equipment will commence upon the start of continuous use by Owner. All tests and instruction of Owner's personnel must be satisfactorily completed, and Owner shall assume responsibility for and operation of all facilities occupied or used except as may arise through portions of work not yet completed by Contractor If the work has been substantially completed and the Engineer certifies that full completion thereof is materially delayed through no fault of the Contractor, the Owner shall, without terminating the Agreement, make payment of the balance due for the portion of the work fully completed and accepted. 5C_ 14.06 FINAL INSPECTTON Add the following to Paragraph 14.06.A: After Contractor has remedied all deficiencies to the satisfaction of the Engineer and delivered all constriction records, maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, and other documents (all as required by the Contract Documents), Owner and Contractor shall be promptly notified in writing by Engineer that the work is acceptable. SC- -117.0I GIVING NOTICE Add the following to Paragraph 17.0l.A: T he mailing address for giving notices to Contractor given in the _A_greement is hereby designated as the place to which all notices, letters, and other communication to Contractor will be mailed or delivered. The mailing address for giving notices to Owner given in the Agreement is hereby designated as the place to which all notices, letters, and other communication to Owner shall be mailed or delivered. Either party may change his address at any time by an instrument in writing delivered to Engineer and to other party. END OF SECTION 00810 ,081 r—6`h`T"dition :ieC:%iGia'v'v i� v 3. supplementary Conditions to the General Conditions Pa,ge 12 of 12 MONTANA PREVAILING WAGE RATES FOR HIGHWAY CONSTRUCTION SERVICES 2018 Effective: January 27, 2018 Steve Bullock, Governor State of Montana Galen Hollenbaugh, Commissioner Department of Labor and Industry To obtain copies of prevailing wage rate schedules, or for information relating to public works projects and payment of prevailing wage rates, visit ERD at www.mtwagehourbopa.com or contact: Employment Relations Division Montana Department of Labor and Industry P. O. Box 201503 Helena, MT 59620-1503 Phone 406-444-5600 TDD 406-444-5549 The Labor Standards Bureau welcomes questions, comments, and suggestions from the public. In addition,we'll do our best to provide information in an accessible format, upon request, in compliance with the Americans with Disabilities Act. MONTANA PREVAILING WAGE REQUIREMENTS The Commissioner of the Department of Labor and Industry, in accordance with Sections 18-2-401 and 18-2-402 of the Montana Code Annotated (MCA), has determined the standard prevailing rate of wages for the occupations listed in this publication. The wages specified herein control the prevailing rate of wages for the purposes of Section 18-2-401, et seq., MCA. It is required 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. GALEN HOLLENBAUHG 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 ......................................................................................... 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 OPERATORSGROUP 3 ............................................................................................................................ 7 OPERATORSGROUP 4 ............................................................................................................................ 8 OPERATORSGROUP 5 ............................................................................................................................ 8 OPERATORSGROUP 6 ............................................................................................................................ 8 OPERATORSGROUP 7 ............................................................................................................................ 8 CONSTRUCTION LABORERS LABORERSGROUP 1 ............................................................................................................................ 9 LABORERSGROUP 2 ............................................................................................................................ 9 LABORERSGROUP 3 ............................................................................................................................ 9 LABORERSGROUP 4 ............................................................................................................................ 10 DIVERS .................................................................................... 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 TRUCKDRIVERS ............................................................................................................................................... 12 2 A. Date of Publication January 27,2018 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, runivays, 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(higha>>ay), grade crossing elimination (overpasses or under passes), guard rails on highways, highway signs, highway bridges (overpasses, underpasses, grade separation), medians,parking lots,parkways, resurfacing streets and highways, roadbeds, roadways, runivays, shoulders, stabilizing courses, storm sewers incidental to road construction, streetpaving, 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 contract for construction services let by the state, county, municipality, school district, or political subdivision or for nonconstruction services let by the state, count), municipality, or political subdivision in which the total cost of the contract is in excess of$23,000...". D. Prevailing Wage Schedule This publication covers only Highway Construction occupations and rates in the specific localities mentioned herein. These rates will remain in effect until superseded by a more current publication. Current prevailing wage rate schedules for Building Construction,Heavy Construction and Nonconstruction Services occupations can be found on the internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at(406)444-5600 or TDD(406)444-5549. E. Rates to Use for Projects ARM,24.17.127(1)(c),states "The wage rates applicable to a particular public works project are those in effect at the tune the bid specifications are advertised." F.Wage Rate Adjustments for Multiyear Contracts Section 18-2-417, MCA states: "(1)Any public lvorks contract that by the terms oj'the original contract calls for more than 30 months to fully perform nnrst 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 nnrst be adjusted 12 months after the date of the mmrd 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 tii orkers 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 fidfill the obligation...a contractor or subcontractor~may: (a)puv 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 find,plan, or