Loading...
HomeMy WebLinkAbout18- Project Manual - Knife River Belgrade - East Tamarack Street Reconstruction PROJECT MANUAL For EAST TAMARACK STREET RECONSTRUCTION CITY OF.BOZEMAN, MT �NTAN SHANE S Nf • 0. 4 52 PE ••.:.•ENSE.••• ;Foe* ••crews• �`+'s• 00 THE ABOVE HEREBY CERTIFY THAT THIS PROJECT MANUAL WAS PREPARED BY THEM OR UNDER THEIR DIRECT SUPERVISION, AND THAT THEY ARE DULY REGISTERED PROFESSIONAL ENGINEER(S) UNDER THE LAWS OF THE STATE OF MONTANA APRIL 2018 I�f Project No. 16417100 ADDENDUM NO. 1 East Tamarack Street Reconstruction City of Bozeman, Montana BID DATE: May 11, 2018 BID TIME: 2:00 PM local time LOCATION: City Clerk's Office, City Hall, Suite 202, PO Box 1230, Bozeman, MT 59771-1230 This Addendum is written for the purpose of clarification and/or modifications to the Contract Documents. Acknowledgement of the Addenda shall be noted per Section 00200 - Instructions to Bidders. As a reminder, Questions received less than seven (7) days prior to the date for opening of Bids may not be answered as per Section 00200 - Instructions to Bidders. The following changes and/or corrections shall be made to and become part of the project plans and specifications. QUESTIONS AND CLARIFICATION: 1. Clarification: Special attention is called to sentence two of Part 1.01 A. of Section 01200 in the Project Manual which states, "Pay items specifically provided in the Bid Form, but not specifically described below, will be measured and paid as specified in the individual technical specifications of MPWSS, supplemented by the COBMODS." This clarification is provided regarding a question concerning measurement and payment for "Excavation Above Subgrade". This item will be measured and paid as described in MPWSS and does include removal and proper disposal of the existing asphalt pavement. SPECIFICATION ITEMS: 1. Add the following Special Provision to Section 00910: 1.05 02730: SANITARY SEWER COLLECTION SYSTEMS A. All sanitary sewer main installation shall include non-woven geotextile wrapped and overlapped around the pipe and bedding section in conformance with the "Geotextile Wrap For Shallow Utility Mains" Detail provided on Sheet G8 of the Plans. Provision is required to minimize potential for soil migration and to maintain integrity of the stone bedding envelope. East Tamarack Street Reconstruction Addendum 1 Page 1 of 3 Project 16417100 2. Add the following Special Provision to Section 00910: 2.21 SPECIAL PROVISION FOR LATTICE MATERIALS Business operations at Lattice Materials require special restrictions due to sensitive manufacturing procedures and its products. Work performed from STA. 6+60 to STA. 8+20 shall adhere to the following work restrictions. A. Work that creates significant vibrations shall be limited to Thursday, Friday, Saturday and Sunday working hours. Such work is anticipated to include Jack Et Bore operations and vibratory compaction operations associated with street section construction. B. Lattice Materials utilizes water for manufacturing processes. Contractor is responsible for careful coordination with Lattice Materials for any necessary service shutdowns to ensure their manufacturing processes are not interrupted. Friday, Saturday and Sunday are best for any necessary water service shutdowns. C. Lattice Materials is a secure facility. Removal and resetting of portions of the existing security fence is required to accommodate the proposed Work. Temporary security fencing shall be installed to maintain adequate closure of the property around the working areas that require temporary fencing removal. D. Contractor shall maintain at least one access to the property at all times. Two gated accesses to the property exist along its eastern boundary. When the primary access onto E. Tamarack requires closure, the primary alternate access to be used shall,be the existing access through the E. Aspen St. alley. Contractor is responsible for careful coordination with both Lattice Materials and the Lehrkind Mansion when access through this alley is required. PLAN SHEET ITEMS: 1. Sheet G8 - SANITARY SEWER AND STORM DRAIN DETAILS: Added "Sanitary Sewer And Storm Drain Manhole Base" Detail to require the structure base to be projected 6" (MIN.) around the outside edge of the manhole barrel. 2. Sheet R1 - EXISTING CONDITIONS Et REMOVALS: Revised note "Relocate Ex. Light Pole (By Others)" at STA. 4+95 LT to delete the "By Others" indication. This existing light pole is a small, private ornamental light post. The required relocation will be the responsibility of the Contractor. 3. Sheet FOC1 - FIBER OPTIC CONDUIT PLAN: Revised "Maintenance Hole Side View" Detail and Note #4 to require the utility box to be constructed flush with finished grade to avoid creating puddles or sheets of ice. Added Note #5 to clarify the conduit is to be maintained at least 1-foot inside the public right-of-way. East Tamarack Street Reconstruction Addendum 1 Page 2 of 3 Project 16417100 4. Sheet FOC2 - FIBER OPTIC CONDUIT PLAN: Added approximate location of existing utilities in the intersection of N. Rouse Ave. and E. Tamarack St. Added Note #4 to provide vertical clearance requirements between the bored conduit and the existing water and sanitary sewer mains. END OF ADDENDUM NO. 1 b T.�SHpANE •` -o • 1 j�G-►-eN ;---�- ,33 No. 4PRI PE 0 _ T ` W7_O600 S� N'••. East Tamarack Street Reconstruction Addendum 1 Page 3 of 3 Project 16417100 �a SIIV134 NI"O INNOlS GNV d3M3S AdVIINVS to 9J w =9Q w� 2 $0 1W `NdWDZ08 co ow „o NVN3ZOS�O AAO = CD NOISIA3a 31H4 'oN NOI�onNISN003N 133UIS NOV" IVWVI J 1¢— ,., m Z w sd LU W . H J Q o<o wz�ww W W U 0z O O •J Q �" N z W w g w U O • �lnLL ozz2M _ ~ W z� m m Z ¢�Jm Z,-� k-tto Z �/� II__ U' Oi ❑¢O Z X w O Q O N Y' • � �¢Z L) < � O V A , 4 / C17 fn O zco � IL m •Q•.♦ e Z < T g LL $p LL Q 11CC1 c� • �° W IC— "IF - y ' W z Ewa _ ui Ly x� < w g Z O ~ a 4 LO a � Z nx t e • U z Q m LL w V Q J G•'• 0 Z J LLJ O �.. � U O 2 U) } N ¢ CL IY O z Q o ILL z Lu i Q 0 J J LL W1r-7ri �h Jg¢W N!n '.J i 'f eF$Z =2 N W =z, co CL QF-U' LLa ICSwu w❑ ❑w a NNa-= �wm ° o�� N- (NCO w ¢O2� � J \ pww -OOo ¢OJJ¢O w g W �G(�Gf� o } ¢ LIJO Lu �•lJ'�'r^dI z UU ��❑z r0�Ow o¢o ,.�,��,. ¢ ¢mr Ya�� Jz�U n � ryJryj jJ _ Q o_x�x O J¢ w F— m 0 Q U fn rE UgQ CD %\ �C W o J J m CD � 1 _ W \l�rl I .1 z W 1. x ❑w 0 D D D —w:' :•:•:•'• -a d - - DLU gJ.:.......:- ❑ � a o�oz wa a n w 0 j m m x r z.•.•:•:•:•: O w �z wLL F-oa•'•: = g>o 06 ww )l ? < •, oo D D 0 DD DO DO ;: �m�.•:•:•: '=_: lg w � W O m ZLL zw N II 0:•:-:•:•:. �N IL ll 1n ¢u J ,— J W° rll� � •' I �4w = II D D 0 D 0 0 a° =0 2 � J z ¢ D D D zLL JU Z _. a '• O zm W to gm 8'., e O p p p mo me Q W J o ��1J Z �W I. _ Z LL O o \ > > __ O w�w �ut� F Z z J J o maQ o� > �(D Q tij zw °n ~ ~ O�OF W x °w z>o� wa m c¢i F c� _- F o z�� H z zow Jam WL)Wg ULj Q m Ei O w dqJ�X J�0 02(n N � ' zJ� ❑L) W ¢ u�J0 LU3 �mwo Jli ovz w¢ U x� zz Iwo wLLz ? :l{� � Wrao mm U Za �o mom o �f UJrw X 2 Jw to zWm WC7 onto w 2-wirma 30 IL wm�wm U z w W z m J jUHO� ❑ I log f/J W ❑O Q(Uo�gU so m LL O 2 ❑ W x ¢ m �zpa m¢g,0 w z zw O-zo p W O QLL¢= ��1n0 z (� 3 coLLCf) W Orzm w w H Umzv ry� �=?z g z w ~ LL o Q0¢= fl gr>¢ U az Z _ �ogw l i o3�z J- c�i w L11 Z � c Ow z,, I I = F-IL {- m az z z cn z c z(z�wo Tl �zwz Z ��a <L z `O QO c0 ¢�a> I I z9LL� W zm UZi O U U g¢a¢ I IT w¢o❑ aY J J l) w /�� L /z/� ii:5 Q a c f/i \\_ (D z 1-- LU g Z W Z ..� J (.� J U W w 2 2 I-LI Z Z I--;--- 1 I.;----I�) F�-•—-—•—-— O � U H F- p w g ('" P1 /] ! Q I I = Zz o dv¢wIZG CD w d —. J ¢ ---� /��---- J z I I Z o o n w o Q w z m v. �i O ° Q LLr w LL =T'o mo ❑ m a o mg �Z:3 = w wag I I ow w o '1 -ww o CO o w ? w I I W Z ZCCU Hz Q ~ o �(L II ¢w ❑� a z Owoag oo - Cc: w I I Q w g >w iR���\ W l5 a ¢ pJ <a -F- V o m W < I- f W J 2 C' 2 WaW0W (o6 z F m I I z \.\ J w F c)<xU ¢O W U __ _ U J 11) W O F—(q W. U— J LLI �— — I I uLL ( So � -- �1--- sl LU �xn ¢ o ❑o g�owa xW m o t(t � J¢ o ( 1 I� l9 _ f 1 Cn a p� U ¢ mZLd'w LL ---- ---- m0 O co \�` �i� Q Z O� N w ❑ xo=zw Olwn> c ) CO O ?� I x U di w o � Lw F- -D— m mJ > J n.o = I I ❑ �- ¢ zo w CL C-)LL, =Oz o z om n z-> /Q� z rxOQ I I mQw�— } U oN i a wz a2oz F Z m g Uw LL U IOLL1 0mm W I— v) LL2 W mQ wir ww U~ zoLU zzw I I r-zQw wF-¢�O x>F'" o >g LOU I�., II wom2 Xm I ¢W ZZ w �wm i nzl �- v l¢nuWwx W o¢zw �z z xn� �gO�m �Qw d wm I- U) US0- 2I-OJ O LL ❑UUxO w W rn z0 wwZmU a❑J H. ZC].... wmZL a2 W 0 w� _ U w0 (YU W d1.J °-zm d Q O a U g H>_ U W x F-g2 LL�ULL ¢U ¢ Ow °•W 3 Lw) wmd �❑Z j OONO wa vi m2 OmJo�cc crcr w zww0 wzw¢ n w ¢ wU U ¢¢wW � oU F- O Z >LL2a2H Q W U m Fz CD u)Qz Q p U ou� ao n nr ? Um¢ o ¢J d O W J LL J Z N M V N g¢aQ U¢0LL r m 2 ,a so OWL- 00+ti VIS -SIVAOW3U V SNOIAGNOD ONUSIX3 `a w 1W'NVVGZO8 lb•AOW3a 310d 1H911'X303SIA38 etozrers w m I- � CDNVW3Z0830 kill NOISIA38 31Va 'ON Nouon ISNOOM 133MIS )I3VH dW`dl 1SV3 N o w rn w z J ❑ o lA W < 0 !— W F— U > W. I' LL ••••• W F- Z W J Z Q O Q • •• �' LL LLi «� N W p W Q. J W O O x W W m U J O U Z 1►J••`•• zQmOZUJ . PO ZC7 ~ f- o w -wixOZQrntn °••� 1_�/••• m rn J Z ❑ p_ _ p r w 4z K Q U' U "- w O tq j Q 0 (n- �n • ••••••u••••.V •• zxUw 4imzz❑ ¢ mpOOw ¢ Jw - a xOLLa. ap�o � Yw • •'/ i �mw� rnX ¢Q} wwc) �rwY W mv� x wa JW JZF- LLH ° r � mo co (A (p2> Kw� WxZZO ¢¢Z mw aI- mmLLW p QOZOURU� OZ . W wx WF- 1 Op- W w x > �Ud' O 2 -W oQ —H 2 �` •• %.• LLj� (1) UZw �� Ip-- OH 2'a� w � ZW a y � 2� IN--ui >wo2Z WNd K� • "• • , �. O�'II•l` i o � Jw goo � ❑ �= w ° xo �? c°� mo z =(Qn � wN o �Uoom?J ° o o °hQ-' Z ��� N:IY�• J � � 3 z Jxi-ZW HZ UHF OF- F- - ¢(n ❑ Jgo UaV1DU �(/1 ¢ ❑ 0 Z. Q z w Z J Z W ¢ m Q Q N U W I- J W Z m W Z J O_J O Z W W W • Ljj � ` Wi L • O W w (q OUOQZ�Jw2' RYp NXUU> Q �U W ¢ gyp � QNc~j ¢ OZNO d' ❑ (L • i ❑ -Z Z W Z Z O w W ~ Q p g 2?� O 1- 1- U W W 0. W - O x LL • (,• •� 3v3 wwJJO � F- Zpw JJa0Uz - v 0u ww Zwmyzwm ❑ O d N y °�.• 11//'�� v �`•: WW W W 2SJJ xi W O W ZJ OXQ I- OJ W W OaUI Q W (p ❑ W ~ U ¢ eO• m Q"JO xcn ?z I- I- ¢ ¢ u, mo ❑ U� x x¢ ?xw� pzmLLZ (/J U ❑ ¢?� x ¢ ax3 ¢ Z F- ° ,.Gc ; :.MATCHLINE STA.10+00 :.o.. .: .:, "'' •.. .. :: .. .. . .. .. .. .. .. .. .. .. .. ... vj ' I � T w q W U oa zz m= 1 ❑ I q i o Z �;. w w x U� W Y5 dZ w] ¢¢ ¢ F z omb ZM m I p co,�J U W W I = ¢X H ❑w i Z w o W(L LLI ¢J Z W< _ �J..I q �mw W Zed' 1-O W L) 1 OWFO U) VFW a0 °°' i b I I X W W X W -. Wo W(n v� 1 W h0w XM ! Og I � q OW 3 O �� w= w MJ I J WO} w'=zx �m I xam U�5 1 Z ❑o o❑N a W �� I ' W W ❑ Q0LL'w 1 q j W U❑0 ❑Q J m N I, W L W I I W g R •b F!N a 1 O z m �dtIli I Zx o Li ¢m W o ¢rn � +L' c cLo o p Z V r O C Z Q w ❑ I W o [>7 W� ' LLZ; �< a l I I o J— x o ow W > W >w > U 8 "��� tI ¢.� � ¢ W Z 0O Q � lu = Y U ~IZ= N 0 ¢ Z w Q C='� _ W U V U W m ti" c l W a z z Z w _ a > w of O N E < w 0 W m a p� Q > W Z 0 g W F W E + J m W c Q Q w' Z ❑ m t j Y W O m Z F. W } cn >- w m w w x z Z rt O c� ui h _ LU } W' W W x W W U 0 O W J O W m W O u ~ Z O z Z of 0 0 x _ ¢ U J < < OfW O O O O CD D U m m QD- I U W w F w m ¢N� Ox m F- F W T o !` /� a. � I � - � �I m X 66 �T - W m co 09+6 - SL+Z- VIS :NVId iin(INOO OIldO U381=1 r i-i ❑ �� =r� wN 1W 'NdW3Z08 S1N3WWOO M31A3N 200 WOO, �a pr o NHW3Z08 JO A110 0 NOISIA3a 31VO 'ON NOI1of1NiSN003�H 1332i1S NO"VVUVI 1S`d3 N 'L o W 0 w C O Y to c y c on E v c o L � Z O ono ' v N 6 E OLL OF x W lV i� p 0 LL, UwI- 2 U�, CC CtiC _cOO ¢ LL 0. Q COM � cu "-OWw JW OzZ- WZ m Fxxa z O � UwH N} = p06 � 02'QQWU W N LLFZZZ UQY� 2OmJ Z LL pU2Z cu 8 U = c L Ea z U O OU � N 0N LL oz0 a0 U0 O z > cpn0 z w :c to Z- QN z C '6L Z Z - L U � (� � � ¢ � zo=Wr vzwxm g � NZLL0 mWo , Ow CxzW mmcoEL ZLL. aaiU � ? 00L) ww � m � ¢ m H 0 Z e- CV M [t Lf) �'-"-...MATCHLINE STA.1+50 :::::H:::::::.: ;:�:::: : 1t:: GI II- I I o X� m'oo �x L+)X� + > W mmm EUJ O I I aim IL w w m _ LL EL p 0 �' • x � z II ° �•- W p W a. 2 w LU --- II .' YII V N I w I + II O N i Z O °- �x� W �F,OtY m�w� II ?uj <0Q_z I LL m J Q - UaL i rn.nZ / Q=Jz mwOm V 1 LU �FDLL,O2 QJF g 00¢z�'w70 9 �' II zo "7 W �� �m o II I p ...... W 1 - o Z W W LD w II} II x W z LL m W I �OZ a a z m Q O Or- p II o¢ 0 w Fz�. O. .- .. W c N • ". w c I��III II z N a z LU I U Z z i c W I � ga I r I II � N C F i O I N I n II �I'! F L � � a N V w O N N a R �� OS+L- 05+6 ViS :NVIdlin(IN00 011dO MASH � r� 1W `Nb'WDZ08 F S1N3WW00 M31A3?J 800 Bl/OE/b I'd � p, c� „o NVN3ZO3-�O All NOISI/�32! 31Y0 'ON NOI1of1NISNOOTH 133�11S NOVU` VYVI ISV3 o w ace F O O Y n3 } _ U ❑ U_ z C vi l6 f0 ++ 01 o } W W zJ > CZZ z i ❑ Vn N C Z L a c0 L ++ oUQ = = Z¢ Z ZLL ❑ � mg = z0 ? h.0 O v� >_ O >> z_ m v O Q t O 2 z 1 (w,) F I J Z LL 3 Z O �Z � � 7 f6 t�-I Q/ N � Q (") M ¢ W Z W U 0: LL U -� Z N Z j W W C �rLl ++ N C M +' cu I— Ulu O � 0wwm Zwmu. 00Q = F (90 � Z = w ? LLHK Ha �UoZU m �N ~� w � w C I C c0 C (0 lD L ¢ w ZZQdZ � wcn � LLm ❑ v� -CS O Lu m ,� C O ¢ O � � ¢ ❑ tgoU � oFLLOwaO W Zp p ............�..... p- m C i Z F- Z w LLI W Y O o 0 U O f •':::;::.�....'1'.. U L 0 - -w g - = w z o w ::::NIATCHLINE STA.7+50 !:: } a� .°� tv ^' ZanwiO � Z °- oLLUZ� znL. LLJZ � I w `n 3 ca E c.) m L woF- Oow _ wwOw OwwO Jo ¢ ,,' N s -E � Q w WfnmfgLLZm AO VIUF 0 ❑ Um ¢ 00 � Z ZLLO I� i U O w •c••> �,, o f CO QLU ui m m U ' W 09 Z _ d 3 -43-60 ti a I 0 O +o ¢-LL ml �mm C I > I ' w V N I... m I LL❑W J cn 25 J>> W N Z F ry co t Y a LL i m x 1� Q YI z N U N O LL N m U f�mm �y Z ff i ujN m Lu O U u M y LLI U� 0.. -:. cV F-W a ❑ cO �J d 3: Cl)I ❑�LUZ 2 wok y LL0o� �0LU (O N z uj OVN r 0 �o E ul 1 E __ - -•� \ _ ., r... .>.... J'Y.1::::::.'�: + rn v 0 m 0 N R T f0 EAST TAMARACK STREET RECONSTRUCTION TABLE OF CONTENTS The Montana Public Works Standard Specifications, Sixth Edition, April 2010 (MPWSS) and the City of Bozeman Modifications to MPWSS (COBMODS), with all addenda, are included by reference in their entirety in this Project Manual and shall be used except as amended or supplemented herein. These documents can be found as follows: MPWSS: http://www.mtagc.org/forms-1/ COBMODS: http://www.bozeman.net/Departments-(1)/Public-Works/Engineering/Forms-and-Permits The Table of Contents below identifies the location of each division and section. DIVISION 0 BIDDING REQUIREMENTS, CONTRACT FORMS/CONDITIONS LOCATION 00000 Bidders Checklist.......................................................................................Included Herein 00100 Invitation to Bid.......................................................................................Included Herein 00200 Instructions to Bidders...............................................................................Included Herein 00300 Bid Form................................................................................................Included Herein 00300A Non-Discrimination Affirmation Form .............................................................Included Herein 00500 Agreement Form ......................................................................................Included Herein 00700 General Conditions for Public Works Projects ..............................................................MPWSS 00810 MPWSS Supplementary Conditions to the General Conditions ...........................................MPWSS 00840 Montana Prevailing Wage Rates ....................................................................Included Herein 00910 Design Engineer's Special Provisions ..............................................................Included Herein 00910A Geotechnical Engineering Report..................................................................Included Herein 00920 Telecom Special Provisions..........................................................................Included Herein NIA City of Bozeman Special Provisions........................................................................COBMODS FORM C-410 Suggested Bid Bond......................................................................................MPWSS FORM C-430 Bid Bond penal Sum Form..............................................................................MPWSS FORM C-510 Notice of Award..........................................................................................MPWSS FORM C-520 Suggested Form of Agreement between Owner and Contractor, Stipulated Price ..........MPWSS FORM C-550 Notice to Proceed .......................................................................................MPWSS FORM C-610 Performance Bond.......................................................................................MPWSS FORM C-615 Payment Bond............................ .............................................................MPWSS FORM C-620 Contractor's Application for Payment ...............................................................MPWSS FORM C-625 Certificate of Substantial Completion ...............................................................MPWSS FORM C-940 Work Change Directive .................................................................................MPWSS FORM C-941 Change Order.............................................................................................MPWSS FORM C-942 Field Order................................................................................................MPWSS DIVISION 1 GENERAL REQUIREMENTS LOCATION 01010 Summary of Work................................................................................................MPWSS 01041 Project Coordination ............................................................................................MPWSS 01050 Field Engineering......................................................................................Included Herein 01050A Staking Request Form ................................................................................Included Herein 01090 References .....................................................................................................MPWSS 01200 Measurement and Payment .........................................................................Included Herein 01300 Submittals .............................................................................................Included Herein 01300A Submittal Form ........................................................................................Included Herein 01300B RFI Form .............................................................................................Included Herein 01400 Quality Control and Quality Assurance............................................................Included Herein East Tamarack Street Reconstruction Table of Contents Page 1 of 4 KLJ Project 16417100 01500 Construction and Temporary Facilities....................................MPWSS supplemented by COBMODS 01560 Environmental Quality Control .....................................................................Included Herein 01570 Construction Traffic Control................................................MPWSS supplemented by COBMODS 01580 Temporary Water Supply....................................................MPWSS supplemented by COBMODS 01590 Erosion Control .......................................................................................Included Herein 01700 Contract Closeout.....................................................................................Included Herein 01720 Record Documents....................................................................................Included Herein DIVISION 2 SITEWORK LOCATION Sections 02100 - Site Preparation 02110 Geotextiles .....................................................................................................MPWSS 02112 Removal of Existing Pavement, Concrete Curb, Sidewalk, Driveway and/or Structures....................................MPWSS supplemented by COBMODS 02113 Adjusting Existing Manholes, Lampholes, Inlets, Water Valve Boxes, Water Services and Fire Hydrants to Grade .............MPWSS supplemented by COBMODS 02114 Relocating or Removing Utility Poles, Street Signs and Mailboxes.....................................................................................MPWSS Sections 02200 - Earthwork 02221 Trench Excavation and Backfill for Pipelines &Appurtenant Structures.......................................MPWSS supplemented by COBMODS 02222 Low Permeability Trench Backfill Plugs......................................................................MPWSS 02225 Flowable Fill .....................................................................................................MPWSS 02230 Street Excavation, Backfill and Compaction ................................................................MPWSS 02234 Sub Base Course..................................................................................................MPWSS 02235 Crushed Base Course .........................................................MPWSS supplemented by COBMODS Sections 02300 - Civil Site Work 02373 Riprap...................................................................................................Included Herein Sections 02500 - Paving and Surfacing 02502 Asphalt Prime and/or Tack Coat...........................................MPWSS supplemented by COBMODS 02504 Asphalt Seal Coat .............................................................MPWSS supplemented by COBMODS 02505 Construction Seal ................................................................................................MPWSS 02510 Asphalt Concrete Pavement.................................................MPWSS supplemented by COBMODS 02515 Portland Cement Concrete Pavement........................................................................MPWSS 02528 Concrete Curb and Gutter...................................................MPWSS supplemented by COBMODS 02529 Concrete Sidewalks, Driveways, Approaches, Curb Turn Fillets, Valley Gutters, and Miscellaneous New Concrete Construction.................................................MPWSS supplemented by COBMODS 02581 Pavement Markings and Markers (Preformed Plastic, Paints and Enamels).................................MPWSS supplemented by COBMODS 02582 Reflective Thermoplastic Pavement Markings...........................MPWSS supplemented by COBMODS Sections 02600 -Water Distribution 02660 Water Distribution ............................................................MPWSS supplemented by COBMODS Sections 02700 - Sewerage and Drainage 02720 Storm Drain Systems..........................................................MPWSS supplemented by COBMODS 02725 Drainage Culverts ................................................................................................MPWSS 02730 Sanitary Sewer Collection Systems ........................................MPWSS supplemented by COBMODS 02740 Jack and Bore Crossings .............................................................................Included Herein East Tamarack Street Reconstruction Table of Contents Page 2 of 4 KLJ Project 16417100 Sections 02900 - Landscaping 02910 Seeding .....................................................................................................MPWSS 02920 Hydraulic Seeding................................................................................................MPWSS DIVISION 3 CONCRETE LOCATION Reference MPWSS applicable sections. DIVISION 9 FINISHES LOCATION 09810 Street Signs ..................................................................................................COBMODS APPENDICES LOCATION Reference MPWSS £t COBMODS for applicable Appendices. CONSTRUCTION PLANS LOCATION Construction Plans dated [March 2018] .......................................................Separate from Specifications East Tamarack Street Reconstruction Table of Contents Page 3 of 4 KLJ Project 16417100 THIS PAGE INTENTIONALLY LEFT BLANK East Tamarack Street Reconstruction Table of Contents Page 4 of 4 KLJ Project 16417100 SION 0 : BIDDING REFQIJ I REMENTS, CONTRACT FORMS &t CONDITIONS BIDDER'S CHECKLIST Please utilize the following Bidder's Checklist before submitting your bid. 1) Original Bid Bond Enclosed? (Personal checks, business checks, and faxed copies are not acceptable.) 2) Bid Proposal: a. Arithmetic Checked? b. Unit Bid amounts agree with math calculations? C. All Addenda acknowledged on proposal sheet and cover? d. Signature portion completely fitted out? e. Bid Proposal Intact in Contract Documents (Do not remove) f. Non-Discrimination Affirmation form completed and signed? 3) Bid Envelope: a. Addressed property? (See Article 1 - Bids, Instructions to Bidders) b. Contains the Contract Documents and Specifications Booklet? C. Acknowledged Receipt of Addenda? d. Seated? 4) Bid Submitted prior to required time at specified location? Be sure to seal your bid. Include project name, bid date/time, contractor name, contractor registration number, 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. East Tamarack Street Reconstruction Bidders Checklist Section 00000 KLJ Project 16417100 Page 1 of 2 THIS PAGE INTENTIONALLY LEFT BLANK East Tamarack Street Reconstruction Bidders Checklist Section 00000 KLJ Project 16417100 Page 2 of 2 SECTION 00100 INVITATION TO BID NOTICE IS HEREBY GIVEN that the City of Bozeman, Montana, is accepting sealed bids for: East Tamarack Street Reconstruction Project Separate sealed bids for the construction of East Tamarack Street Reconstruction will be received by the City of Bozeman City Clerk, City Hall, 121 North Rouse Avenue, P.O. Box 1230, Bozeman, MT 59771-1230. Bids must be received before 2:00 p.m., local time, on Friday, May 11, 2018. Original copies must be submitted- no faxed or electronic bids will be accepted. Bids will be opened and read aloud following the close of bids. The physical address for delivery of the bids is: City Clerk's Office, City Hall, Suite 202, 121 North Rouse Avenue, Bozeman, MT 59771-1230 The mailing address for mailing of the bids is: City Clerk's Office, City Hall, Suite 202, P.O. Box 1230, Bozeman, MT 59771-1230 Please write the name of the project on the front of the sealed bid. The project consists of: Reconstruction of East Tamarack Street from 270 feet east of North Rouse Ave. to the intersection of Front St.; Replacement of existing sanitary sewer main, manholes and appurtenances; Replacement of existing storm drain, inlets, manholes and appurtenances; Removal of the existing road section, curbs, gutters, and pedestrian ramps; Installation of a new 37' (back of curb to back of curb) urban street section including, subgrade, base course, asphalt pavement, concrete curb and gutter, concrete sidewalks, pedestrian ramps, drive approaches, and incidental items; and new signage and pavement markings. The Contract Documents, consisting of Drawings and Project Manual, may be obtained or examined at the office of the Engineer: KLJ, 1982 Stadium Drive, Suite 3, Bozeman, MT 59715 in accordance with Article 2.01 of the Instruction for Bidders. A paper set of contract documents is available for a non-refundable price of $100.00 per set. Contact Shane Strong with KLJ at timothy.strongCkljeng.com or by phone at (406) 582-6222 with any questions during the bidding phase. In addition, the Contract Documents may be examined at the City of Bozeman, Engineering Department, 20 East Olive St., Bozeman, MT 59715. Bidders must purchase and obtain bid documents from Engineer, and be shown on the plan holders list, to be considered a responsive Bidder. East Tamarack Street Reconstruction Invitation to Bid Section 00100 KLJ Project 16417100 Page 1 of 2 There will be an optional Pre-Bid Conference at the office of the Bozeman Engineering Division, 20 East Olive, Bozeman, MT at 11:00 AM local time on Tuesday, May 1, 2018. Interested Contractors are encouraged to attend. Contractors and any of the Contractor's subcontractors bidding or doing work on this project will be required to be registered with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the Department of Labor and Industry, P.O. Box 8011, 1805 Prospect, Helena, MT 59604-8011. Information on registration can be obtained by calling 406-444-7734. All laborers and mechanics employed by Contractor or subcontractors in performance of the construction work shall be paid wages at rates as may be required by the laws of Gallatin County and in accordance with the Montana Prevailing Wage Rates or by Davis Bacon Wage Act. The Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, age, marital status, national origin, actual or perceived sexual orientation, gender identity, or disability. This prohibition shall apply to the hiring and treatment of the awarded entity's employees and to all subcontracts. Every entity submitting under this invitation must sign and return the required affirmation. Each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana in an amount not less than ten percent (10%) of the total amount of the bid. Successful Bidders shall furnish an approved Performance Bond and a Labor and Materials Payment Bond, each in the amount of one hundred percent (100%) of the contract amount. Insurance as required shall be provided by the successful Bidder(s) and a Certificate(s) of that insurance shall be provided. No bid may be withdrawn after the scheduled time for the public opening of bids as identified in this Invitation to Bid. The right is reserved to reject any or all proposals received, to waive informalities, to postpone the award of the contract for a period of not to exceed sixty (60) days, and to accept the lowest responsive and responsible bid which is in the best interest of OWNER. The City of Bozeman is an Equal Opportunity Employer. Dated at Bozeman, MT, this 15th day of April, 2018. Robin Crough, City Clerk City of Bozeman Advertisement in the Bozeman Daily Chronicle on April 15, 2018 and April 29, 2018. East Tamarack Street Reconstruction Invitation to Bid Section 00100 KLJ Project 16417100 Page 2 of 2 SECTION 00200 INSTRUCTIONS TO BIDDERS GENERAL These Instructions to Bidders shall be used in lieu of Section 00200 - Instructions to Bidders found in the Montana Public Works Standard Specifications, 6th Edition. In addition, these Instructions to Bidders are supplementary to the modifications to Section 00200 found in the City of Bozeman Standard Modifications, dated March 31, 2011. Should any discrepancy exist between these Instructions to Bidders and the City of Bozeman Standard Modifications, the City of Bozeman Standard Modifications shalt take precedence. ARTICLE 1 - DEFINED TERMS 1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and the Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder - The individual or entity who submits a Bid directly to Owner, as distinct from a sub-bidder, who submits a bid to a Bidder. B. Design Engineer - shall mean KLJ. C. City Engineer - shalt mean the City of Bozeman. D. Issuing Office - The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. E. Owner - shalt mean the City of Bozeman. F. Successful Bidder - The lowest responsible Bidder submitting a responsive Bid to whom Owner (on the basis of Owner's evaluations as hereinafter provided) makes an award. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Invitation to Bid may be obtained from the Issuing Office. The deposit will not be refunded. 2.02 Complete sets of Bidding Documents must be used in preparing Bids; neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. East Tamarack Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417100 Page 1 of 14 2.03 Owner and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not authorize or confer a license for any other use. ARTICLE 3 -QUALIFICATION OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the work, within five (5) days of Owner's request, Bidder shalt submit written evidence, such as financial data, previous experience in performing comparable work, present commitments and other such data as may be called for in the Special Provisions. 3.02 In determining the lowest responsible bid, the following elements will be considered: whether the Bidder involved (a) maintains a permanent place of business; (b) has adequate plant and equipment to do the work properly and expeditiously; (c) has a suitable financial status to meet obligations incident to the work; and (d) has appropriate technical experience. 3.03 Each Bidder may be required to show that former work performed by him has been handled in such a manner that there are no just or proper claims pending against such work. No Bidder will be acceptable if he is engaged on any other work which impairs his ability to finance his contract. The Bidder shall demonstrate his ability by meeting all requirements herein stipulated, if asked for them. 3.04 Bidder is advised to carefully review those portions of the Bid Form requiring Bidder's representations and certifications. 3.05 All Contractors conducting work within the City of Bozeman are required to have a current Business License. Application for Business Licenses may be obtained at City Hall, 121 North Rouse Avenue, Bozeman, Montana. 3.06 All Contractors will have a policy to provide equal employment opportunity in accordance with all applicable state and federal anti-discrimination laws, regulations, and contracts. Contractor will not refuse employment to a person, bar a person from employment, or discriminate against a person in compensation or in a term, condition, or privilege of employment because of race, color, religion, creed, political ideas, sex, age, marital status, national origin, actual or perceived sexual orientation, gender identity, physical or mental disability, except when the reasonable demands of the position require an age, physical or mental disability, marital status or sex distinction. Contractor shall be subject to and comply with Title VI of the Civil Rights Act of 1964; Section 140, Title 2, United States Code, and all regulations promulgated thereunder. Contractor shall require these nondiscrimination terms of its sub- Contractors providing services under this agreement. A. The Bidder shall affirm the adherence to these requirements by completing the Non-Discrimination Affirmation Form bound herein. East Tamarack Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417100 Page 2 of 14 ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA AND SITE 4.01 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the site is based upon information and data furnished to Owner and Engineer by Owners of such Underground Facilities, including Owner, or others. Owner and Engineer do not assume responsibility for the accuracy or completeness thereof unless expressly provided otherwise elsewhere. 