program that meets the requirements of'the Employee Retirement Income Security Act ol'1974 or that is a bona fide program approved by the U. S. department of labor; or (c) make payments using on),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 ivages, including fringe benefits and travel allowances, applicable to the district for the particular type of work being pei)'brrued (2) The fringe benefit find,plan, orprogram described in subsection(1)(b) musiprovide benefits to workers or employees for health care,pensions on retirement or death, life insurance, disabilit);and sickness insurance, or bona fade programs that meet the requirements of the Employee Retirement Income Security Act of 1974 or that are approved by the U. S. department of'labor." Fringe benefits are paid for all hours worked(straight time and overtime hours). However,fringe benefits are not to be considered a part of the hourly rate of pay for calculating overtime,unless there is a collectively bargained agreement in effect that specifies otherwise. H. Dispatch City ARM,24.17.103(t 1),defines dispatch city as "...the courthouse in the city from the following list iirhich is closest to the center of thv ioh; Rittinve Rn�pmrn Riato (Yerit k'lls NeleN. F o,l;speU d n fisso2,da ' ....., - a 1. Zone Pay Zone pay is not travel pay. ARM,24.17.103(24),defines zone pay as"...an amount added to the base pay; the combined sum then becomes the new base wage rate to be paid for all hours worked on the project.Zone pay must be determined by measuring the road miles one way over the shortest practical maintained route from the dispatch city to the center of the job." See section H above for a list of dispatch cities. J. Computing Travel Benefits ARM,24.17.103(22),states " Trm el pay, 'also referred to as `travel allowance,'is acid must be paid for trcn,el both to and f•oni the job site, except those nvith special provisions listed under the classification. The rate is determined by measuring the road miles one direction over the shortest practical maintained route fr•oin 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'o pically covers costs associated with board and lodging expenses. Per diem is paid ii,hen an emplo),ee is required to work at a location outside the daily commuting distance and is required to stcty 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 aniount of army applicable f/•inge benefits nnist be paid to the apprentice nvhile 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 ivorked, whether the public ivorks 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 rmrst 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: http://www.bis.,gov/oes/CUITent/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 $13.07 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 Tra_ctor;_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: $26.99 $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: $28.58 $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. ?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 iitr ited to: >50 mi. base pay +$3.00/it . Cranes, 75 tons up to and incl. 149 tons; Cranes, Whirley(All). 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: $18.90 $9.15 0-25 mi. free zone >25-50 mi. base pay+ $2.50/hr. >50 mi. base pay+$3.00/hr. T Back to Table of Contents CONSTRUCTION LABORERS GROUP 2 Wage Benefit Zone Pay: $22.89 $8.70 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. T Back to Table of Contents CONSTRUCTION LABORERS GROUP 3 Wage Benefit Zone Pay: $24.05 $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. T 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 $37.58 $16.14 0-30 mi. free zone Diving $75.16 $16.14 >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 li i 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: $36.58 $16.14 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 $13.84 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 $24.54 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 Travel: $34.02 $14.41 No Free Zone $60.00/day T Back to Table of Contents LINE CONSTRUCTION— GROUNDMAN Wage Benefit Travel: $26.56 $13.56 No Free Zone $60.00/day T Back to Table of Contents LINE CONSTRUCTION— LINEMAN Wage Benefit Travel: $44.41 $15.54 No Free Zone $60.00/day T Back to Table of Contents 11 MILLWRIGHTS Wage Benefit Zone Pay: $32.00 $13.07 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 T Back to Table of Contents PILE BUCKS :rage Benefit Zone Pay: $29.00 $13.07 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. ; Back to Table of Contents TRUCK DRIVERS Wage Benefit Zone Pay: Pilot Car Driver $24.85 $9.42 All Districts Truck Driver $28.88 $9.42 0-30 mi. free zone >30-60 mi. base pay+ $3.05/hr. Truck drivers include but are not limited to: >60 mi. base pay + .$4.85/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 12 SPECIAL PROVISIONS 1. GENERAL The work to be performed under this contract involves furnishing all labor, materials, equipment, supplies and services necessary for the replacement of concrete sidewalks and curb and gutter, and installation of new concrete sidewalks along vacant lots in various locations within the City of Bozeman.All work shall be performed in accordance with applicable sections of the Montana Public Works Standard Specifications Sixth Edition (MPWSS), and as further modified by the City of Bozeman Modifications to MPWSS, which is hereby included as part of these specifications. All references to MPWSS sections,unless otherwise noted,is a reference to said Montana Public Works Standard Specifications. All correspondence and official authorization concerning the work shall be with the City Engineer or his designated representatives as identified at the preconstruction meeting. Any changes in the Work or schedule not authorized by the above shall be deemed as unauthorized and shall be done at Contractors risk at no cost to the Owner. All damages, reparations, and costs thus incurred during the progress of such unauthorized work shall be borne exclusively by the Contractor. 2. SCOPE OF WORK The proposed work consists of installation of a new concrete sidewalk along W. Graf Street, (Schedule 1),installation of street corner pedestrian ramps(Schedule 2),and replacement of existing concrete sidewalks at various locations (Schedule 3), all as indicated or shown in the contract documents. 