4.02 Hazardous Environmental Condition A. The Special Provisions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the site, if any, that Engineer has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in Paragraph 4.03.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in the Special Provisions has been identified and established in Paragraph 4.06 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.03 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in Paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the work appear in Paragraph 4.06 of the General Conditions. 4.04 Upon request, Owner will provide Bidder access to the site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill and compact all holes and clean up and restore the site to its former condition upon completion of such explorations, investigations, tests, and studies. Bidder shall comply with all applicable Laws and Regulations relative to excavation and utility locates. East Tamarack Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417100 Page 3 of 14 A. Reference is made to the Special Provisions for the identification of the general nature of other work that is to be performed at the site by Owner or others (such as utilities and other prime Contractors) that relates to the work for which a Bid is to be submitted. On request, Owner will provide to each Bidder for examination access to or copies of Contract Documents (other than portions thereof related to price) for such work. B. Paragraph 6.13.0 of the General Conditions indicates that if an Owner safety program exists, it will be noted in the Special Provisions. 4.05 It is the responsibility of each Bidder before submitting a Bid to: A. Examine and carefully study the Bidding Documents including any Addenda and the other related data identified in the Bidding Documents. B. Visit the site and become familiar with and satisfy Bidder as to the general, local, and site conditions that may affect cost, progress, and performance of the work; including but not limited to those general and local conditions affecting transportation, disposal, handling and storage facilities, availability of labor, water, power, roads, climactic conditions and seasons, physical conditions at the work sites and project area as a whole, job site topography and ground conditions, equipment and facilities needed preliminary to and during work prosecution. C. Become familiar with and satisfy Bidder as to all Federal, State and Local Laws and Regulations that may affect cost, progress, or performance of the work. D. Carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except underground Facilities) which have been identified in the Special Provisions as provided in Paragraph 4.02 of the General Conditions, and carefully study all reports and drawings of a Hazardous Environmental Condition, if any, at the site which have been identified in the Special Provisions as provided in Paragraph 4.06 of the General Conditions. E. Obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface and underground facilities) at or contiguous to the site which may affect cost, progress, or performance of the work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto. East Tamarack Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417100 Page 4 of 14 - F. Agree at the time of submitting its bid that no further examinations, investigations, exploration, tests, studies or data are necessary for the determination of its Bid for performance of the work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Become aware of the general nature of the work to be performed by Owner and others at the site that relates to the work as indicted in the Bidding Documents. H. Correlate the information known to Bidder, information and observations obtained from visits to.the site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Promptly give Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by Engineer is acceptable to the Bidders. J. Determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the work. 4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the work required by the Bidding Documents and applying any specific means, methods, techniques, sequences or procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in Bidding Documents and the written resolutions thereof by Engineer are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the work. ARTICLE 5 - PRE-BID CONFERENCE 5.01 There will be an optional Pre-Bid Conference at the office of the Bozeman Engineering Division, 20 East Olive, Bozeman, MT at 11:00 AM local time on Tuesday, May 1, 2018. Interested Contractors are encouraged to attend. ARTICLE 6 - SITE AND OTHER AREAS 6.01 The site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the work are to be obtained and paid for by Contractor. Easements for permanent structures or East Tamarack Street Reconstruction Instructions to Bidders Section 00200 KU Project 16417100 Page 5 of 14 permanent changes in existing facilities are-to be obtained and paid for by Owner unless otherwise provided in the Bidding Documents. ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to Engineer in writing. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Questions received less than seven (7) days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 7.02 Addenda may be issued to clarify, correct or change the Bidding Documents as deemed advisable by Owner or Engineer. 7.03 Any addenda issued during the time of bidding, or forming a part of the Contract Documents loaned to the Bidder for the preparation of his proposal, shall be covered in the Bid and shall be made a part of the Agreement. Receipt of each addendum shall be acknowledged in the Bid. Any Bid in which all issued Addenda are not acknowledged will be considered incomplete and will not be read. ARTICLE 8 - BID SECURITY 8.01 A Bid must be accompanied by Bid Security made payable to Owner in an amount of ten percent (10%) of Bidder's maximum Bid price and in the form of cash, a cashier's check, certified check, bank money order, or bank draft, in any case drawn and issued by a national banking association located in Montana or by any banking corporation incorporated under the laws of Montana; or a Bid Bond (on a form attached if a form is prescribed) issued by a surety authorized to do business in Montana meeting the requirements of Paragraphs 5.01 and 5.02 of the General Conditions. 8.02 The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents and furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within fifteen (15) days after the Notice of Award, Owner may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of (7) seven days after the Effective Date of the Agreement or the stated holding period has expired as identified in the Invitation to Bid, whereupon Bid security furnished by such Bidders will be returned. East Tamarack Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417100 Page 6 of 14 8.03 Bid security of other Bidders whom Owner believes do not have a reasonable chance of receiving the award will be returned within ten (10) days after Bid opening. ARTICLE 9 - CONTRACT TIMES 9.01 The number of days within which, or the dates by which, the work is to be (a) Substantially Completed and (b) also completed and ready for final payment are set forth in the Agreement. ARTICLE 10 - LIQUIDATED DAMAGES 10.01 Provisions for liquidated damages, if any, are set forth in the Agreement. ARTICLE 11 - SUBSTITUTE AND "OR-EQUAL" ITEMS 11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Bidding Documents that a substitute or "or equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by Engineer is set forth in Paragraphs 6.05 of the General Conditions and may be supplemented in the General Requirements or Special Provisions. ARTICLE 12- SUBCONTRACTORS, SUPPLIERS AND OTHERS 12.01 If the Special Provisions require or Owner would request the identity of certain Subcontractors, Suppliers, individuals or entities to be submitted to Owner in advance of a specified date prior to the Effective Date of the Agreement, the apparent successful bidder, and any other Bidder so requested, shalt within five (5) days after Bid opening submit to Owner a list of all such Subcontractors, Suppliers, individuals or entities proposed for those portions of the work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such subcontractor, s upptier, individual, or entity if requested by Owner. If Owner or Engineer, after due investigation, has reasonable objection to any proposed subcontractor, supplier, individual or entity Owner may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, without an increase in the Bid. 12.02 If the apparent Successful Bidder declines to make any such substitution, Owner may determine such Bidder to be non-responsive and reject the Bid. Declining to East Tamarack Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417100 Page 7 of 14 make requested substitution will not constitute grounds for forfeiture of the Bid Security of any Bidder. Any Subcontractor, Supplier, individual or entity so listed and against which Owner and Engineer makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions. 12.03 Contractor shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom Contractor has reasonable objection. 12.04 The use of Subcontractors listed by the Bidder and accepted by Owner prior to the Notice of Award will be required in the performance of the work. ARTICLE 13 - PREPARATION OF BID 13.01 Bids shall include all items listed on the Bid Form. Bids shall be strictly in accordance with the prescribed form. Any modifications thereof or deviations there from may be considered as sufficient cause for rejection. Bids carrying riders or qualifications to the Bid being submitted may be rejected as irregular. 13.02 All blanks on the Bid Form shall be completed by printing in ink and the Bid signed. 13.03 Bids by a corporation must be executed in the corporate name by the president or a vice-president or other corporate officer who is authorized to bind the corporation, and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and State of Incorporation must be shown below the signature. The Bid of a corporation, which is signed by a person other than a corporate officer, must be accompanied by evidence of authority to sign. 13.04 A bid by a partnership shall be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 13.05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The State of formation of the firm and the official address of the firm must be shown below the signature. 13.06 A Bid by an individual shall show the Bidder's name and official address. 13.07 A Bid by a Joint Venture shall be executed by each Joint Venturer in the manner indicated on the Bid form. The official address of the -Joint Venture must be shown below the signature. 13.08 All signatures are to be in ink and names must be typed or printed below the East Tamarack Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417100 Page 8 of 14 signature. The title of the person(s) executing the Bid shall be clearly indicated beneath the signature. 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). Bids in which all issued addenda are not acknowledged will be considered incomplete and will not be read. 13.10 Physical street, mailing (if separate from physical) and e-mail addresses and telephone number for communications regarding the Bid shall be shown. ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS 14.01 Bids. A. Bidders shall submit a Bid on a unit price and/or lump sum basis for each item of work listed in the Bid schedule as provided in the Bid form. The Bid will not be considered unless the Bid Form contains prices for all unit price and/or lump sum items, and alternates, as shown on the Bid Form. Bids and totals shall be shown legibly in their proper locations. The total amount of the Bid shalt be legibly written and numerically presented in the proper places and the Bid Form shall be manually signed. B. The total bid price shall be stated in both writing and in figures. C. The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price bid for the item. The final quantities and Contract Price will be determined in accordance with Paragraph 11.03 of the General Conditions. D. Discrepancies between the multiplication of Units of Work and Unit Price will be resolved in favor of the Unit Prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. ARTICLE 15 - SUBMITTAL OF BID 15.01 Each prospective Bidder is to execute one copy of the Bidding Documents. The Bid shall be on the forms bound in these Contract Documents. Neither the proposal nor any other pages bound herein or attached hereto shall be detached. East Tamarack Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417100 Page 9 of 14 15.02 A Bid shalt be submitted no later than the date and time prescribed and at the place indicated in the Invitation to Bid and shalt be enclosed in an opaque sealed envelope, plainly marked with the following: A. Addressed to: City Clerk City Hall 121 North Rouse Avenue PO Box 1230 Bozeman, MT 59771-1230 B. Name of Project: EAST TAMARACK STREET RECONSTRUCTION C. Name of Bidder: D. Montana Certificate of Contractor Registration Number: E. Acknowledgment Receipt of Addendum No.: , F. In the Lower left-hand corner of the envelope print or type: "BID DOCUMENTS - DO NOT OPEN UNTIL 2:00 P.M., on May 11, 2018. 15.03 All Bids will be subject to the following: A. The Bid will not be considered unless accompanied by proper Bid Security in accordance with Article 8 of these Instruction to Bidders. B. Alternative Bids will not be considered unless called for. ARTICLE 16 -MODIFICATION AND WITHDRAWAL OF BIDS 16.01 Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids as called for in the Invitation to Bid. Requests for modification or withdrawal must be written and must be signed in the same manner and by the same person(s) who signed the Bid. 16.02 Any Bidder may modify their bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids. The telegraphic communication shall not reveal the bid price, but shall only provide the addition or subtraction from the original proposal. Telegraphic proposal modification must be verified by letter. This written confirmation shall be received no later than three (3) working days following the bid opening or no consideration will be given to the telegraphic modification. 16.03 If, within twenty-four hours after Bids are opened any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid and the Bid security will be returned. Thereafter, if the work is rebid or negotiated, that Bidder will be East Tamarack Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417100 Page 10 of 14 disqualified from further bidding on the work. ARTICLE 17 - OPENING OF BIDS 17.01 Bids will be opened at the time set for opening in the Invitation to Bid and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All bids will remain subject to acceptance for sixty (60) days after the day of the bid opening, but Owner may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period. ARTICLE 19 -AWARD OF CONTRACT 19.01 Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive, unbalanced or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non-responsible. Owner also reserves the right to waive all informalities not involving price, time or changes in the work and to negotiate contract terms with the Successful Bidder. Owner reserves the right to reject the Bid of any Bidder if Owner believes it would not be in the best interest of the Project to make an award to that Bidder whether because Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Owner. 19.02 More than one Bid for the same work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the work may be cause for disqualification of the Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03 In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 19.04 In evaluating Bidders, Owner will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Special Provisions. 19.05 Owner may conduct such investigations as Owner deems necessary to establish the East Tamarack Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417100 Page 11 of 14 responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals or entities to perform the work in accordance with the Contract Documents. 19.06 If the Contract is to be awarded, Owner will award the Contract to the responsible Bidder whose Bid, conforming with all material terms and conditions of the Bidding Documents, is lowest price, in the best interest of the Project, and other factors considered, Owner reserves the right to accept or reject the Bids, or portions of-Bids if denoted in the Bid as separate schedules, and to award more than one Bid or schedule for the same Bid if any of the aforementioned combination of Bids or schedules will be in the best interest of Owner. Owner reserves the right to cancel the award of any Agreement at any time before the complete execution of said Agreement by all parties without any liability against Owner. ARTICLE 20-CONTRACT SECURITY AND INSURANCE 20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth Owner's requirements as to Performance Bond, Payment Bond, and Certificates of Insurance. When the Successful Bidder delivers the executed Agreement to Owner, it must be accompanied by such Bonds and insurance. ARTICLE 21 -SIGNING OF AGREEMENT 21.01 When Owner gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within fifteen (15) days thereafter, Successful Bidder shall sign and deliver the number of counterparts of the Agreement and attached documents to Owner as listed in the Notice of Award. Upon Execution, within fifteen (15) days, Owner will deliver one fully signed counterpart to Successful Bidder with a complete set of the Drawings and Specifications. 21.02 The successful Bidder, upon failure or refusal to execute and deliver the contract and bonds required within ten (10) days after receiving notice of the acceptance of their bid, shall forfeit to Owner as liquidated damages for such failure or refusal, the security deposited with the bid, as provided in 18-1-204 Montana Code Annotated. ARTICLE 22 - STATE LAWS AND REGULATIONS 22.01 All applicable laws, ordinances and the rules and regulations of authorities having jurisdiction over construction of the project shall apply to the Contract throughout. State laws and ordinances which Contractor must comply with, include but are not limited to, those involving workmen's compensation insurance, contractor registration, employment preference to Montana contractors and Montana residents, and gross receipts tax. East Tamarack Street Reconstruction Instructions to Bidders Section 00200 KLJ Project 16417100 Page 12 of 14 22.02 On all projects and contracts with Owner, Contractor and all subcontractors shall pay the standard prevailing rate of wages for all labor employed. The standard prevailing rate of wages, as used herein, means that standard prevailing rate of wages in the locality where the work is to be performed as determined under the Montana Statewide Prevailing Wage Rates and as bound herein, The Contractor and Subcontractors are directed to the Montana Commissioner of labor for information on the standard prevailing rate of wages applicable to this contract within this area 22.03 Contractor shall post in a prominent and accessible place on the site of the work a legible statement of all wages to be paid to the employees. 22.04 In accordance with Title 15, Chapter 50, MCA, Owner shall withhold in addition to other amounts withheld as provided by taw or specified herein, one percent (1%) of all payments due Contractor and shall transmit such monies to the Montana Department of Revenue. ARTICLE 23 - NOTICE OF EXTENDED PAYMENT PROVISION 23.01 This contract allows Owner to make payment within 21 days after approval of the payments. Payments made after the time limit will be subject to interest at the rate specified in the agreement. ARTICLE 24 - BIDDER PREFERENCE 24.01 In accordance with the provisions of Title 18, Chapter I, Part I, MCA a preference will be given to the lowest responsible Bidder who is a resident of the State of Montana over a nonresident Bidder from any state or country that enforces a preference in their state or country for their resident Bidders. The preference given to Montana resident Bidders will be equal to the preference given in the other state or country. This preference applies unless specifically prohibited by Federal laws or regulations. Products manufactured or produced in the State of Montana shall be preferred for use in all projects if such products are comparable in price and quality. Further, wherever possible, products manufactured and produced in the State which are suitable substitutes for products manufactured or produced outside the State and comparable in price, quality and performance shall be preferred for use in this project. Preference regarding these products shall be in accordance with the laws of the State of Montana. END OF SECTION East Tamarack Street Reconstruction Instructions to Bidders Section 00200 KU Project 16417100 Page 13 of 14 THIS PAGE INTENTIONALLY LEFT BLANK East Tamarack Street Reconstruction instructions to Bidders Section 00200 KLJ Project 16417100 Page 14 of 14 SECTION 00300 BID FORM PROJECT IDENTIFICATION: EAST TAMARACK STREET RECONSTRUCTION BOZEMAN MONTANA KLJ PROJECT#:16417100 ARTICLE 1 - BID RECIPIENT 1.01 This Bid is submitted to: City Clerk City Hall 121 North Rouse Avenue PO Box 1230 Bozeman, Montana 59771-1230 1.02 The undersigned Bidder proposes and agrees if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents, to perform and furnish all Work as specified or indicated in the 'Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 - BIDDER'S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid, and Instructions to Bidders, including without limitations those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged: Addendum No. Addendum Date East Tamarack Street Reconstruction Bid Form Section 00300 KLJ Project 16417100 Page 1 of 14 B. Bidder has visited the site and become familiar with and is satisfied as to the general, local, and site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all (1) reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Special Provisions as provided in Paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in the Special Provisions as provided in Paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of the Work to be performed by Owner and others at the site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies and data with the Bidding Documents. I. Bidder has given Engineer written_notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. East Tamarack Street Reconstruction Bid Form Section 00300 KLJ Project 16417100 Page 2 of 14 ARTICLE 4 - BIDDER'S CERTIFICATION 4.01 Bidder further represents that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. B. That no official of Owner, Engineer or any member of such official's immediate family, has direct or indirect interest in the pecuniary profits or Contracts of Bidder. ARTICLE 5 - BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the price(s) as listed in the Unit Price Schedule, and Bidder understands and acknowledges that: A. Bidder's Unit Prices have been computed in accordance with Paragraph 11.03.B. of the General Conditions. B. Bidder acknowledges that estimated quantities are not guaranteed and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. C. Bidder agrees that, during progress of the work, Owner may find it advisable to omit portions of the work, to increase or decrease the quantities as may be deemed necessary or desirable, that the actual amount of work to be done and materials to be furnished may differ from the estimated quantities, and that the basis for payment under this contract shall be the actual amount of work done and materials furnished. D. Bidder agrees that they will make no claim for damages, anticipated profits or otherwise on account of any difference which may be found between quantities of work actually done and the estimated quantities. E. Bidder shall base their bid on materials and equipment complying fully with the plans and specifications and , in the event materials or equipment which do not conform are named in the bid, Bidder will be responsible for furnishing materials and equipment which fully conform at no change in the bid price. F. Bidder agrees that the unit prices shall govern in checking the Bid, and should a East Tamarack Street Reconstruction Bid Form Section 00300 KLJ Project.16417100 Page 3 of 14 discrepancy exist in the Total Estimated Price and Total Amount of Unit Prices Bid as listed above after extensions are checked and corrections made, if any, the Total Amount of Unit Prices Bid as corrected shall be used in awarding this Contract. G. Bidder understands that the award will be made by Owner on the basis of that Bid from the lowest responsive, responsible Bidder which, in Owner's sole and absolute judgment, will best serve the interest of Owner. The low bidder will be determined on the basis of the lowest Total Combined Schedule 1, 2, 3, 4, and 5 Bid. H. Owner reserves the right to reject any or all bids. East Tamarack Street Reconstruction Bid Form Section 00300 KLJ Project 16417100 Page 4 of 14 East Tamarack Street Reconstruction Project City of Bozeman, MT SCHEDULE 1 - GENERAL CONDITIONS Estimated Item # Description Quantity Unit Unit Price Total Estimated Cost 101 Mobilization 1 LS $ $ 1955 — 102 Taxes, Bonds, & Insurance 1 ;LSA 103 Stormwater Management & Erosion 1 LS $ 6 5250 ao $ 52w, �o Control 104 Construction Traffic Control 1 LS $ 52V $ '�.`� SOo TOTAL BID - SCHEDULE 1 $ Th,e)11a•wji+R S; T ek g'v/ Two a004yol b1l, ..,W Zero ee r (Total Base Bid - Witten Words) l I Y l i East Tamarack Street Reconstruction Bid Form Section 00300 KLJ Project16417100 Page 5 of 14 SCHEDULE 2 - STREET IMPROVEMENTS Estimated Item # Description Quantity Unit Unit Price Total Estimated Cost 201 Miscellaneous Work 1 LS $ 25,000 $ 25,000 202 Site Clearing 1 LS $ ; '—"o $ a 3 -fno 203 Relocate Existing Rail Car 1 LS $ ,� ° $ 500 204 Remove Existing Bridge Rail 1 LS $ ,(P � $ � 6Sd 205 Concrete Removal — Existing Bridge 25 SY $ $ Sidewalk luS ~ 95 206 Concrete Removal - Flatwork 222 SY $ ° $ 207 Concrete Removal - Curb & Gutter 519 LF $ $ 1 557 = 208 Remove Existing Street Sign & Post 6 EA $ 17S °� $ D,SD 209 Reset Existing Fire Hydrant 2 EA $ 150- $ S�- 210 Reset Existing Water Service Curb 1 EA $ 750°- $ 7SO Stop & Box 211 Existing Water Valve Boxes to Adjust 3 EA $ 4,0 ` $ 1, 212 Existing Sewer Manholes to Adjust 4 EA $ �,t(,� $ q �Gt4 I(Sanitary & Storm 213 Excavation Above Subgrade 2,581 CY $ 3Q° $ /00 65;-?__. 214 Subgrade_Stabilization 1,168 SY $ $ J&6q6-' 215 Non-Woven Separation Fabric 3,682 SY $ $ 7 3Z'ey 216 3" Crushed Subbase Course 1,100 CY $ 9 $ 217 1-1/2" Crushed Base Course 580 CY $ 38 $ 218 Asphalt Concrete Surface Course 790 TON $ 7� $ y7O Grade Type B, Incl. Bitumen Material 219 Concrete Pavement Patch 139 SY $ 3D^ $ y 170 220 Combined Curb & Gutter 1,579 LF $ 1 — $ A3, 685-� 221 Concrete Sidewalk (4-Inch) 7,481 SF $ $ 17,3r29 a 222 Concrete Sidewalk (6-Inch) 1,559 SF $ /0-- $ 5' O 223 New Bridge Sidewalk 303 SF $ J$ GIGD 224 Detectable Warning Panels 40 SF $ $ 225 Concrete Driveway (6-inch) 2,800 SF $ ID $ �8 a7o— 226 Concrete Valley Gutter 720 SF $ 117 $ Bridge Pedestrian Rail (MDT Std. $ av $ °O 227 DrawingNo. SBR-PED) 46 LF ,.BS f 3�1/� 228 Street Sign & Post 16 EA $ — $ 7 9� 229 Reset Existing Street Sign & Post 1 EA $ $ 230 Inlaid Plastic Pavement Marking — 765 LF $ oD $ 04> White 4-Inch G ` 510— Inlaid Plastic Pavement Marking — $ oo $ 231 White (24-Inch) 102 LF �{� � �-f�5�0 Preformed Inlaid Plastic Pavement $ ms $ °e 232 Markin -White Message 152 SF dZ, �j �.Z 233 Epoxy Paint-- Curb Top & Face 2.0 1 GAL $ OD $ l 80 East Tamarack Street Reconstruction Bid Form Section 00300 KLJ Project 16417100 Page 6 of 14 234 Hydraulic Seeding 820 SY ,Z $ TOTAL BID - SCHEDULE 2 $ F.-t AwW"W NAe-Aot Ael Y zero Ge-13 (Total Base Bid—Written Words) I l I I l l t " i East Tamarack Street Reconstruction Bid Form Section 00300 Y KLJ Project 16417100 Page 7 of 14 SCHEDULE 3 e STORM DRAIN IMPROVEMENTS Estimated Item # Description Quantity Unit Unit Price Total Estimated Cost 301 Remove Existing Storm Drain Inlet 2 EA $ 46 — $ 1 2 70 302 Remove Existing Storm Drain Manhole 1 EA $ J60 pO $ m— 303 Remove Existing Storm Drain Pie 315 LF $ /$°— $ S 670 -- 304 12"ASTM F949 PVC Storm Drain 30 LF $ $ Pie 53 //-f — 305 12" C900 DR25 PVC Storm Drain Pie 33 LF $ 43 $ t 073? 306 15"ASTM F949 PVC Storm Drain 277 LF $ $ Pipe 5Y— lygSB _. 307 8" Storm Drain Manhole 2 EA $ 3 /0— $ 6 ,34:5," 308 72" Storm Drain Manhole 1 EA $ 5 7M` $ $750 e- 309 Additional 48" Storm Drain Manhole 1 VF $ ,- $ e0 Depth 149 /,� 310 Additional 72" Storm Drain Manhole 1 $ ea Depth �'L,SO: 311 Storm Drain Inlet- Standard Square 4 EA $ / I7,1— $ 7 pGrD — 312 Connect to Existing Storm Drain 1 EA $ ,�,�� $ Manhole 313 Imported Backfill 100 CY $ 25.00 $ 2,500.00 314 Type 2 Pipe Bedding 40 CY $ 25.00 $ 1,000.00 315 Exploratory Excavation 16 HR $ O-- _ o TOTAL BID - SCHEDULE 3 $ �� F'fil FarTlwu.sGnc� Se/'?ry �o��rs 9KGf Zerr���(��r/S (Totat Base Bid - Written Words) East Tamarack Street Reconstruction Bid Form Section 00300 ICLJ Project 16417100 Page 8 of 14 SCHEDULE 4 — SANITARY SEWER IMPROVEMENTS Estimated Item # Description Quantity Unit Unit Price Total Estimated Cost 501 By-Pass Pum in 1 LS $ /9 $ - 502 Dewaterin 1 LS $ /A !17�-- 503 Asbestos Inspection 1 I_S $ $ 3� _ 504 Cold Milling (N. Wallace Ave. 148 SY $ ' $ j� 029 eo Intersection Only) 1A 505 Remove Existing Sanitary Sewer 18 LF $ $ 74 Main 506 Connect to Existing Sanitary Sewer 2 EA $ ,�,,/7✓`' _o $ I Manhole 507 Abandon Sanitary Sewer Manhole in 2 EA $ 1 $ Place `� J 508 Fill and Abandon Sanitary Sewer 31 CY $ ��O—� $ Main 509 24" - SDR 26 PVC Sanitary Sewer 606 LF $ ),60 —60 $ I Main 24" C900 DR25 PVC Sanitary Sewer o0 00 510 105 LF $ '�,a;,0 —' $ Main 23i1� 511 Jack & Bore 36" Steel Casing (0.375" 125 LF $ ob $ Thickness 512 24" — SDR 26 PVC Sanitary Sewer 140 LF $ 195 e.6 $ A7 a ( Main Installed Through Steel Casing) l j 513 Type 2 Pipe Bedding 40 CY $ 25.00$ 1,000.00 514 Imported Backfill 100 CY $ 25.00$ 2,500.00 I 515 60" Sanitary Sewer Manhole 6 EA $ 57A $ '- Additional 60" Sanitary Sewer $ ge $ a 516 Manhole Depth 39.7 VF x5p w 517 Sanitary Sewer Service Replacement 227 LF $ 315— $ 7/ �—" 518 Cleanout 2 EA $ 8 $ / 6S?' a I 519 Exploratory Excavation 16 HR $ 45' -- $ l l TOTAL BID - SCHEDULE 4 .,,/ // O$ 07 'YY, S,,r Atio rwt StAle /ho � ��49k A�' i�rd 611-3 4 Zero Cep 55 Total Base Bid - Written Words od VTOTAL COMBINED BASE BID - SCHEDULES 1 thru 4 0" fe" 74iogN/ 51x 144o el6 74rft v.; z&v &AA (Total Base Bid - Written Words) I East Tamarack Street Reconstruction Bid Form Section 00300 KLJ Project 16417100 Page 9 of 14 5.02 Additive Bid Alternatives A. The following items are to be Bid as additive Work alternatives to the Total Base Bid. Any and all costs associated with the additive Work items have been reviewed and considered by the Contractor. The Contractor is aware that all costs for the Total Base Bid are complete and stand alone. The Owner may select any combination of these additive Work alternatives with the Base Bid. Contractor's attention is called to Section 00920 of the Project Manual for the Special Provisions governing the additive Work. ADDITIVE BID ALTERNATIVES Estimated Item # Description Quantity Unit Unit Price Total Estimated Cost A101 BM60 (4X2" SDR11 HDPE, Bundled 1,530 LF $ 81 $ �z y �qs� with 20 Ga. Tracer Wire A102 BHF 30X48X36 T 6 EA $ If 87f $ 11j Z 32� NOTE: Bidder is not required to provide a price for any additive Bid Alternatives provided above, but be advised that the Owner reserves the right to award low bid based on any combination of these additive Bid Alternatives with the Total Base Bid. ARTICLE 6 - TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially completed and competed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the Contract Time shalt commence and expire as stated in the Agreement. 