3. AWARD OF CONTRACT If the contract is awarded,the Owner will award a single Contract in accordance with the Instructions to Bidders. Bidders shall submit a Bid for all Bid Schedules on a unit price basis for each item of Work listed as provided and described above. The Owner reserves the right to accept or reject the Bids,or portions of the Bids denoted as separate schedules or alternates. The award will be made by the Owner on the basis of that Bid from the lowest responsive, responsible Bidder which, in the Owner's sole and absolute judgment,will best serve the interest of the Owner. The low bidder will be determined on the basis of the lowest Total Combined Schedule 1, 2, and 3 Bid. 4. TIME OF COMMENCEMENT AND COMPLETION DATE The beginning of the Contract Time shall be stated in a written NOTICE TO PROCEED written by the City Engineer to the Contractor. In establishing the date when Contract Time begins,the Engineer will consider that the contract time begins following delivery of the NOTICE TO PROCEED. A separate notice to proceed may be issued for each separate or combined bid schedule. Where multiple schedules are awarded under a single contract,the contract times shall run concurrently,unless the City agrees to issue separate notices to proceed. The Contract Time will expire automatically the number of calendar 1 SPECIAL PROVISIONS days stated as Contract Time, except as the Contract Time may be extended by change order. 5. LIQUIDATED DAMAGES Subject to the provisions of the Contract Documents,the Owner shall be entitled to liquidated damages for failure of the Bidder to complete the work within the specified contract time. The Bidder agrees to pay liquidated damages for compensation to the Owner for expenses incurred by the Owner during the contract time overrun. As compensation for expenses incurred,the Contractor shall be assessed a liquidated damage of$100.00 per calendar day for each day that the work remains uncompleted beyond the contract period. Liquidated damages shall be paid by deduction from monthly progress payments and the final payment. 6. COST LIMITATIONS The Owner reserves the right to eliminate or reduce certain proposal items from the project following the Bid Opening to make the project financially feasible with the limitations of the funds allocated for this project. The determination of which items shall be eliminated shall be the responsibility of the Owner. 7. NAMES, PRODUCTS AND SUBSTITUTIONS Where products or materials are specified by manufacturer,trade name,or brand,such designations are ulterlded to indicate the required ii110.1ity, Hype, iitihty, an Lim 11. Requests fur proposed substitution shall include complete specifications and descriptive data to prove the equality of proposed substitutions. Substitutions shall not be made without the written approval of the Owner. No substitutions will be considered until after contract award. 8. APPROVAL OF EQUIPMENT AND MATERIALS The Contractor shall furnish to the Owner or its Engineer for approval the name of the manufacturer of machinery,mechanical and other equipment and materials which he contemplates using in execution of the work,together with the performance capacities and such other information which may be pertinent or required by the Owner. 9. BIDDER'S QUALIFICATIONS The Contractor shall show evidence that he has the finances,organization,and equipment to perform the work with a limited number of subcontractors. The Contractor will be required to have a full-time resident General Superintendent on the job at all times while the work is in progress. He shall be in a position to direct the work and make decisions either directly or through immediate contact with his superior. Absence or incompetence of the superintendent shall be reason for the Owner to stop all work on the project. 2 SPECIAL PROVISIONS 10. WARRANTY If,within two years after acceptance of the work by the Owner, any of the work is found to be defective or not in accordance with the Contract Documents, and upon written notice from the Owner, the Contractor shall correct any work beginning within seven (7) calendar days of said written notice. Should the Contractor fail to respond to the written notice within the designated time,the Owner may correct the work at the expense of the Contractor. 11. SCHEDULING Prior to or at the PRECONSTRUCTION CONFERENCE,the Contractor shall provide the City Engineer the following schedules: A. A practicable CONSTRUCTION PROGRESS SCHEDULE showing the order,timing,and progress in which the Contractor proposes to prosecute the work. This schedule shall be in Bar Graph, CPM or PERT format. The schedule shall be updated and re-submitted as necessary to reflect project changes. B. A PAYMENT SCHEDULE showing the anticipated amount of each monthly payment that will become due the Contractor in accordance with the Construction Progress Schedule. C. A TRAFFIC CONTROL PLAN detailing the methods and means of controlling traffic for the specific conditions involved with each construction schedule. The Contractor shall limit working hours to 7:00 a.m. to 7:00 p.m.,Monday through Friday. No work shall be done outside of these hours unless specifically approved by the City Engineer. 12. PRECONSTRUCTION CONFERENCE After the contract(s)have been awarded,but before the start of construction,a conference will be held at the site of the project for the purpose of discussing requirements on such matters as project supervision, Is, payrolls, payment to contractors, contract change on-site inspections, progress schedules and repo orders, insurance, safety, and any other items pertinent to the project. The Contractor shall arrange to have all supervisory personnel and a representative from each of the affected utility companies connected with the project on hand to meet with a representative of the Owner to discuss the project and any problems anticipated. 13. SHOP AND FABRICATION DRAWINGS The Contractor shall prepare and submit fabrication drawings,design mix information,material testing compliance data, and other data, in accordance with the General Conditions. Following review, the 3 SPECIAL PROVISIONS Contractor shall resubmit copies of any drawings which required revision or correction. Any review by the Owner will not relieve the Contractor from responsibility for errors or omissions, inadequate design performance requirements,schedule requirements,and proper operation of any item required under the Contract. Notwithstanding any such review, Contractor shall remain solely responsible for full and complete performance in accordance with the terms, conditions, provisions, drawings and specifications set foi~th in the Contract Documents. 14. UNDERGROUND UTILITIES The Contractor shall be responsible for checking with the Owners of underground utilities such as the City,County,power and telephone companies,etc.as to the location of their underground installations in the project area. The Contractor shall be solely responsible for any darnage done to these installations due to failure to locate them or to properly protect them when their location is known. It shall be solely the responsibility of the Contractor to filly coordinate his work with the agencies and to keep them informed of his construction activities so that these vital installations are fully protected at all times. A Montana One-call system, phone number 1-800-424-5555 has been set up to facilitate requests for underground facility located information. The Contractor is responsible for contacting the One-call system prior to any excavation. 