6.03 Bidder accepts the provisions of the Agreement as to liquidate damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. ARTICLE 7 - ATTACHMENTS TO THIS BID 7.01 The following documents are attached to and made a condition of the Bid: A. Required Bid security in the amount of 10% of the maximum Bid price including alternates, if any, and in the form of a Bid Bond identified in the Instructions To Bidders. B. Any requirements per Special Provisions, including: (1) tabulation of Subcontractors, Suppliers, and others; (2) individuals and entities required to be identified in this Bid; (3) required Bidder qualifications statement with supporting data; and, East Tamarack Street Reconstruction Bid Form Section 00300 KLJ Project 16417100 Page 10 of 14 C. Completed and Signed Non-Discriminated Affirmation form, bound herein. ARTICLE a - DEFINED TERMS 8.01 The terms used in this Bid with the initial capital letters have the meanings indicated in the Instructions to Bidders, General Conditions, and the Supplementary Conditions. I I [ [ [ [ [ ( East Tamarack Street Reconstruction Bid Form Section 00300 KLJ Project 16417100 Page 11 of 14 ARTICLE 9 - BID SUBMITTAL SUBMITTED on A Z-01 (Dat ) Montana Contractor's Registration #� 0 Employer's Tax ID No. If BIDDER is: An Individual: (Name typed or printed) By: (Individual's Signature) Doing business as: Business Address: Phone No.: FAX No: A Partnership: (Partnership Name) By: (Signature) (Name, typed or printed) Business Address: Phone No.: FAX No: East Tamarack Street Reconstruction Bid Form Section 00300 KLJ Project 16417100 Page 12 of 14 A Corporation: el-I I FE fl 1 V'e--2 -- ? [_(" a-A bE ,/ (Corporation Name) State of Incorporation: /`'(O &4-A Type (General Business, Professional, Service, Limited Liability): �61 . )L__ &u S /ziGSS B j V (Signature gPperson authorized Jo sign) Title: l c.E &957.00-t-r' Attest: Signature) f Business Address: D He::�K71 l �ti 2a �F 597 I Phone No.: ��— ��3Z FAX No: .3 99— G�Up1A t 0,11 Date of Qualification To Do Business Is: mac, 1 990 _ ,SIC e 1990 (Corporate Seat) I A Joint Venture: Each Joint Venture Must Sign 1 Joint Venturer Name: (Name) ! By: (Signature of Joint Venture Partner) Name: (Name, printed or typed) Title: Business Address: Phone No.: FAX No: East Tamarack Street Reconstruction Bid Form Section 00300 KU Project 16417100 Page 13 of 14 Joint Venturer Name: (Name) By: (Signature of Joint:Venture Partner) Name: (Name, printed or typed) Title: Business Address: IPhone No.: FAX No: I Address of Joint Venture for Receipt of Official Communication: Address: I Phone No.: FAX No: f (Each Joint Venture must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) END OF SECTION N I I I , I ' East Tamarack Street Reconstruction Bid Form Section 00300 IM Project 16417100 Page 14 of 14 EJCDC= PENAL SUM FORM ENGINEERS JOINT CONTRWT DOCUMENTS COMMITTEE Bid Bond Any singular reference to Bidder,Surety,Owner or other party shall be considered plural Nvhere applicable, BIDDER(Name and Address): Knife River- Belgrade P.O. Box 9, Belgrade, MT 59714 SURETY(Marne, andAdd),ess ofPrincipal Place ofBusineq): Liberty Mutual Insurance Company 175 Berkeley Street, Boston, MA 02116 OWNER(Name and Address): City of Bozeman, MT BID Bid Due Date: May l l, 2018 Description (Project Name—Include Location). East Tamarack Street Reconstruction BOND Bond Number: Bid Bond Date: May 11, 2018 Penal sum Ten Percent of Amount Bid $ 10% (Words) (Figures) Surety and Bidden;intending to be legally bo,utn41lnau4, ,subject to the terms set forth below,do each cause this 10 Bid Bond to be duly executed by an aut ,efb , yf,or representative. BID1D1uR �•''c,�aPC�9Tc�`,�C) TY Knife River-Belgrade :Libety Mutual Insurance Company (Seal) Bidder's Na and Cox n'ate eaI r 19 0 :Sure-ty's Name and Corporate Seal 0 �tNs IWO By: ��� /11 I ,, P ���� F- Signature av `'+rrtit%'� > a e(Attach PowerofAtt m ab .� 'rSACH�`' Parnela L. Michalies-Ass#. Sec. Heather R. Goedtel PrintName Print Name Attor ey-i -Fact Title Titl .Attest: 4�— &I Attest: �•�� - Signature f i6ature Vu 4(� �S Witness Title Title Note:Addresses are to be used for giving any required notice. Provide execution by any additional parties,such as joint ventwers, if necesseny. � MCDCQD C-430,13Id Mond(Pennl Sum rorm).Published 2013, (SA 01115) Prepared by the Engineoiw Joint Contract Docutttenis Committee. 00430-x EJ CD Q- PENAL.SUM FORM ENGINEERS JOINT CONTRACT ; DOCUMEM COMMM99 I I 1. Bidder and Surety,jointly and severally, bind themselves,thou 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 suer-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 ofBidder. 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 i Documents and any performance and payment bonds required by the Bidding Doeuinents. 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 anyperformance and payment bonds required by the Bidding Documents,or I 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 S 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 ofAward agreed to in writing by Owner and Bidder, provided brat the total:time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from the Bid due date-without Surety's written.consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of dofauluequired in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after the Bid due date. 7. Atly 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 requiredhereauder 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 receiptby the party conceited. 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 confonn 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 nt length.Tf any provision of this Bond conflicts with any applicable statute,then the provision of said statute shall govern and the remainder ofthis Bond that is not in conflict therewith shall continue in full force and effect. 11. The teiyn"Bid"as used herein includes aBid,offer,or proposalas applicable. I i I I lwJCDCO C-430,131d a3ond(Penal Sunr Form).Publkbed 1013. (CA.01115) Prepared by the Engineers fold Conh'adDoeuments Committee. 00430.1 I i i Surety AcknowIle lgrr ent: State of Minnesota } ss. County of Hennepin } j On this 110' day of May 2018, before me personally came Heather R. Goedtel, to me i known,who being by me duly sworn, did depose and say that she is the Attorney-in-Fact of G Liberty Mutual Insurance Company described in and which executed the above instrument; that she/he @ knows the seal of said corporation; that the seal affixed to said instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that she/he signed her/she/his name to it by like order, �I KELLY NICOLE BRUGG AME N Notary tic NOTARY PUBLIC-MINNESOTA . Corn"11-ron Notoer 31076678 , r �' t,ra lanuery31.7021 - 1 r I I i G i i� I i THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the planner and to the extent herein stated. Certificate No.7795934 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the Stale of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the Stale of Indiana therein collectively called the"Companies),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Brian D.Carpenter'Craig Olmstead'Heather R.Goedtel•Jessica Hoff;Jill N.Swanson;Laurie Pflug;Michelle Halter;Nicole Langer all of the city of Minneapolis slate of MN each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surely and as its act and deed,any and all undertakings,bonds,recognizances and other surely obligations,in pursuance of these presents and shall be as binding upon the Companies as if lhey.have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 12th day of June .2017 Z INS& ViNsgR NtN5Ug9 JF, rm„� a�ilr, �!r ,cs�„•rn„�� The Ohio Casualty Insurance Company to p 19i9 - r K o Liberty Mutual Insurance Company m r � 1912 �� 1991 � West merican Insurance Company N � �,���<F•M.vav>F4�\`�L ��Jyy�SRi1N'f- David M.Care ,Assistant Secretary G STATE OF PENNSYLVANIA as m +3 COUNTY OF MONTGOMERY _ C dOn this 121h day of June 2017 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance u F- G c� a) Company,The Ohio Casually Company,and West American Insurance Company,and that fie,as such,being authorized so to do,execute the foregoing instrument for the purposes >,W therein contained by signing on behalf of the corporations by himself as a duly authorized officer. • W p L W 6 E N > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal al King of Prussia,Pennsylvania,on the it,,,and year first above written. O 9a PASp ` COMMONWEALTH OF PENNSYLVANIA Notarial Snal C'y ti a 3 Ter¢sa Pasialla,Notary Public By: ` p C 4 or: [lu4ppye..'.n.�'issiotiExl)lrasMarc.h28,2021 MinnUp.,Mont,gomary County Teresa Pastella,Notary Public ?i (ts JP O 'LC�q�v pUO�}�' A1¢mhor.Pennsylvsrin Association al Nnlarfes O ILE O M C This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual N Q Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: ro(1) ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O c ,4; to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, �+ O,c acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective -8 E powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so Z m p executed,such Instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under >•0 the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. .a N w g ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E o? > (D and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-ill-fact,as may be necessary to actin behalf of the Company to make,execute, o 'S seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surely obligations. Such attomeys-in-fact subject to the limitations set forth fit their o C0. v respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to allach thereto the seal of[tie Company. When so U c— executed such instruments shall be as binding as if signed by the president and attested by.the secretary. p Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- ~ fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surely obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secrelary of the Company,wherever appearing upon a certified copy of any power of altomey issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casually Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing Is a.full,true and correct copy of the Power of Attorney executed by said Companies,Is In full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this-E=—day of 20a, hJ1"��rpcv+vN. '�9�- le¢c+rF'1'C` N`L�:pp1smt•��C p 1919 n >`s 1912 a 1991 By: Renee C.L(eviair,761slant Secretary I 1229 0l 2000 LMS 12673 022017 r SECTION 00300A I NON-DISCRIMINATION AFFIRMATION FORM �iJ r�� ✓ - g6t.A("oc- [Name of Entity Submitting], hereby affirms it will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, 1 or because of actual or perceived sexual orientation, gender identity or disability in the li performance of work performed for the City of Bozeman, if a contract is awarded to it, and also 4 recognizes the eventual contract, if awarded, will contain a provision prohibiting discrimination as 4 cribedove ans1,that this prohibition shall apply to the hiring and treatment of the 'J!r F-c- r a64- &L,4 ze OE [Name of Entity Submitting] employees and to all p I subcontracts it enters into in performance of the Agreement wi the City of Bozeman. ( n a ed to sign on behalf of bidder) END OF SECTION ' I r i � i i � I 1 i East Tamarack Street Reconstruction Non-Discrimination Affirmation Form Section 00300A KLJ Project 16417100 Page 1 of 2 SECTION 00500 AGREEMENT FORM This Agreement is dated as of the(F day ofUI in the year 2018, by and between City of Bozeman, hereinafter called "Owner" and knife River - Belgrade hereinafter called "Contractor". Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: A. Reconstruction of East Tamarack Street from 270 feet east of N. Rouse Ave. to the intersection of Front St. including: 1. Replacement of existing sanitary sewer main, manholes and appurtenances along the entire corridor. 2. Replacement of existing storm drain, manholes, inlets, and appurtenances along the entire corridor. 3. Removal of the existing road section, curbs, gutters, and pedestrian ramps. 4. Installation of a new 37' (back of curb to back of curb) urban section including: subgrade, base course, asphalt pavement, concrete curb and gutter, concrete sidewalks, pedestrian ramps, drive approaches, and incidental items. 5. New signage and pavement markings. 6. Adjustment of existing utilities. 7. Site restoration and any other incidental items related to construction. ARTICLE 2 - THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: East Tamarack Street Reconstruction ARTICLE 3 - ENGINEER 3.01 The Project has been designed by Kadrmas, Lee and Jackson, Inc. (KLJ), which is to act as Owner's Representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. East Tamarack Street Reconstruction Agreement Section 00500 KLJ Project 16417100 Page 1 of 10 ARTICLE 4 - CONTRACT TIME 4.01 Time of the Essence. A. All the time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. B. The beginning of the Contract Time shall be stated in a written Notice to Proceed drafted by the City Engineer to Contractor, and in accordance with Paragraph 2.03 of the General Conditions. 4.02 Days to achieve Completion. A. Contractor agrees to commence Work under this Agreement on or before a date to be specified on a written "Notice to Proceed" from the Owner and to fully complete the Work within 120 consecutive calendar days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. B. Substantial Completion will be determined as in paragraph 1.01 of the General Conditions. C. .Final completion is defined as completion of all components of the project including those which were not yet considered complete by substantial completion. 4.03 Liquidated damages. A. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner one thousand dollars ($1,000.00) for each calendar day that expires after the time specified in Paragraph 4.02 for Substantial Completion until the Work is substantially complete. B. Special Liquated Damages. Owner and Contractor further recognize that time is of the essence in accommodating water service interruptions throughout the course of the project, and that OWNER will suffer financial loss if the provisions specified below are not met: 1. All water system interruptions shall comply with the time frames specified in Special Provisions or shall be subject to the provisions of this section of the Agreement. Owner and Contractor also recognize the delays, expense and difficulties involved East Tamarack Street Reconstruction Agreement Section 00500 KLJ Project 16417100 Page 2 of 10 in proving, in a legal or arbitration proceeding, the actual loss suffered by Owner if the provisions listed in Section 4.03.13.1 of this Agreement are not met. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner one thousand dollars ($1,000.00) per hour for each hour that expires after the maximum time allowed for water service interruptions specified in the Special Provisions, until the Work is substantially complete. ARTICLE 5 - CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the work in accordance with the Contract Documents an amount equal to the sum of the established Unit Price for each separately identified item of Unit Price Work times the quantity of that item that is constructed and accepted. Unit prices are those listed in the Unit Price Schedule of the Bid Form attached as an Exhibit to this Agreement. Estimated quantities used for bidding purposes are not guaranteed. Payment will be for actual quantities as determined by Engineer in accordance with Paragraph 9.07 of the General Conditions. Unit prices have been computed as provided in Paragraph 11.03 of the General Conditions. 5.02 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents, and as subject to adjustments as provided in the Contract Documents, the amount of: One Million, Six Hundred Twenty-Seven Thousand, Five Hundred Eighty-Eight and 00/100 Dollars ($1,627,588.00). ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments: A. Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the Contract Documents. 6.02 Progress Payments; Retainage: A. Owner shall make progress payments in accordance with Article 14 of the General Conditions on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the number of units of each bid item completed times the bid unit price in the Unit Price Schedule of the Bid Form for that item. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the sum of the unit price items less the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine or East Tamarack Street Reconstruction Agreement Section 00500 KLJ Project 16417100 Page 3 of 10 Owner may withhold, in accordance with Paragraph 14.02 of the General Conditions. a. Owner shall retain five percent (5%) of the amount of each payment until final completion and acceptance of all Work covered by the Contract Documents. b. Retainage will be five percent (5%) of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to Owner as provided in Paragraph 14.02 of the General Conditions). 2. Upon Substantial Completion and at Owner's discretion, the amount of retainage may be further reduced if requested by Contractor. 6.03 Final Payment: A. Upon final completion and acceptance of the Work in accordance with Paragraph 14.07 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Paragraph 14.07. ARTICLE 7 - INTEREST 7.01 All monies not paid when due as provided in Article 14 of the General Conditions shall bear interest at the maximum rate allowed by taw at the place of the Project. ARTICLE 8 - CONTRACTOR'S REPRESENTATION 8.01 In order to induce Owner to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents (including all Addenda) listed in Paragraph 9 and the other related data identified in the Bidding Documents. B. Contractor has visited the site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, performance or furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Special Provisions as provided in Paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the site which has been identified in the Special Provisions as provided in Paragraph 4.06 of the General Conditions. Contractor acknowledges that such East Tamarack Street Reconstruction Agreement Section 00500 KLJ Project 16417100 Page 4 of 10 reports and drawings are not Contract Documents and may not be complete for Contractor's purposes. Contractor acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. E. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise, which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor including applying the specific means, methods, techniques, sequences and procedures of construction, if any, expressly required by the Contract Documents to be employed by Contractor, and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by Owner and others at the site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. K. Contractor hereby affirms it will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability in the performance of work performed for the City of Bozeman. This prohibition shall apply to the hiring and treatment of Contractor's employees and to all subcontracts it enters into in performance of the Agreement with the City of Bozeman. East Tamarack Street Reconstruction Agreement Section 00500 KLJ Project 16417100 Page 5 of 10 ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 1 to 9, inclusive); 2. Performance Bond (pages 1 to 3, inclusive); 3. Payment Bond (pages 1 to 3, inclusive); 4. Other Bonds (pages 1 to , inclusive); a. (pages to , inclusive); b. (pages to , inclusive); C. (pages to , inclusive); 5. General Conditions (pages 1 to 62, inclusive); 6. Supplementary Conditions (pages 1 to 12, inclusive); 7. Instructions to Bidders (page 1 to 14, inclusive); 8. Special Provisions (pages 1 to 16, inclusive); 9. Specifications as listed in the Table of Contents of the Project Manual; 10. Construction Drawings labeled: East Tamarack Street Reconstruction; 11. Addenda (Numbers 1 to 1 , inclusive); 12.' Exhibits to this Agreement (enumerated as follows): a. Notice To Proceed (pages 1 to 1 , inclusive); b. Contractor's Bid (pages 1 to 14 , inclusive); C. Documentation submitted by Contractor prior to Notice of Award (pages to , inclusive); 13. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: 14. a. Written Amendments; b. Work Change Directives; C. Change Order(s); d. Any Notice of Partial Utilization; e. Notice of Substantial Completion; f. Lien Waivers; g. Notice of Final Completion and Acceptance. 15. Supplementary Specifications 16. Certificates of Insurance 17. Wage Rates 18. Non-discrimination affirmation form. 19. Montana Public Works Standard Specifications, Sixth Edition, dated April 2010. 20. City of Bozeman Modifications to Montana Public Works Standard Specifications, Sixth Edition, dated March 31, 2011. East Tamarack Street Reconstruction Agreement Section 00500 KLJ Project 16417100 Page 6 of 10 B. The documents listed in Paragraph 9.01.A. are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified or supplemented as provided in Paragraphs 3.04 of the General Conditions. ARTICLE 10 - MISCELLANEOUS 10.01 Terms. A. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 10.02 Amendment/Modifications. A. Any amendment or modifications of this Agreement or any provisions herein shall be made in writing and executed in the same manner as this original document and shall after execution become a part of this Agreement. 10.03 Assignment of Contract. A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may come due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.04 Successors and Assigns A. Owner and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. Neither Owner nor Contractor shall have the right to assign, transfer or sublet his interest or obligations hereunder without written consent of the other party. Owner reserves the right to withdraw at any time from any subcontractor where Work has proven unsatisfactory the right to be engaged in or employed upon any part of the Work. 10.05 Severability A. Any provision of part of the Contract Documents held to be void or unenforceable under a law or regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree East Tamarack Street Reconstruction Agreement Section 00500 KLJ Project 16417100 Page 7 of 10 that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.06 Legal Representation A. In the event it becomes necessary for either party to this Agreement to retain an attorney to enforce any of the terms or conditions of this Agreement or to give any notice required herein, then the prevailing party or the party giving notice shall be entitled to reasonable attorney's fees and costs. IN WITNESS WHEREOF, Owner and Contractor have signed five (5) copies of the Agreement. Two (2) counterparts have been delivered to Owner, two (2) to Contractor and one (1) to Engineer. All portions of the Contract Documents have been signed or identified by Owner and Contractor or by Engineer on their behalf. This Agreement will be effective on l/ , 2018 which is the effective date of the Agreement. This Agreement shall not be effective unless and until concurred by Funding Agency's (if any) designated representative. Owner City of Bozeman Contractor Knife River - Belgrade 121 N.•Rouse Ave., Bozeman, MT 59771 21730 Frontage Rd., Belgrade, MT 59714 By By (Signatu ) nature) Attest Attest (Signature) (Signature) Address for giving notices: Address for giving notices: PO Box 9 Belgrade, MT 59714 Phone No._(L"O)S$�•�-fie Phone No. 406 388 6832 FAX No. FAX No..%'1 � p4�, (CORPORATE SEAL) � 1990 .. (If OWNER is a public bod',4 ach�.v� eUW Contractor•Regist;atiotAo.:10089 of authority to sign ancr;1plu ion,.. er.`�`: ' T�j� • � r documents authorizing1c � y%n�t;-* Agent forr s'�ry 1711+�;++,',`t process: Contractor e •Q P A'; Rtel BaPth - -j- r yLL' •�tio Project Manager ATrrr co , (If CONTRACTOR is a corporation or a East Tamarack Street Reconstruction Agreement Section 00500 KLJ Project 16417100 Page 8 of 10 partnership, attach evidence of authority to sign.) Owner's Designated Representative: Contractor's Designated Representative: Name: Ws6r+ MVY 7L[ -1 Name: Leo Zwemke Title: Pr$ eJ Title: Vice President / General Manager Address:-P.0. NL (Z3U Address:PO Box 9 Belgrade, MT 59714 Phone No.: �-V S�Z. ZZ-go Phone No.: 406 924 5001 FAX No.: :LpI-xv-" gZ-ZIL3 FAX No.: 406 388 8347 APPROVED AS TO FORM: By: Q (City Attorney) Date: g AGENCY CONCURRENCE: As lender or insurer of funds to defray the costs of this Contract, and without liability for any payments thereunder, the Agency hereby concurs in the form, content, and execution of this Agreement. By: (Agency Official's Signature) Title: Date: - East Tamarack Street Reconstruction Agreement Section 00500 KLJ Project 16417100 Page 9 of 10 THIS PAGE INTENTIONALLY LEFT BLANK East Tamarack Street Reconstruction Agreement Section 00500 KLJ Project 16417100 Page 10 of 10 CERTIFICATE I, KARL A. LIEPITZ, hereby certify that I am the duly elected and qualified Assistant Secretary of JTL Group, Inc., a Montana corporation; and I further certify that, pursuant to resolutions adopted by Written Consent of the Board of Directors dated March 3, 2016; the persons named below have been duly elected, have qualified and are officers of the Company holding the offices set forth opposite their respective names: David C. Barney Chairman of the Board and Chief Executive Officer David K. Zinke President—Mountain States James H. Fuglevand Vice President and General Manager— Yellowstone Division Alrick S. Hale Vice President and General Manager— Western Montana David Resch Vice President and General Manager— Billings Division Mitchell R. Siroky Vice President and General Manager— Equipment Division Leo R. Zwemke Vice President and General Manager— Belgrade Division Nancy K. Christenson Treasurer and Chief Financial Officer Daniel S. Kuntz General Counsel and Secretary Karl A. Liepitz Assistant Secretary Pamela L. Michalies Assistant Secretary I further certify that the following is a true and correct copy of Section 5.13 of the Bylaws of JTL Group, Inc. which sets forth the powers of the officers to execute documents; and that said Bylaw Section is presently in full force and effect: 5.13 Execution of Instruments. All deeds, bonds, mortgages, notes, contracts and other instruments shall be executed on behalf of the Corporation by the Chairman of the Board, the Chief Executive Officer, the President, any Vice President or Assistant Vice President, the General Counsel, any other officer who performs a policy-making function (such as administration, operations, accounting, or finance) or such other officer or agent of the Corporation as shall be duly authorized by the Board of Directors. Any officer or agent executing any such documents on behalf of the Corporation may do so (except as otherwise required by applicable law) either under or without the seal of the Corporation and either individually or with an attestation, according to the requirements of the form of the instrument. If an attestation is required, the document shall be attested by the Secretary or an Assistant Secretary or by the Treasurer or an Assistant Treasurer or any other officer or agent authorized by the Board of Directors. When authorized by the Board of Directors, the signature of any officer or agent of the Corporation may be a facsimile. IN WITNESS WHEREOF, I have hereunto set my hand on March S, 2016. 1 -- Karl A. Liepitz, Assisfa t Secretary 2 Notice of Award r Date: June 11,2018 I Project: EAST TAMARACK STREET RECONSTRUCTION Owner: CITY OF BOZEMAN,MT Owner's Contract No.: N/A l Contract: EAST TAMARACK STREET RECONSTRUCTION Engineer's Project No.: 16417100 f Bidder: KNIFE RIVER-BELGRADE I Bidder's Address: 21730 Frontage Road,Belgrade,MT 59714 f 406.388.6832 You are notified that your Bid dated May 11,2018 for the above Contract has been considered. You are the Successful Bidder and are awarded a Contract for the East Tamarack Street Reconstruction Proiect. The Contract Price of your Contract is ONE MILLION,SIX-HUNDRED TWENTY-SEVEN I THOUSAND,FIVE HUNDRED EIGHTY-EIGHT AND 00/100 Dollars ($1,627,588 . l Five 5 copies of the proposed Contract Documents(except Drawings)accompany this Notice of Award. TBD sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within [15] days of the date you receive this Notice of Award. 1. Deliver to the Owner five 5 fully executed counterparts of the Contract Documents. 2. Deliver with the executed Contract Documents the Contract Security Bonds as specified in the Instructions to Bidders,General Conditions,Supplementary Conditions and Special Provisions. 3. Other conditions precedent: Deliver the required Certificate(s)of Insurance as specified in the Supplementary Conditions and Special Provisions. Failure to comply with these conditions within the time specified will entitle Owner to consider you in default,annul this Notice of Award,and declare your Bid security forfeited. Within ten days after you comply with the above conditions, Owner will return to you one fully executed counterpart of the Contract Documents. Own r By: Authorize Si gna e Title EJCDC C-510 Notice of Award Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 1 of 1 Notice to Proceed Date: Project: East Tamarack Street Reconstruction Owner: City of Bozeman,MT Owner's Contract No.: N/A Contract: East Tamarack Street Reconstruction Engineer's Project No.: 16417100 Contractor: Knife River-Belgrade Contractor's Address: 21730 Frontage Road,Belgrade,MT 59714 406.388.6832 You are notified that the Contract Times under the above Contract will commence to run on . On or before that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 4 of the Agreement, the date of Substantial Completion is , and the date of readiness for final payment is [(or)the number of days to achieve Substantial Completion is , and the number of days to achieve readiness for final payment is ]. Before you may start any Work at the Site, Paragraph 2.01.B of the General Conditions provides that you and Owner must each deliver to the other (with copies to Engineer and other identified additional insureds and loss payees) certificates of insurance which each is required to purchase and maintain in accordance with the Contract Documents. Also,before you may start any Work at the Site,you must: [add other requirements]. CITY OF BOZEMAN,MT Owner Given by: Authorized Signature Title Date Copy to Engineer EJCDC C-550 Notice to Proceed Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page I of i Bond No. 190040494/106935619 v. Muh� . Document A312TM - 2010 Conforms with The American Institute of Architects AIA Document 312 Performance Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Liberty Mutual Insurance Company Knife River-Belgrade 175 Berkeley Street,Boston,MA 02116 This document has important legal PO Box 9 & consequences.Consultation with Belgrade,MT 59714 Travelers Casualty and Surety Company of America an attorney is encouraged with One Tower Square-2SHS,Hartford,CT 06183 respect to Its completion or Mailing Address for Notices modification. OWNER: Liberty Mutual Insurance Company Any singular reference to (Name,legal status and address) Attention:Surety Claims Department Contractor,Surety,Owner or 1001 4th Avenue,Suite 1700 other party shall be considered City of Bozeman Seattle,WA 98154 plural where applicable. 121 N.Rouse Ave. Bozeman,MT 59771 CONSTRUCTION CONTRACT Date: -7 (8((l: Amount:$1,627,588.00 Description: (Name and location) East Tamarack Street Reconstruction BOND Date:1 Ite 1( (t (Not earlier than Construction Cont`agX09 t °°oo 1 Amount:$ 1,627,588.00 GORPO". �C) Modifications to this Bond: T j See Section 16 CONTRACTOR AS PRIWIPAL l9�0 SLhRETY Company: ( )por4e Seal) Company: (Corporate Seal) �%Nsup, Knife River-Bel rade oP r TAN A "% iberty Mutual Insurance Company u o��ci+ aAee ' 1912 A °ritt e � Signature: ULU ' lure s^* Name �Name Heather R.Goedtel and Title: ;amela L. Miehalies-ASSt. �'6h6Title: Attorney-in-Fact (Any additional signatures appear on the last page of this Pe°formance Bond.) (FOR INFORMATION ONLY—Name,add°ess and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: Willis of Minnesota,Inc. (Architect,Engineer or other party:) 8400 Normandale Lake Blvd.,Suite 1700 Bloomington,MN 55437 Phone:763.302.7100 S-1852/AS 8/10 §1 The Contractor and Surety,jointly and severally,bind themselves,their heirs,executors,administrators,successors and assigns to the Owner for the performance of the Construction Contract,which is incorporated herein by reference. §2 If the Contractor performs the Construction Contract,the Surety and the Contractor shall have no obligation under this Bond,except when applicable to participate in a conference as provided in Section 3. §3 If there is no Owner Default under the Construction Contract,the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default.Such notice shall indicate whether the Owner is requesting a conference among the Owner,Contractor and Surety to discuss the Contractor's performance.If the Owner does not request a conference,the Surety may,within five(5)business days after receipt of the Owner's notice,request such a conference.If the Surety timely requests a conference,the Owner shall attend.Unless the Owner agrees otherwise,any conference requested under this Section 3.1 shall be held within ten(10)business days of the Surety's receipt of the Owner's notice.If the Owner,the Contractor and the Surety agree,the Contractor shall be allowed a reasonable time to perform the Construction Contract,but such an agreement shall not waive the Owner's right,if any,subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default,terminates the Construction Contract and notifies the Surety;and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. §4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations,or release the Surety from its obligations,except to the extent the Surety demonstrates actual prejudice. §5 When the Owner has satisfied the conditions of Section 3,the Surety shall promptly and at the Surety's expense