11, RA Qf:nAAF-1_NF Q DT0LTPQ nU Xx7AV ATlT(ITATTXT/-+ TIT)r\T-w7r)r-T 1✓. 1L1 Xv1­1v11L1`/11J, 1\-LV1111J-Vl -VV r]1, LyLIJ Vll 11V V r l\VrLll l I Tlic Contractor shall contain all of his construction operations within the easements and rights of way unless written approval is secured from the owner of the adjoining property or written approval is given by the Owner to utilize the adjacent land area. 16. TRAFFIC CONTROL A. General. The Contractor shall at all times conduct his operations so that there is a minimum interruption in the use of the City's streets affected by the work. Exact procedures in this respect shall be established in advance of construction with the City Engineer. Barricade function,design and construction shall conform to the latest edition of the Manual on Uniform Traffic Control Devices and the Standard Specifications for Road and Bridge Construction of the State Highway Commission of Montana latest Edition. Should construction of the project require the closure of any streets,roads or highways or require night- time or long-term traffic control, the Contractor will be required to prepare a detailed TRAFFIC CONTROL PLAN to address the methods and means of controlling traffic under the specific conditions. 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. 4 SPECIAL PROVISIONS 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 the Owner prior to construction. B. Traffic Access. Construction work shall be programmed by the Contractor so that local traffic will have continuous access within one block of any given property. It shall be the responsibility of the Contractor to notify all affected residents in the area of programmed work, of street closures, parking requirements and restrictions,use of driveways,and any other conditions,a minimum of twenty- four (24) hours prior to beginning work within the affected area. All signing, barricades, and other traffic control measures shall be provided by the Contractor. C. Warning Signals. All streets, roads, highways and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed,mounted or affixed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations within the construction area shall be provided with suitable barriers, signs and lights to the extent that adequate public protection is provided. All abrupt grade changes greater than one inch which traffic is required to pass over; and obstructions,including but not limited to, material stockpiles and equipment shall be similarly protected. All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sundown to sunrise. D. Measurement and Payment. No separate measurement and payment shall be made for construction traffic control unless listed as a bid item. Construction traffic control shall be considered an incidental cost to be included in other items in the contract requiring traffic control to complete that item. E. Reflective Traffic Vests. All workers working in public right-of-way shall at all times wear reflective vests that at a minimum meet ANSI Class II requirements. 17. DISPOSAL, EROSION, WATER POLLUTION, AND SILTATION CONTROL The Contractor is responsible for proper disposal of all waste soils and materials unless otherwise directed herein. Where waste materials are disposed on private property not owned by the Contractor, evidence of property owner's written permission shall be obtained and provided to the Owner. Contractor shall comply with all Local, State, and Federal laws and regulations pertaining to fill in wetlands and floodplains. The Contractor shall dispose of all refuse and discarded materials in an approved location. The Contractor shall exercise every reasonable precaution throughout the life of the project to prevent pollution or siltation of rivers, streams or impoundments. Pollutants such as chemicals,fuels,lubricants, bitumens, raw sewage, and other harmful wastes shall not be discharged into or alongside of rivers, 5 SPECIAL PROVISIONS streams,impoundments or into natural or manmade channels leading thereto. In addition,the Contractor shall conduct and schedule his operations to avoid muddying or silting of rivers, streams or impoundments. The Contractor shall meet the requirements of the applicable regulations of the Department of Fish, Wildlife and Parks, Department of Health and Environmental Sciences and other State or Federal regulations relating to the prevention or abatement of water pollution and siltation. The Contractor's specific attention is directed to the Montana Water Pollution Control Act and the Montana Stream Preservation Act. The Contractor shall be responsible for obtaining any required discharge permits associated with groundwater de-watering operations. Contractor's shall include all clean-up, restoration, etc., of any detention or discharge areas. All debris or waste materials shall be cleaned up by the end of the work day. Inlet Protection: all storm drain inlets shall be protected with filter fabric or approved equal method to prevent debris from entering the storm drain system. 18. PROTECTION OF EXISTING PAVEMENT All equipment shall be fitted with pads on the outriggers and other accessories as necessary to prevent damage to existing pavement during the course of the project. Any damages to pavement shall be corrected by the Contractor, at his expense, in a manner as directed by the Engineer. When removing curb and gutter for pedestrian ramps, Contactor shall take care to remove only that pavement necessary 1V u11V VY 1Vl 4V11J Lim U011 V111cof- w cult/ Q11U gULLGl. 19. SALVAGEABLE ITEMS Any items removed from the existing system under the terms of this contract shall remain the property of the Owner and shall be delivered to a site of the Owner's choosing within the property limits of said Owner. Should the Owner choose not to accept any salvageable items,then the Contractor shall dispose of those items at his expense at a site or landfill acceptable to the Engineer. Any costs for the above work shall be at the Contractor's expense. 20. FINAL CLEANUP AND SITE RESTORATION Following completion of the work, all construction debris shall be removed from the work area. All disturbed landscaped areas shall be restored with topsoil and re-seeded. Landscaped areas shall be re- graded to match new concrete as required, with a maximum slope of lvAh. The cost for final cleanup and restoration.shall be included in other bid items; no separate payment shall be made for this work. 6 SPECIAL PROVISIONS 21. ACCESS TO RECORDS The Contractor shall allow access to any books, documents, papers and records which are directly pertinent to this Contract by the Owner, State or Federal agencies, or any of their duly authorized representatives for the purpose of making an audit, examination, excerpts or transcriptions. 