take one of the following actions: §5.1 Arrange for the Contractor,with the consent of the Owner,to perform and complete the Construction Contract; §5.2 Undertake to perform and complete the Construction Contract itself,through its agents or independent contractors; §5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract,arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence,to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract,and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default;or §5.4 Waive its right to perform and complete,arrange for completion,or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation,determine the amount for which it may be liable to the Owner and,as soon as practicable after the amount is determined,make payment to the Owner;or .2 Deny liability in whole or in part and notify the Owner,citing the reasons for denial. §6 If the Surety does not proceed as provided in Section 5 with reasonable promptness,the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond,and the Owner shall be entitled to enforce any remedy available to the Owner.If the Surety proceeds as provided in Section 5.4,and the Owner refuses the payment or the Surety has denied liability,in whole or in part,without further notice the Owner shall be entitled to enforce any remedy available to the Owner. S-1852/AS 8110 §7 If the Surety elects to act under Section 5.1,5.2 or 5.3,then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract,and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract.Subject to the commitment by the Owner to pay the Balance of the Contract Price,the Surety is obligated,without duplication,for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal,design professional and delay costs resulting from the Contractor's Default,and resulting from the actions or failure to act of the Surety under Section 5;and .3 liquidated damages,or if no liquidated damages are specified in the Construction Contract,actual damages caused by delayed performance or non-performance of the Contractor. §8 If the Surety elects to act under Section 5.1,5.3 or 5.4,the Surety's liability is limited to the amount of this Bond. §9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract,and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations.No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs,executors,administrators,successors and assigns. §10 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. §11 Any proceeding,legal or equitable,under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond,whichever occurs first.If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §12 Notice to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. §13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. §14 Definitions §14.1 Balance of the Contract Price.The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made,including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled,reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. §14.2 Construction Contract.The agreement between the Owner and Contractor identified on the cover page,including all Contract Documents and changes made to the agreement and the Contract Documents. §14.3 Contractor Default.Failure of the Contractor,which has not been remedied or waived,to perform or otherwise to comply with a material term of the Construction Contract. §14.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §14.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §15 If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. 8-1852/AS 8/10 §16 Modifications to this bond are as follows: 111111111fJJJ -• OF�POR' r (Space is provided below for addWona(.ignat yres dded partirv,other than those appearing on the cover page.) CONTRACTOR AS PRINCE AL'•. yyy SURETY Company: ®®®(Cgrpora Seyl)•' e� Company: (Corporate Seal) P ° Travelers Casualty and Surety Company of America l! P1111� Signature: Signature: IWJW2�L�j Name and Title: Name and Tire- Bather R.Goedtel,Attorney-in-Fact Address Mich lies-�1sst. ;;;�;c Address 8400 Normandale Lake Blvd.,Suite 1700 f-am�la L. Bloomington,MN 55437 3-1852/AS 8/10 Bond No. 190040494/106935619 Liberty Mlltu 1. Document A312TM - 2010 Conforms with The American Institute of Architects AIA Document 312 Payment Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Knife River-Belgrade Liberty Mutual Insurance Company PO Box 9 175 Berkeley Street,Boston,MA 02116 This document has important legal & consequences.Consultation with Belgrade,MT 59714 Travelers Casualty and Surety Company of America an attorney is encouraged with One Tower Square-2SHS,Hartford,CT 06183 respect to its completion or Mailing Address for Notices modification. Liberty Mutual Insurance Company OWNER: Attention:Surety Claims Department Any singular reference to n (Name,legal status and address) 1001 4th Avenue,Suite 1700 Contractor,Surety,Owner or Seattle WA 98154 other party shall be considered , City of Bozeman plural where applicable. 121 N.Rouse Ave. Bozeman,MT 59771 CONSTF9UQTION CONTRACT Date: '71011'B Amount:$1,627,588.00 Description: (Name and location) East Tamarack Street Reconstruction BOND Date: 71t 8 II$ (Not earlier than Construction Contract Date) 1 i t 1 r r' Amount:$1,627,588.00 �'%%% Modifications to this Bond: U9�• See Section 18 CONTRACTOR AS PRISCIPAL )'90II4 : SURETY Company: C-prpora&nal) Company: (Corporate Seal) �tNsuq,, Kni River-BelgracO. Liberty Mutual Insurance Company ���°apAPOkr" �n 1912 Signature: iC-N Name �, Name Heather R.Goedtel and Title: dCl1ela L. PAIC�"1czlies-ASSL "c rid Title: Attorney-in-Fact (Any additional signatures appear on the last page of this Payment Bond.) (FOR INFORMATION ONLY—Name,address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: Willis of Minnesota,Inc. (Architect,Engineer or other party) 8400 Normandale Lake Blvd.,Suite 1700 Bloomington,MN 55437 Phone:763.302.7100 S-2149/AS 8/10 §1 The Contractor and Surety,jointly and severally,bind themselves,their heirs,executors,administrators,successors and assigns to the Owner to pay for labor,materials and equipment furnished for use in the performance of the Construction Contract,which is incorporated herein by reference, subject to the following terms. §2 If the Contractor promptly makes payment of all sums due to Claimants,and defends,indemnifies and holds harmless the Owner from claims, demands,liens or suits by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract,then the Surety and the Contractor shall have no obligation under this Bond. §3 If there is no Owner Default under the Construction Contract,the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety(at the address described in Section 13)of claims,demands,liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims,demands,liens or suits to the Contractor and the Surety. §4 When the Owner has satisfied the conditions in Section 3,the Surety shall promptly and at the Surety's expense defend,indemnify and hold harmless the Owner against a duly tendered claim,demand,lien or suit. §5 The Surety's obligations to a Claimant under this Bond shall arise after the following: §5.1 Claimants,who do not have a direct contract with the Contractor, .1 have furnished a written notice of non-payment to the Contractor,stating with substantial accuracy the amount claimed and the name of the party to whom the materials were,or equipment was,furnished or supplied or for whom the labor was done or performed,within ninety(90)days after having last performed labor or last furnished materials or equipment included in the Claim; and .2 have sent a Claim to the Surety(at the address described in Section 13). §5.2 Claimants,who are employed by or have a direct contract with the Contractor,have sent a Claim to the Surety(at the address described in Section 13). §6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor,that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. §7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2,whichever is applicable,the Surety shall promptly and at the Surety's expense take the following actions: §7.1 Send an answer to the Claimant,with a copy to the Owner,within sixty(60)days after receipt of the Claim,stating the amounts that are undisputed and the basis for challenging any amounts that are disputed;and §7.2 Pay or arrange for payment of any undisputed amounts. §7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim,except as to undisputed amounts for which the Surety and Claimant have reached agreement. If,however,the Surety fails to discharge its obligations under Section 7.1 or Section 7.2,the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. §8 The Surety's total obligation shall not exceed the amount of this Bond,plus the amount of reasonable attorney's fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. §9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims,if any,under any construction performance bond.By the Contractor furnishing and the Owner accepting this Bond,they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond,subject to the Owner's priority to use the funds for the completion of the work. S-2149/AS 8/10 §10 The Surety shall not be liable to the Owner,Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond,and shall have under this Bond no obligation to make payments to,or give notice on behalf of,Claimants or otherwise have any obligations to Claimants under this Bond. §11 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. §12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date(1)on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2,or(2)on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract,whichever of(1)or(2)first occurs.If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §13 Notice and Claims to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears.Actual receipt of notice or Claims,however accomplished,shall be sufficient compliance as of the date received. §14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. §15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond,the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. §16 Definitions §16.1 Claim.A written statement by the Claimant including at a minimum: .1 the name of the Claimant; .2 the name of the person for whom the labor was done,or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor,materials or equipment was furnished for use in the performance of the Construction Contract; .4 a brief description of the labor,materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor,materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant;and .8 the total amount due and unpaid to the Claimant for labor,materials or equipment furnished as of the date of the Claim. §16.2 Claimant.An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract.The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located.The intent of this Bond shall be to include without limitation in the terms"labor,materials or equipment"that part of water,gas,power,light,heat,oil,gasoline, telephone sf-rvk-e or rental equipment used in the Construction Contract,architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors,and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor,materials or equipment were furnished. §16.3 Construction Contract.The agreement between the Owner and Contractor identified on the cover page,including all Contract Documents and all changes made to the agreement and the Contract Documents. S-2149/AS 8110 §16.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §16.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §17 If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. §18 Modifications to this bond are as follows: `,11111111t`B G,R O C/A � 'pRPpR••: �j,r (Space is provided below for addition sigrrpturesp partles•,offier than those appearing on the cover page.) CONTRACTOR AS PRINCIPAr. / 0 SURETY Company: MprpoPate Sggctl) Company: (Corporate Seal) O e.` Travelers Casualty and Surety Company of America TAN P IP /�ldlte Signature: /lf� Signatur Name and Title: Name and CTt1c,Heather R. Go-dtel,Attorney-in- act Address i amelaL. Michalies-Assf. Address 8400 Normandale Lake Blvd.,Suite 1700 Bloomington,MN 55437 S-2149/AS 8/10 Surety Acknowledgment State of Minnesota } } ss. County of Hennepin } On this day of 20 , before me personally came Heather R. Goedtel, to me known,who being by me duly sworn, did depose and say that she is the Attorney-in-Fact of Liberty Mutual Insurance Company & Travelers Casualty and Surety Company of America described in and which executed the above instrument; that she/he knows the seal of said corporation; that the seal affixed to said instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that she/he signed her/she/his name to it by like order. U i IALUO Notary Public MICHELLE DIANE HALTER Notary Public ?` Minnesota My Commission Expires ' '� Jan 31,2023 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.7797088 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casually Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Brian D.Carpenter;Craig Olmstead;Heather R.Goedtel;Jessica Hoff;Jill N.Swanson;Laurie Pflug;Michelle Halter;Nicole Langer all of the city of Minneapolis ,state of MN each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 12th day of June 2017 L-(Y INS�� �iNSUq ytNSUq � PJaLe4"o2tr�'92� J�JroMr���F` ���`f�-° 'T i`F The Ohio Casualty Insurance Company N m r 6 Liberty Mutual Insurance Company m p 1919 1991 n >. o a 0 1912 b West merican Insurance Company = .J�t"NAtdF>'?�4 a�,D A7�SSAiM1S� r C4'ptANt` t ?/ By. .cos +' David M.Care ,Assistant Secretary c STATE OF PENNSYLVANIA ss M •� COUNTY OF MONTGOMERY _ C 0) On this 12th day of June 2017 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance V H d Company,The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do,execute the foregoing instrument for the purposes >,W j therein contained by signing on behalf of the corporations by himself as a duly authorized officer. d Ld R E E > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. CL v5p PAST COMMONWEALTH OF PENNSYLVANIA Q M Notarial Seal 4-.'q y Teresa Pastella,Notary Public By 0 ` of Upper MerionTw Montgomery Count Teresa Pastella,Notary Public L Pp P» 9 ry Y ry d C L ��c My Commission Expires March 28,2021 3 M NSYL�P yOrgRY .?�' Member,Pennsylvania Association of Notaries a This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual U)p aj r Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: t LARTICLE IV—OFFICERS—Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject 0 e a; to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, y acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective E if powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so tv 7 executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under > 3 the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. _ .r N ,� = ARTICLE All—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E 00 > L and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, L M 7 seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their 00 respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so v C) executed such instruments shall be as binding as if signed by the president and attested by the secretary. 0 Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- I fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety V obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with it the same force and effect as though manually affixed. I_ , Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casually Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of I 20 ' P�qY INSU�, PytNSUga P4ytN5Uq� _ r C) 1919 1912 0 ¢ 1991 By, l O N L i w a Renee C.Llew §sistant Secretary 0 N 383 of 500 LMS 12873 022017 Travelers Casualty and Surety Company of America A Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Heather R.Goedtel of Minneapolis,Minnesota,their true and lawful Attorney-in-Fact to sign, execute,seal and acknowledge any and all bonds, recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. .e 4 e OG 9� K wooft $ aP HARTFORD, + (Q1UAAf( CONN. o VA State of Connecticut By: City of Hartford ss. Robert L.Raney,Se or Vice President On this the 3rd day of February,2017,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. G T� My Commission expires the 30th day of June,2021 TAq * n�j��p ,t Marie C.Tetreault,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances,contracts of indemnity, and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond, recognizance,contract of indemnity, or writing obligatory in the nature of a bond, recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this (g��,,p.