22. INSURANCE Insurance coverages required under this contract shall extend, at a minimum,to the end of the contract time. 23. PROTECTION OF TREE ROOTS, SPRINKLER SYSTEMS, AND PROPERTY PINS The Contractor shall take special care when working around trees to avoid any unnecessary damage to the roots or the trunks of trees. If any roots have to be removed to complete the work,the roots shall be neatly cut with a sharp tool. Indiscriminate ripping of tree roots will not be permitted. The method and equipment to be used shall be submitted to the Engineer for approval prior to the start of work. In addition, the 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. Sidewalk replacements due to tree root damage may necessitate alternate replacement methods such as reducing sidewalk width or changing vertical or horizontal alignment to minimize disruption to roots. Determination of replacement methods shall be made by the engineer in consultation with the City Forestry Department following removal of existing damage sidewalks. The Contractor shall take care to locate any existing sprinkler heads or lines prior to excavation. Any sprinkler systems which are damaged shall be repaired by the Contractor. The Contractor shall be responsible for preserving existing property pins in the field. The cost of resetting property pins removed by the Contractor shall be the responsibility of the Contractor. 24. COORDINATION WITH OTHER PROJECTS The Owner has proposed street maintenance work on W. Koch Street. The Contractor on this sidewalk improvement project shall schedule work so as not to conflict with this street maintenance work. 25. SUPPLEMENTAL TECHNICAL SPECIFICATIONS Concrete Reinforcement All concrete supplied for this project shall be reinforced with "Fibermesh" or approved equal fiber reinforcement at a rate of 1.5 pounds per cubic yard. 7 SPECIAL PROVISIONS Section 02910 - Seeding 2.1 Seed Use the following seed mixture to seed all disturbed landscaped areas at a rate of 6 lbs per 1000 square feet: Sheep Fescue 33% Hard Fescue 34% Canada Bluegrass 33% ("Dryland Lawn Mix"by Ag Depot, or approved equal) 8 SPECIAL PROVISIONS SECTION 00100 MEASUREMENT AND PAYMENT The quantities listed in the Bid Form are estimates for the purpose of bidding only. Payment to the Contractor will be made based on the actual satisfactorily completed work quantities measured in the field. Under the terms of this contract,the unit price as contained in this Bid Form shall be applicable to quantity overruns. The following measurement and payment sections do not necessarily name every incidental item required by the Contract Documents to complete the work. Cost of all such incidental items shall be included in the various related bid items. No separate measurement and payment shall be made for traffic control unless listed as a bid item in a bid schedule. Items 101 203 and 302: 6" Concrete in place This item is measured and paid for by the square foot at the unit price bid for"6" Concrete". Price and payment is full compensation for all material,excavation or fill,compaction of sub-base,placement and compaction of gravel base, forming, placement and curing of concrete, backfill, pre-molded mastic material, fiber reinforcement, equipment, tools and labor, all restoration and seeding of disturbed landscaped areas, and for the performance of all work and incidentals necessary for placement of 6" concrete for sidewalks, pedestrian ramps, driveways, or driveway aprons. Item 204 and 303: 4" Concrete, in place. This item is measured and paid for by the square foot at the unit price bid for"4" Concrete". Price and payment is full compensation for all material,excavation or fill,compaction of sub-base,placement and compaction of gravel base, forming, placement and curing of concrete, backfill, pre-molded mastic material, fiber reinforcement, equipment, tools and labor, all restoration and seeding of disturbed landscaped areas, and for the performance of all work and incidentals necessary for placement of 4" concrete for sidewalks or driveways. Items 201 and 301: Concrete removal and disposal. This item shall be measured and paid for by the square foot (SF) at the unit price bid for "Concrete removal and disposal", which price and payment shall constitute full compensation for fiirnishing all materials, tools, equipment, labor, loading, hauling, disposal, and incidentals necessary to sawcut and remove and dispose of existing PCC or asphaltic concrete pavement or sidewalks, straight curbing, or integral curb and gutter. 1 MEASUREMENT AND PAYMENT Item 202 and 304: Combined concrete curb and izutter. This item is measured and paid for by the lineal feet of combined curb and gutter in place at the contract unit price bid for"Combined concrete curb and gutter". Price and payment is full compensation for all materials,preparation of gravel base,fiber reinforcement,curing of concrete,painting face of gutter with tack oil,all pre-molded mastic material for expansion joints,steel dowels and sleeves,all restoration and seeding of disturbed landscaped areas, all equipment,tools,labor, and for the performance of all work and incidentals necessary to complete the item. Items 207 and 305: 3"thickness of asphalt concrete pavement surface course, grade B. This item shall be measured and paid for as per MPWSS Section 02510 4.4 A. 2, square foot basis. Item 205: Concrete fillet This item is measured and paid for by the square foot at the contract unit price bid for"Concrete fillet" for constructing curb turn fillets or inlet apron fillets. Price and payment is full compensation for all material, excavation, backfill, curing of concrete, fiber reinforcement, pre-molded mastic material, equipment,tools and labor, and for the performance of all work and incidentals necessary to complete this item. Item 206: Detectable warning This it is measured and paid �r by the square ;;ot at the contract uiut price bld for "Detectable warning". Price and payment is full compensation for furnishing and installing detectable warning panels in accordance with manufacturer's recominendations. Item 208: Miscellaneous Work The item Miscellaneous Work has been provided in the proposal for any work and/or materials which may be encountered during construction, but which is not addressed elsewhere in the contract. Miscellaneous work will be measured by the respective unit for material and/or work performed as directed in writing by the Engineer. Payment for Miscellaneous Work,measured as provided above,will be at agreed upon prices or on force account basis. The number of units in dollars set down in the contract is an estimated amount only,which may be adjusted up or down by the Engineer in accordance with the needs of the project, and may be used on any schedule. 2 MEASUREMENT AND PAYMENT APPENDIX A Standard Drawings Note: selected standard drawings included for ease of reference. See City of Bozeman Modifications to Montana Public Works Standard Specifications for entire list of drawings. R9 SIDEWALK CLOSED AHEAD CROSS HERE 30"X24" SIDEWALK CLOSED 24"X 18" SIGNS ARE TO BE PLACED AT THE NEAREST LEGAL CROSSING TO THE WORK AREA, MAY ONLY BE USED IF A PARALLEL SIDEWALK EXISTS ON THE OTHER SIDE OF THE ROADWAY. SIDEWALK CLOSED 24"X18" R9-1 1(R) SIDEWALK CLOSED AHEAD CROSS HERE 30"X24" SIGN ® WORK SITE TRAFFIC DRUMS OR CONE CITY OF BOZEMAN SCALE: PEDESTRIAN TRAFFIC NO. 01570-7 NONE CONTROL FOR TEMPORARY FEB 2007 STANDARD DRAWING SIDEWALK CLOSURE 5' ° 5 2% Ni II SIDEWALK I-. ►I �� 1 CLOSED TEMPORARY ACCESS RAMP ADEQUATELY ° SUPPORTED ° I ° FENCING FENCING SIDEWALK °° CLOSED MUST MAINTAIN 4' CLEAR AREA R9-9 BETWEEN FENCING. �;- WALKWAY MUST BE SMOOTH ` ' AND KEPT CLEAR OF FENCING AS SHOWN MAY USED OBSTRUCTIONS � FOR SHORT TERM (LESS THAN 30 DAYS) INSTALLATION. MORE APPROPRIATE TRAFFIC CONTROL PLAN MUST BE j ..�� PERMANENT STRUCTURES WILL BE USED FOR LANE CLOSURES REQUIRED FOR LONGER TERM. A COVERWALK MAY BE REQUIRED FOR OVERHEAD OPERATIONS (IF HEIGHT MINUS 10' EXCEEDS DISTANCE FROM WALK WAY TO WORK AREA) l CITY OF BOZEMAN SCALE: SIDEWALK CLOSURE NO. 01570-8 STANDARD DRAWING NONE WITH FEB 2007 DETOUR 5.4" (0.45') 24" 9' 2" ° 4„ TOPSOIL a 3„R 1 .5" (TYP.) 4"R 4 TO PER 1' SLAPE 3/4' 7.5" I� % O O O O 0 0000000000000000000000000000000 CRUSHED GRAVEL O O O O O O O O O O O O O O O 0 BASE — 3' MIN. 0000000000000000000000000000000 SUB—BASE COURSE AS REQUIRED COMPACTED SUBGRADE 0.5" 1�5" 3/4" r3/4" PER 1, SLOPE _SLOPE AT 59: MAX. 2% MIN 1 2" PER 1' SLOPE 9.5-_f DROP CURB FOR DRIVEWAYS DROP CURB FOR PEDESTRIAN RAMPS SPILL CURB NOTES: 1. Subgrade or base course compaction shall conform to section 02230 (M.P.W. Specs., 1996 ed.) 2. Contraction joints shall be placed at 10' intervals and shall have a minimum depth of 3/4" and minimum width of 1/8". 3. 1/2" expansion joint material shall be placed at all P.C.s, P.T.s, curb returns and at not more than 300' intervals. The expansion material shall extend through the full depth of the curb and gutter. 4. No curb and gutter shall be placed without a final form inspection by the City Engineer or his representative. 5. Concrete shall be Class M-4000. 6. Crushed gravel base shall meet the requirements of Section 02235 (MPW SPECS, 2003 ed.) For curb and gutter replacement projects, washed rock may be used for the gravel base. CITY OF BOZEMAN SCALE: INTEGRAL CONCRETE NO. 02528-1 STANDARD DRAWING NONE CURB & GUTTER Revised Mar. 2017 4. C .d R = 15' BACK OF CURB R d a PT da d e. e. .a.o 7' DOWEL WITH 24' NO.5 .d. 2 EXPANSION 1' (TYP.) REBAR 3' INTO BACK A o o e.d C JOINTS OF CURB, 3 CLEAR N ...e a .. .• .e A •• �2% MAX. a A e a A a a.. M .•••• a .• a a' d li • e• •, .5 X 5' .?� A Ac' \� 5'••• o SIDEWALKI� 1:20 MAX. 5' SIDEWALK (TYP.) ••••• CAN,PIN d. N e '.i.—► °. e. a •' G •••.• 24" Mitt d , e A a SCALE: f" =5' OWEL c v 5 1/2' BLVD. (TYP.) o_ 6" THICK CONCRETE SURFACE RAMPS TO BE CONSTRUCTED WITH DETECTABLE �\EXPANSION Flow line WARNING SURFACES COMPLYING WITH ADAAG JOINT COVERING THE ENTIRE WIDTH OF THE RAMP$. WRHIN 8�OF GUTEREFLOWECLIIIN,BE, NO OTHER POINT BE ON THE LEADING EDGE OF THE bETECTABLE WARNING STORM DRAIN INLET MAY BE MORE THAN 5' FROM THE FLOW LINE. (TYPICAL LOCATION) REINFORCE CONCRETE IN RAMPS WITH FIBERMESH"AT A RATE IF 1 1/2 lbs./C.Y. OR WITH 6x6x10 GAUGE WIRE MESH 12 � 5'-0" � 1 TOP OF CURB TRANSITION TO NORMAL SIDEWALK ELEVATION. DISTANCE VARIES. SIDEWALK QA J_ 5' SIDEWALK NO LIP 5 -LANDING FLOW LINE SECTION B—B NO LIP 9.5 „ NO SCALE 1:20 } 6" STANDARD 2 1/2'DEPRESSED 6" 6" CONCRETE CURB SECTION SIDEWALK LANDING RAMP 3" GR EL BASE (TYP.) SECTION A-A NO SCALE SECTION C-C CONSTRUCTION NOTES: NO SCALE 1. Standard applies to new construction, with max. curb R=15', and min. 5.5' boulevards. 2. Ramp and curb can be poured monolithically. 3. Storm drain inlets shall be constructed "upstream" of ramps. Alternative locations permitted only upon City Engineers approval. 4. Ramp width shall be 5' minimum. 5. Sidewalk cross—slopes shall not exceed 2%. BOULEVARD SIDEWALK NO. 02529-8 CITY OF BOZEMAN SCALE: PERPENDICULAR STANDARD DRAWING AS SHOWN PEDESTRIAN RAMP NOV. 1995 (15' MAX. RADIUS/5.5' MIN. BOULEVARD) Revised April 2006 USE BLENDED TRANSITION RAMP WHERE LIMITATIONS DUE TO BOULEVARD WIDTH, Q� RIGHT-OF-WAY,CURB RADIUS,OR INTERSECTION ANGLE PREVENT THE USE OF STANDARD RAMPS PER \�v — C.O.B STANDARD DRAWING 02529-8 \ DETECTABLE WARNING TO BE A MINIMUM OF 4' WIDE,CENTERED ON THE CROSSWALK M • M(PANSM)OEPr X < 1'1< SIDEWALK X�CK Drop Curb i ® Curb Tmnsitim 2x MAX EBPANSM jowr a LENGTH AS REQUIREDTOMATCH STANDARD SIDEWALKGRADE No Lip s'Mm -- Sidewalk 2%VAX �u� 3"cravat Rase Cryp.) 4"Comets 6"Comete Rei&gwd wish 1.5 Ex. FZcmkosh/C.Y.or 6a6a10 Gauge Wao Mesh SEC ONO A Nat b 8asb CITY OF BOZEMAN SCALE: BLENDED TRANSITION NO. 02529-8A STANDARD DRAWING NOT TO SCALE PEDESTRIAN RAMP APRIL 2006 SIDEWALK BOULEVARD -' VARIES 5'TYP-■'- PROPERTYLINE - -+ 3" MIN GRAVEL BASE 4" THICK M-4000 CONCRETE MAINTAIN SECTION B PROPER SIDEYARD SETBACK PER ZONING REGULATIONS I TRANSITION SECTION FROM EXISTING CURB TO DROP CURB: 3' M ., 5' MAX. IEXPANSION JOINTS COMPLETELY AROUND SIDEWALK SECTION DRIVEWAY THROAT WIDTH 24' MAX. I CURB & APRON POURED MONOLITHIC IUNLESS OTHERWISE APPROVED CONTRACTION JOINT EXPANSION JOINTS AT CURB RETURNS 1' SIDEWALK CONTRACTION JOINTS BACK OF CURB SPACED AT 5' INTERVALS - MIN. I FLOW LINE DEPTH 1". EXPANSION JOINTS TO BE PLACED AT 25' w EDGE OF GUTTER INTERVALS. I IVARIAMBLE a I CONTRACTION JOINTS TO BE SPACED (5.5' TYP.) AT 10' INTERVALS IN CURB & GUTTER EXPANSION JOINT MATERIAL SHALL BE 1/2" THICK PRE-FORMED BITUMINOUS TREATED FIBERBOARD FILLER. ALL CURB REPLACEMENT SHALL BE DONE WITH INTEGRAL CURB AND GUTTER UNLESS OTHERWISE APPROVED. GRADE ESTABLISHED AS 1/4" RISE PER FOOT FROM TOP OF ADJACENT FULL HEIGHT CURB R MATCH EXISTING SIDEWALK GRADE SIDEWALK DRIVEWAY 5.5' 1' 5' TYP. TYP. (VARIES) 1/4" PER FOOT SLOPE STREET SURFACE w z J W 0 •0 0 ••O, a a WASHED ROCK o 3" MIN. MIN. 6" THICK CURB & GUTTER M-4000 CONCRETE * OR MATCH EXISTING OR REQUIRED SIDEWALK WIDTH SECTION A CITY OF BOZEMAN SCALE: RESIDENTIAL NO. 02529-11 STANDARD DRAWING NONE DRIVEWAY APPROACH DEC 2003 AND SIDEWALK DETAILS APPENDIX B Sidewalk repair work locations, estimated quantities Pedestrian ramp estimated quantities Plan Sheets LL > O O U) O O O to O Ln Ln O O Ln O Ln O Ln N O O Ln O O O to N O O O n ill to O Ln N d' O O to d' O Ln N N Ln Ln Ln Ln N Ln 0 0 0 N tit n N O N Ln N H E N N N � V) IF, c-I N c'i N L-I N r, V' N 00 Ln Vl N Ln Ln r, r m U) c..l N r- Ln ill m Ill N Irl ei ^ r-I m ^ ci ci m V' a) L tU N it U LL J o6 v LL N C U M lD m m S N Q LL V1 N i1 Ill 00 O Ln `-I (n rH m C O U LL In a1 i) O Ln O O O Ln O O O N O m O Ln Ln CD Ln O Ln Ln Ln m Ln O Ill to to O O O m to Ln Ln O Ill N O Ln N U ON N ON Ln .N i o O h o ci N r, [t N N N Ln Ln N Ln I, �i r, N m O Ln m N r, m m Ill Ln N I, r--1 r, O0 r Lnr-I N N c O V d' ut a1 a) � y cu � U Y U C V Y U U O (U u+, m T C m L p V) } m m cu .,Z6 V) L N a) c O -p C c c T j m N L°i L m O c J +i v � � 0) Q y ° Z v T a� o c c L > +O+ Y Y C m O O -O N 4a) 05 a) N CO m U 3 Q Y O N T c L bD a1 u v a) w > v 0 v v u v � m 3 c + r °r-I � O @ ++ V a) L 'L ❑ y CL 3 O U m �' 4Z ° Lu co c Q * c ° N CL Q. co S > N o c c S += a) ° c 2 O " Q c v c a ° o a ° a, v Q ° ° v m a, v v v v Q v a, ai m Y ° O y a) y +N w Y N Q aJ ° L aJ v @ a) aJ v QJ aJ aI y a) y ccm LJ VI a) O O y N y N l/l O Y O Q y .1 C Y y Y ++ y L v i-+ ++ i-+ — — � A-, c vUi m CL '�' v t6 A m `� Q' i CL Y = m CL T aT+ c >T T T p ai Q aJ aJ Q C > Q C C C C C C C y i-� ++ m y y T ++ ++ ++ y ++ >, y y •LJ O :F. ❑ ut .'�'' N 7 'O ut O O. N O N U N O C�' N a) Q o1 O O v1 U CJ U V U = V •V •V LJ U !_' •V N •V U CJ 0 E U -a 4- — -D N- V- 4- 4- 4- 4- 4- 4�- Y- 0 - LL4= J J O O 4= O O Ln Ln Ln Ln O Ln O Ln 4- J c O C) O Ln Ln Ln �O �-i O Ln .-I O O O Ln Ln to to m m O m ro V Ln V 00 1 i-I N �4 N M M Ln rH oo Ln Lil of c-i L-i Ln Ol c-I L-i N c-I 'in L-I m Ln �-I v-I L-I L-I ei Ln �-i m �-I N V c-I m N N Q �- m \ \ \ \° \ \ \ \ \ \ \ \ \ \ \ \ \ L L L L L L L L L L L L L L L L m a LU +w J m C V y N O W Y � y S C L L V) Q M v o a � y m Z fO y Ln Ll.i = ci a, Y '� �' �' `� °O > m c p b3 3 a v CL N N a o 0 "6 v c C Y c c 00 O O •'= N c c O L U Y ut a) O i i c —_ O O i y �Ln 0 O "6 Wm O y y ++ y Y Q Y ❑ — L) ❑ y Y +� y Y Y — O O O N ° L ++ ++ ++ Q Q y +L+ ++ ❑ y Y N Y � C O � N CD °L N N ci 45 Ln Ln V) lD ° w M m N M M -Y M 41 p N N 0 Q = a+ L-i r-I c-I 1-1 r-I > m a1 L-I c ei �-I L-I j �i e-I �-1 �-i i-I j u �i N m N N N i]. N N Ln V) Ln V) V) Vl Ln V) N V) Z �' vi O Ln to Ln > 7 Ln (n Ln Ln m -0 > Z Z Z Z m J L10 L%1 CO O Ln Ln 00 O n r-I O U Ln 1� Ln M O N It >, Q IH 1- p N �-i 1, Ln O w L-L ei N o o L-i o rH o -1 t o O ci O -i O oo Ln c-I c-I ,r LH I, o n O O O Li) 1- O .H I, e-I cu O O L L i O O r-I r-i N O d' H CT :Y N M .H H lD M rH LD M 00 N � N u.l L-I r-I H N m H 'A O eY O T O 00 O O m N `-i �H _ O N N G. (.D LD LD 't m ci L_n ci LD H ci m r-I m m ci r-I N .-I .-i c-i Lt) Z V) Ln .-i c-I LD Ln t .-i t c-i N .-i 'ch s-i .-i m M m F- CD Z z x a 0 3LLCDODO 0 (D0 ODcfl0 CD CD CD CD (DCDMCD cD cD 0000 00 U) w r- w J M _ m ~ w Z i-- w r O w z Q Q LL N O O m m 0 O O CD O O O O O ti O CD 'IT O O O O CY) 0 (n It N co N N M r N P (n 2 w a Z a Q J Z a O W LL Lo Uo O O O O O Lo 0 0 0 0 O O N Lo LO O M N (D O Lo Qco U) N LO � O LO O 00 LO Il_ In LO to LO CD OD LO N Lo Do LO Lo CD Lo LO U C O Z J O U O Y J S � � W �- (n oLLOOM oOOcc) 000M OOOO 0000 O O 0000 OO D) Z U U) I- I- M CD I` M CD r- M ti ti I,- I` ti ti ti I` rl- I- CD O ti o C Z I- O -Q1 Zo J U w z LO LO -J-i 0 0 O 0 0 0 CD O O 0 0 O O O O O O O O O O or)CD IL u U O UZ z Q CK Fw- U) Z) LL N 19T O It �t d I- It It I` N ti O N d' T- il_ O LO Lo w CD J d N N N N N r N N N M N N N M r N N LO 05 w °r ILD U i N J w O U w w CD 00 O O 00 1- c`0 M O �t M (Y) d M CD IT IT N 00 N LO T LO r CD M r- CD CD 00 CD C4 ti 00 i- O M d) M LO LO O ti T- Cn w N �- �- N r r CM r �- r r r N N N N ' w z Z 0 w U w O � z JO Lij W W U) z Z w w Z 0 z U) Z c cc Z c c c W > W U 0 0 0 z Z U) Z Z U) o o N � �°, Z Z Z Z Z W O L L L 0 N L U U U U Y Z Z U v U a5 a� a a a o U o 0 0 0 0 0 0 0 o Y Y Y 0 Y U) Y Q a Q 0 co CD U) 00 L L L L L L L .L--� L�. .r L a �- O tf) Ln LO LO LO LD LO U) LO LO 10 ct' V co CO CO O N O 0 r - r �- r �- �- r - r r N > to cn cn cn cn cn cn cn W. CO cn cn cn cn cn cn U) CO cn (!) to cn E- E9MER9(900:Xtld--ORZZ-ZRS(900:ANOHd ipR 1'.HEMS'UI'R-A00 OEZI-W69 YNV.LNOW'NVWA70A k �*a m m 0£Zl XOA'O'd••AAI'i0'A IK \ m .LN91Nd.2Itld9Q DNI4IFIiINIONA V S � o tlNV.LN0W'NHW8Z08 NVNRZOEI d0 AID 3H L oa S LN3W3A02IdWI}I Id11c1dQIS 8 i OZ sxorsieax OE H = ow w w XZ QZ 0a f-z pOQv� W- Q-Z w J J WU JJ 20 WX W 1-w¢w wOp(nwz¢ w F- NH M 0 af Q-ow~- mYz~ WO00 W MWQ CLW< MM (nW JWW}O Zp JE="Z m= J�==Z (nmo _j 1-Wp0 O ��(n,pNW �Qow�OOaOp~L: MZ no = ZOO wor3O 03:< Z w�OQ d w Li mYZQm0 N= QUZOODZw�Jw �(Wj3U0 ZUmWo (WOZa. WO -JQwOW z UI w¢W o JLowu<p-�- oQ> QX MZg O oUpUM wy<ow J>_Zwz Z U ~- L� ¢ JL=0w0 Z=W w a.¢pOZ OEWZU- 0' Njw <Eowz p Z W�3ppowz ¢LnwJ}ZIQ-QOtnF---Z �� QO UQQ��Z VI�Wo� =�U¢� } °°QU WO d0 w'd DI—oZ�QNXIw—iO~� gOa Q`= IiKa.�'�O Mx U-?d �00<L`' ¢ _ UO Uz U 0 cnZZO w 3 U) ¢ mL UM¢ ZNWUWU OJ�O-IpJo Z¢Qp'nw �Z�0 rf6 Uwm OO¢� Z z o J W I- N�a Ww=OZ ¢OOWO�IW-'=Wd=N=a �ZO C�3 ZOm¢OO ¢¢¢Jo ¢Jp¢O M N O d ¢ O 3 cn r ¢ cn v> rn-O U z z J 1 } Z Y ¢Z¢ Np ZOOp rO=¢ zwo Wp Zw QO OW Ow ¢W Omwcrw = W z 1- U J OUofwZ OM�--ZO 11- I J?Z Ju Opafow'O owz MM O�Jx ~' 0Wci0 Oa.U¢= U w w N J W Ld Q 3Z�Q0 ��-QOOooJZZWO O� �U� p (N(n=0og U~J O U ��O Q 1- X I- ri1 � J�O U=WUZ M�LL_�QZQ�OwUOUN J�N�� p�cnUJ� wmmwU wZo�¢ U O N W O p z ao��i�L-`�� ¢m�LU c'W� av~imNw -U—ncwi F�0 �� �QmJn o w UwwM000 M 00MLj �OZZOZU Z 0-1 0 MZ->> JW-z �IrQU z (� U=Q_Z) OdZZwZX=OOFXOW OU-NZ ZJO¢4, J=QO 00=0 w .=¢O CndMMN (VZ»_xoLL MQQQ-UZ Ki00 Op �h¢wU�p ui¢ LLU (6¢LL-(1)0 LLJ Y V L W W J Z Z O O O w�I J¢ wY N _ N W = N - O Vw =UOw U¢ Y pp _U U tr _ 3 3 3 a a Y Y Z V(� _ m F: _ _ _ = d3 .16 n3 -3 .18 < er (O N Cc) C9 (n (n In 6Vl (n (n (n M ap o < < 00 ❑ W` � M 0 N J I w W p � � W (! p �? U = W W U NW AV M15111:1.1) L� �� �cI UAXI^ROH o�lL \ C ❑���� „ III ,aRNlll l /gip ty .I,oMnn\' ✓ �a O Py /��\�J�C�❑I'\VAA'UVSfO �_^ �L� hm ❑ 1_1 KeN///y00o LL— - 7t'IT,d'OVT o x G � �UI I jv.I.Iv`-_J❑❑ lJV9'I Al G _ ILJI S CIIUNVAI N 7A V IIJllIIIIJ 5 Y' < III C.TICSrR1llII1fSN— G 1.IIIH: a P .Y u u ti J I V I � 6❑❑ I�� '� i2 I� W Y A OWN El CAI��u���i� m G w❑❑G ._ 4`I L_J.e :I❑ _ �� w rn�1.� _ :IAV N\:Wi1ZOU E•1�' )IU s�\V q� .V vu yv�- ❑ ���[�❑ C�C❑C�� ❑5❑C ❑ ❑`�CJ❑' ❑❑ CAL y '�11_. � (INV'1110111 fie: O o G4❑❑IJ❑ A NOS"' ❑❑❑❑ :'IA �NO�Sj.'In1 S❑ ❑❑Cral1r lI❑ 6 f`) W U 5 WgW CC o[.J❑LJV u� ❑❑❑❑❑ El r❑�LJ� �Y ❑Gc NA2 1121 L'10 N [-�-�G it �� G[0f '❑ CI CI O C� L�CAI C C7 C7 :n lul s G uAV UNC S yt,IrG 1IT�PI Y rt1l CJ n G O 'qCF�❑❑C�ll❑ ICI❑❑�❑C \� ✓� �NnN^.NCI o Y a v nu N G w G l❑ 3 CJ Cy >�❑ EO El❑ %�"1 G anv H.I.v s anv m N u nul L-1 anv LLc s L31 anv u.l.L s as ao lu S,k ? G � CJCJCaI❑❑n ❑❑ ❑G P ti �Go I� ,(�I�'p'p�'�'����QT�y aN.N� �LLM�,..,., IG IAV .Lf:IZ❑❑❑❑LT. L.� u -rnCr[�N y �❑C❑.LUTNN�❑❑❑❑�IL-1❑ � 3 ,Y.ttule _; 0 ❑ LJ�❑❑❑ .Inv liss w aAV I I.I.I I N F— ED G '11^II !- _ ��`�1�j1p�<�11'�'I❑❑ x C `ryr1 1 H�, I�I �nN YxNI IILLVY v�LLL u❑aA4 .LilS A p V' �G��m o JnIIlJllg aAV ll.l.11 G, � n, m: �' V � L, s❑❑anv wyLt 5 �?�r I IGI a ❑ol Iri `���,I:\�_uJ - c❑ ❑❑:Inv Iltrl s G II'h¢il m"a u �I I,nIIM I,N .ry nUl. y r 9 j Jnv ILLSI N m a (�� �+r a'v 11,5,s Y'� aAV 11101 N v .fcTINR G E I //������ q 3AV II1L1 N 3 ,F IHI.I /G (✓�a—OII�;l G� �`U I'V�MMfW ld IF J 1U 3AV Ii1N1 N jm '^,un 11 ,F� A I1ul 'iAV IIJ.M1I N aAV 11161 N W tµ<pn' r'I ❑ � � � l; . � :A N1M11 S aA 3� � anV II111Z N 'I 3 m n V ❑ p o 8 IJG� I S N�`� ❑AV 1SIL N JI I aA Illli Isl Ut v \� UM1 3AV ONZZ N y ( IG Y IN[ , u a L� IJ` Y,v:nUI.nNOt,N 1 III '� I-G J ��4ytltYl. �"p q `7.. o CR's wnr o 8 �! U �L�LN �`G t r F�nu�a:is ❑nlvx'a �uV N < H o k ....u.�- ^❑ N o o y ? � � ���Ills'L u 0[fCNfi RINi: ONltlhaiUN:l u.. ( 11 l.drmaln! _ _ na Nnl_rl_ X seas-acc (cow) ava -- oeaa-acc (cow) :sxoaa ,��" "' �+,? xriv ka(liS 'IS avao - T a'If1(laHDS N y)gl 08aT-T66b9 vwjxoTT'NYWOH �i - �d Si .r ocr xoe•o•a-- ano s oa „ '3 IMMUWdga SUNSWORK �� v1SVLN01[ 't1v1Q�ZOH '0 i 0 as NoUdIaOS30 oN Nvwazog 3o )ZID H&L off SS,NHWHA0?I NI XrIVMHGIS 8 T 0a " SNOISMU W 0 �— < vi 0 W U U- :2 W Q �U H J I— JQ Lq W(n :LLI 2> ZU =XCL LLI>W Lli�LLI< H O W W J >X OW of � w I�-d _ LLJW D � f t° r - w �� Q W I— m Si O JQggIz m � � o IL n = X0W n Q Lum =ZQ - m WZON U >W Q X o IS 9VNOVA � :� �"� W Z w � W(n m r Z � w X O W (� F„" lye LO O IAJ p p F4 LLI(n W U) (n x O HwNy Y LL (n W 00 'S2 00 �y W = Of(DH -�LL- I ) I Twk Q 3a<vi v > m J� O W< 0n T J I JOL,j00 0 X N I ( �Z�o � J I-- X O O I J< IIII III Q��� m mUzo H W 2IU J NW�Z / P O U i Q O 00 0 d- I I i r Z 0 i ui 0 U 0 V) N 0 seas—sag (got) -xvd-- 0938-399 (WO :RNOHJ ° '°° SdWVH XVIHISSQad - Z alf GaHOS M _ OaeT-TaGg MUM IMMIZOQ 9 - 0937 YOH '0'd--amo 'a OZ s vxvlxox Imam sNos ate° ON uV�IaZOS 30 AID NHSin Zoe►° S► NHINHAOUNI TIVAIRGIS 810Z z W W U g CL W W J Q d O t- 0'9Z � w � J cl. W W W J W U Of Z p Z C7 N L (n Lr Z� Cr� JX � Q .aZ W vl N N Q O ZCO ~ J Q S. 15th AVE. w ~ o co a- I U z S ^W ao_ z U X < JZ 4U) V) Fui � Lg JW zo5a- Zw � O U W I W 6' 5' 5' U� H n Z w Cl) Y J WU o LLI z� J LnCK0 d z Ux v� V) X W 0 o_ it I o 0 0 x o 9993—z99(909) ava-- oazz-z99 (got) :Smoad ti��� �+,? SOMI MVIZISSaQHd - Z THIGHHOS y� 7 0901-T4469 vxvj tox IMMIZ09 Y_ __ �� 6 _ �c OUT YOH 'O'd-- amo '3 02 6 3 �T T�Tr7SN3'fd�2T7Yd3077 OMMS&ATIITONZ r� T `q vxvjISom '11mazoa �i o NOIH a .03 31V0 ISMUDS30 'ON l�t�)1LazoQ aO A�LLrJ NHS O`QZ09�� SZI� HWHA02IdNI XrIVMHGIS 8 T 0Z N sNoisu�a ,0'OZ ............... --------------- Q-= ww I— Q�Q0- U � J�b�W (� L Z Z Q p Zz to Q J X � N U) Z_ S. 15th AVE. _ E—+ Q n O f� 0z W o ram, Q a r®r-5' 5 Q' 5' c� E-4 z � Z 15' F- g Cl) 0 w U 0 0 i N cl O coax-ago (got) ava-- ooaa-aec (eo►) :axoaa I I ocai-ides vxvsxoa•xvmoa .y._ _'so SdNt�'2i N�'IZiZS'3Q'3d -- 3'If1Q'SH�S Z __....__ 0931 x0a •0•a-- nno 'a ea 3 axauavaaa�xtaaatuoxa x ." VxVLxOR 'xVRaZOH o a A8 31V0 SNOSI/3a0S30 'oN NVWHZOH dO ASID aH l�Z °�. 09 SZ HWHAOUNI XrIVMHQIS 0 T 0� " 0 LO 1 LO _ LO Li 0 0 0 S. 15TH AVE W E-� LO "-I /r U1 n O LO 0 0 --ter N " [V O c sm-094(G01') ZYd-- OBZZ-2s9 (00►) :R=xond yd�~•00 M�'�I� SdPi Y Q N Y 1QWSaGad — z 'a Ln GaHDs a �n 06ZT-T4484 YbTYZNOX'RYMOH o S =F OUT YOH '0'd-- amo '8 OZ � � Z 3 IMPLOWN 9NIZ 3=SNE y ,q vxvl om ')Q xazoH o a A9 3Lv0 N003Itlo530 ON NVJkHZOEI d0 1UID Hxs ZOH.o SSA HWHAO?I NI X IVMHGIS 8 T 02 " sNoisv�a U U) r� I LLJ S.'13TH AVE. W 0 z U =W U V) W J z F=— Q� m rl LLLLj u7 cn U Y 0 0 i o N N O 6920-399 (90f) Iva -- O9ZZ-399 (90►) MNOHd saNVx uVIxssHQaa - z TznQMs y � � 09ZT-iLL89 YNYSNOlf'11Y7[SZ09 �e = OUT X0H WIT-- nno 13 OZ El as 3tvo aoudla�sao ,N ilum,Hvd3a'JNraRM9N3 �� VNVJ.Nox 'Nvxazoa ■�V o g a SNOISM8 N�Niazog ,�o AZID �xs ° Z0Eal SZI HWHA02IdNI X IVA UGIS 810� " N 06 t1') M� rW N x W S. 20TH AVE W c 00 Z U Q U� Q O= Z I— Q1 E-+ CQ LLLLJ LO LO 0 U Y 0 0 N i I o N N O DATE(MMIOD/YYYY) �R CERTIFICATE OF LIABILITY INSURANCE 6/28/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER NAME: Greg Holt PHONE 388-7211 AIC,No Gallatin Insurance Agency A/C No 406 E.t: ) 1 ) 200 W.Madison Avenue ADDRESS: greg@gallatininsurance.com INSURER(S)AFFORDING COVERAGE NAIC# Belgrade MT 59714 INSURER A: Acuity A Mut Ins Co 14184 INSURED INSURER B: Treasure State Inc INSURER C: PO Box 588 INSURER D: INSURER E: Belgrade MT 59714 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY FEE POLIL; LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MMIDD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 5 1,000,000 CLAIMS-MADE �OCCUR PREMISES(Ea occurrence) S 100,000 MED EXP(Any one person) $ 5,000 A Y Z97056 03/27/2018 03/27/2019 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000 POLICY a JECOT LOC PRODUCTS-COMP/OP AGG 5 2,000,000 S OTHER: AUTOMOBILE LIABILITY (Ea accident) $ 1,000,000 ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED Z97056 03/27/2018 03/27/2019 BODILY INJURY(Per accident) $ A 1XX AUTOS AUTOS AMAGE HIRED AUTOS X AUTOSWNED (Per accident) S $ X UMBRELLA LIAB MOCCUR EACH OCCURRENCE $ 4000000 A EXCESS LIAB CLAIMS-MADE Z97056 03/27/2018 03/27/2019 AGGREGATE $ 4000000 DED I I RETENTION$ S WORKERS COMPENSATION STATUTE ER AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE ❑NIA E.L.EACH ACCIDENT $ FFICER/MEMBER EXCLUDED?Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ f yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) Certificate holder is additional insured in regard to the general liability when required by contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Bozeman ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 1230 AUTHORIZED REPRESENTATIVE G re.,_9 Hatt- Bozeman,MT,59771 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 26(2014101) The ACORD name and logo are registered marks of ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(07/11//2018 Y) 018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CT PRODUCER 00002-001 NAMP Lynne Brush Allstar Direct Insurance LLC ,PHONE, EXf: (406)234-3696 ac Ne: (406)234-3695 PO Box 762 EMAIL lynneb@allstarregional.com Miles City, MT 59301 INSURERS AFFORDING COVERAGE NAIC# INSURER A: Victory Insurance Company,Inc. 12900 INSURED INSURER B: INSURER C: Treasure State,Inc. PO Box 588 INSURER D: Belgrade, MT 59714 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS L INSR TYPE OF INSURANCE D POLICY NUMBER DD DD GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED'cel $ CLAIMS-MADE ❑OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $. GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ POLICY M PRO- JECT M LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMITlEaaccld $ ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY PERT nDAMAGE $ AUTOS UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION X WC STATU- OTH- AND EMPLOYERS'LIABILITY TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y E.L.EACH ACCIDENT $ 1,000,000 A OFFICER/MEMBEREXCLUDED? N N/A WC100-0000788-2018A 7/1/2018 7/1/2019 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under E.L.DISEASE-POLICY LIMIT 1,000,000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) General operations of the insured. CERTIFICATE HOLDER CANCELLATION City of Bozeman PO Box 1230 THE SHOULD EXPIRATION H DATE THEREOF, POLICIESE DESCRIBED CANCELLED THER OF, NOTICE WILL BE DELIVERED IN Bozeman, MT 59771-1230 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 01988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER COPY