�w day of ZJQI It �SVa-_"Y� gJ'�TY AMC 9L Mrl# CAWd Q ° CU1111 n 1 Kevin E.Hughes,Assistant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney-in-Fad and the details of the bond to which the power is attached, AC(OR ° CERTIFICATE OF LIABILITY INSURANCE D06/25/2018D,YYYY' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Marsh USA Inc. NAME: FAX 333 South 7th Street,Suite 1400 AHONNo Ext: A/C No): Minneapolis,MN 55402-2400 E-MAIL Attn:MDU.Cer Request@marsh.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC k CN102299309-JTLBE-GAX-18-19 INSURER A:Liberty Mutual Fire Ins Cc 23035 INSURED Knife River-Belgrade INSURER B:Associated Electric&Gas Ins Services Ltd 3190004 PO Box 9 INSURER C:Liberty Insurance Corporation 42404 Belgrade,MT 59714.0009 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: CHI-009013092-01 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR POLICYNUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY TB2-641-005097-048 01/01/2018 01/01/2019 EACH OCCURRENCE S 2,000,000 DAMAGE TO RENTED CLAIMS-MADE a OCCUR PREMISES Ea occurrence) S 500,000 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY JE LOC PRODUCTS-COMP/OP AGG S 4,000,000 OTHER: S A AUTOMOBILE LIABILITY AI2-641-005097-056 0110112018 01I0112019 coMBINED SINGLE LIMIT s 2,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident $ UMBRELLA LIAB OCCUR XL5063407P 01/01/2018 01101/2019 EACH OCCURRENCE $ 1,000,000 X EXCESS LIAR HCLAIMS-MADE AGGREGATE $ 1,000,000 DED I I RETENTIONS $ C WORKERS COMPENSATION WA7-64D-005097-018(AOS) 11 / 01/01/2019 X PER oTH- AND EMPLOYERS'LIABILITY STATUTE YIN ER ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUE F NIA E.L.EACH ACCIDENT $ 1,000,000 (Mandatory In NH) "MT Employers Liability Only" E.L.DISEASE-EA EMPLOYEE S 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) Re:East Tamarack Street Reconstruction. The Owner,Engineer,and Engineer's Consultants is/are included as additional insured under general liability per the attached CG 2010 and CG 2037 endorsements and does not include professional liability coverage. Blanket Additional Insured for Automobile Liability is included per attached designated Insured Endorsement CA 20 48. Primary and Non-Contributory applies for General Liability per CG 2001 attached. Excess liability applies to general liability,products and completed operations,automobile liability,and employers liability. CERTIFICATE HOLDER CANCELLATION City of Bozeman SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Attn:Kadrmas,Lee and Jackson,Inc.(KLJ) THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 20 East Olive Street ACCORDANCE WITH THE POLICY PROVISIONS. Bozeman,MT 59771 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjeeocuoor.: '"�`d`•c @ 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN102299309 LOC#: Minneapolis ACC3)RV ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Marsh USA Inc. We River-Belgrade PO Box 9 POLICY NUMBER Belgrade,MT 59714-0009 '.. CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance General liability policy includes contractual liability but only to the extent provided in the policy. No explosion,collapse or underground damage exclusion is included on the general liability policy. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD � Policy Number Al2-641,005097-058 Issued by LIBERTY MUTUAL FIRE INSURANCE COMPANY � THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ |? CAREFULLY. NOTICE OF CANCELLATION ?O THIRD PARTIES � This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART � MOTOR CARRIER COVERAGE PART � GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART � SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART x COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART � LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY—UMBRELLA COVERAGE FORM Schedule Name of Other Person(s) Email Address or mailing address: Number Days Notice: Per schedule of certificate Per schedule of certificate holders on file 90 holders on file with the Company with the Company » A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no � event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of pending cancellation of coverage is intended as o courtesy only. Our failure tn » provide such advance notification will not extend the policy cancellation data nor negate cancellation of the � « policy. All other terms and conditions of this policy remain unchanged. L|YNQ881O511 02O11 Liberty Mutual Group nf Companies.All rights reserved. Page of 8 Includes copyrighted material nf Insurance Services Office, |nc..with � its permission. POLICY NUMBER: Al2-641-005097-058 COMM5RCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY VE E This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s)who are"insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization whom you have agreed in writing to add as an additional insured, but only to coverage and minimum limits of insurance required by the written agreement, and in no event to exceed either the scope of coverage or the limits of insurance provided in this policy. This policy will be primary and non-contributory to any like insurance available to the person or organization noted above. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured"for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section 11 — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 4810 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER:TB2-641-006097-048 CO20150 E-RCIAL GENERJU LIABILH-1 GG 29 01 04.13 tea A FE:,S, T�-HF FINE_,D_ IT _ FFIRWAF Ry F I OTH :7 'LIN!9R UP IF COWN if ThIs andorserwant nnodifies insurance provided underthp.-following: COMMERCIAL GENERAiL LIABILITY COVERAGE IDART PRODUCTSICONAPLETED OPERATIONS L[ABILFFIt"COVERAGE PART The folloviing is added to the Cjther lnsuranv--s, (2) YOU have agreed In writing In a contract oi- C',onditlon and supersedes any provision to ine agiraoment that this insurance wouldbe contrary: primary and would not seek contribution Primary And Honcontributo-Ty Insurance from any other insurance available 10 the This insurance is primary to and will not seer, additional insured. contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional Insured is a Named Insured Linder such other insurance; and CG 20 01 04 13 Oc Insurance Services Office, Inc., 2012 Pago 1 'Of 1 � POLICY NUMBER: T132-641-005087-048 GO[0DQERCIALGB0ERAL LWkB|L[TY C{; 2O1Q&4 13 � ��ANME-03 'T�HE PGUGY. PLE.ASE-7- IFIEAR 17 ' AFUEiFULU-Y� �����8��R�����0 Q�� 20 ������ ��������� 0 ������ ��P ����u�o mm��o�u�� �w�����m���� �~ ����u��u��» ���������� x�r� � �������� ���F�� ��������� U0 ��� ������� ���� o ��s��m`� s m�ar��� e ��u`��� �� ���am u������u��~�e m �=m����n�rm� n�mo� « Thi� endormamant-modifies insurance provided under the fo||uw|ng: COMMERCIAL GENERAL LI&B|L)TYCQVER-A8EPART A. Sm-ationI( - 'Who UsAn8mouredio amended bn 1. /U|wCrk including materials, parts orequipment � include as an additional insured the n(n) or furnished in 000neoUon with such work, oDUho organization(s) uhuvvn in the Schedule, but only project (other than oarvioa^ maintenance or with respect to |iobi|ityfor ~bodU injury , ''p tobo performed byoron behalf ofthe damage' or "personal and advertising injury' additional insured(s) at the |noabnn of the � caused, invvh4dworhn part, by: covered operations has been completed;or 1. Your acts or omissions;or 2. That portion of "your work" out of which the 2' The acts or omissions of those acting on your injury or damage arises has been put to its » behalf, intended use by any person or organization" other than another contractor or auhoonbaohur in the performanceufyoorungoingu sdi for engaged(n performing operations for uprincipal the additional insured(s) at the |ocat|on(m) uaa part uf the same project. � designated above, � C. With respect to the insurance afforded to these However - additional insureds, the following is added to 1. The, insurance afforded to such additional Section III-Limits 0fIoommance: � insured only applies to the extent permitted by If coverage provided to the ndd|Uonal insured is � law;' required by contract or agreement, the most we 3. |f coverage provided tu the additional insured ia will pay on behalf of the additional insured iuthe � required by m nontnyo( or mQoeement, the amount mfinsurance: � � Insurance afforded to such additional h`oummd 1. Required by the contract or agreement;or wiU not be broader than that which you are required by �. Axa||�b|o under the ���/oab|e Limb (� ^ Insurance forouohmdd|t|ona| |naurad. ' � B. With respect to the insurance afforded to these whichever|eless. additional insureds, the following additional This endorsement shall not increase the applicable exclusions apply: Limits of Insurance shown|n the Declarations, � This insurance does not apply to "bodily injury' ur "property danoago" occurring after: � � � CG20180413 VQISO Properties, |no,2Oi2 Page Iof2 CJ SCHEDULE Ma me Of Additional Insured Person(s) Or OrganlzatIo9f§)_ Lacation(!q Of Covered Operations All persons or organizations for whom you have AJI looations as required by a written contract or entered into a written contract or agreement, prior to agreement entered Into prior to art"000mence" an "occurrence"or offens%to provide additional ar offense. insured status. Information required to complete this Schedule, if not shown aboi/e, will be shown in the Declarations. 06 f-J CG 2010 0413 @ Insurance Services Office, Inc.,2012 Page 2 of 2 POLICY NUMBER, T132-641-005G97-048 C011JIMERCIAL GBHERAL LIABIUrl GG 20 37 ON? 33 NBURSVIN CMMG F1 — ; LEEET � rA-1 IT 4ye?& —RJM AD—UNTMe UNSUREV — oc W HEF 85 LESSEES OR 'C RS �=� COP,, F-7�11 ,"-�--"TERI �(-)n EIFTA711� HI`F��, This emdorsarflant imadifles insuf-anc-o provided u ridar-hg lloviing COMMERCIAL GENERAL LIABILIT(COVERAGE PART PRODUCTS/CC NIPLETED OPERATIONS LIABILITY COVERAGE PART Arai,P-,E Namn-Of AdelilHonni Insur �ocadon Or Oraani!Laft—r— Lks cription Gi Covil p on- All per moons organi7aflons qor honsi you kav-e 1-MI locaflorri;as require-d by P,wriVeri contract t o7- anto-red into-amliritter. contract or agreement, prior aQreernent untl-ffed Into prior rm an liocc -Tank ollor W 21`1"OCCUro-GrIC-2,"or offense,to provide addiflonal o-1 7e,n moo. inuumd otatw3. IryWmation required to complete this Schedule, if not shown abovo,will Era shown in the Declarations. A. Section 11 - Who Is An Insured is amended to S. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following Is added to organization(s) shown in the Schedule, but only Section III-Limits Of Insurance; with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage"mused,in whole or in part, by required by a contract or agreement, the most we your work at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contractor agreement;or hazard". 2. Available under the applicable Limits of However: Insurance shown In the Declarations; 1. The Insurance afforded to such additional whichever Is less, insured only applies to the extent permitted This endorsement shall not increase the applicable by law;and Limits of Insurance shown in the Declarations. 2, If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. Cis 20 37 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 1 EiMEWT CHANGIES THE P0LdG—Y% READ ff QPAE—_FUU;� i H I S, Er�A]D 0a'R S L ft— D U iESIGNP ED CONSTRUCTM UDROJEUT(S� OFNERAL AGGREGATE WIT IT T his andorsernent modifies insurance provided under the,following: ULW CONINIERii-""Ifi GiENERAL 1 AA, COVERA E PA Al2 t"11-ons4a p11r,:�1(,)C;- emk �%,Intezl Iv I anrlupd lmnura)d. Information required to complete this Schedule, if not shown above,vill be shown in the Declarations, A, For all sums which the insured becomes legally 3. Any payments made Linder Coverage A for obligated to pay as damages caused by "occur- damages or under Coverage G for medical rences" under Section I—Coverage A,and for all expenses shall reduce the Designated Con- medical expenses caused by accidents under struction Project General Aggregate Limit for Section I — Coverage C, which can be attributed that designated construction project. Such only to ongoing operations at a single designated payments shall not reduce the General Ag- construction project shown in the Schedule gregade Limit shown in the Declarations nor above: shall they reduce any other Designated Con- . A separate Designated Construction Project struction Project General Aggregate Limit for General Aggregate Limit applies to each des- any other designated construction project ignated construction project, and that limit is shown in the Schedule above. equal to the amount of the General Aggregate 4. The limits shown In the Declarations for Each Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, ex- General Aggregate Limit shown in the Decla- cept damages because of "bodily Injury" or rations, such limits will be subject to the appli- "property damage" included in the "products- cable Designated Construction Project Gen- completed operations hazard", and for medi- eral Aggregate Limit. cal expenses under Coverage C regardless of the number of., a. Insureds; b. Claims made or"suits"brought; or c;. Persons or organizations making claims or bringing"suits" CG 28 03 05 09 Insurance Services Office, Inc., 2008 Paga I of 2 S. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by "occur- "products-completed operations hazard" is pro- rences"under Section I—Coverage A, and for all vided, any payments for damages because of medical expenses caused by accidents under "bodily injury" or "property damage" included in Section I — Coverage C, which cannot be at- the "products-completed operations hazard" will t;ibuted only to ongoing operations at a single reduce the Products-completed Operations Ag- designated construction project shown in the gregate Limit, and not reduce the General Ag- Schedule above: gregate Limit nor the Designated Construction `I. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned under the General Aggregate Limit or the and then restarted, or if the authorized contract- Products-completed Operations Aggregate ing parties deviate from plans, blueprints, de- Lim it,whichever Is applicable; and signs, specifications or timetables, the {project will `?. Such payments shall not reduce any Desig- still be deemed to be the same construction pro- nated Construction Project General Aggre- ject. gate Limit. E. The provisions of Section III — Llmtts Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. r �t �J Page 2 of 2 p Insurance Services Office, Inc., 2008 CG 26 03 05 09 Policy Number TB2-641-0050-97-N10, Issued by LIBEER 711Y MUTUAL FIRE( 1?iSURA?,,TCE COMIWIMY THIS Ev10011"WEMEMYT C-Wq-IGF8 THE PLEASE RE-Ar, IT VIOTICE OF CAN(,ELLATIOIN"j0 TNHR[ A RTIEEti This endorsement modifies insurance provided under the following: BUSIhIESS AUTO COVERA(3E PART MOTOR CARRIER COVERAGE DART GARAGE COVERAGE PART TRUCKERS CIOVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY CO VERA(I E PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COWERAGE PART E),(CESS COMMERCIAL GENERAL LIABILI-r(COVEPIAGE PART PROD LK',TSICOMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY—UMBRELLA COVERAGE FORM Schedule Nvirne of 011her E-r-nnil P'tricirpo'sol. rn-ailing Da"Is Per Schedule of cedificaM., holders on the Company A. if we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged, LIM 99 0105 11 0o 2011 Liberty Mutual Group of Companies.All rights reserved. Page 1 of I Includes copyrighted material of Insurance Services Office, Inc.,with its permission. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule below. We will send notice to the email or mailing address listed below at least 10 days, or the number of days listed below, if any, before cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date not, negate cancellation of the policy. SCHEDULE Name of Other Person(s)/ Email Address or mailing address: Number Days Notice: Organizations): Per schedule of certificate Per schedule of certificate 90 holders on file with the holders on file with the company company All other terms and conditions of this policy remain unchanged. Issued by Liberty Insurance Corporation 21814 For attachment to Policy No. WA7-64D-005097-018 Effective Date Premium $ Issued to Centennial Energy Holdings, Inc. WC 99 20 75 ©2016 Liberty Mutual Insurance Page 1 of 1 Ed. 12/01/2016 MONTCON-09 JMCMILLAN DATE(MMIDDfYYYY) CERTIFICATE OF LIABILITY INSURANCE 06/25/2018 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 pollcy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER NAME.CT Billings Office (a Paynewest Insurance,Inc. c°°,Ne,Ext):(406)238-1900 jac,Ne):(406)245-9887 P.O.Box 30638 Ro"b�Ess: Billings,MT 69107-0638 r INSURER(S)AFFORDING COVERAGE i NAIC 11 _ INSURER A:Safety National Casualty Corporation 115105 INSURED INSURER B: JTL Group,Inc.DBA Knife River-Belgrade INSURERC: A Member of the MCCF PO Box 9 INSURERD: Belgrade,MT 59714 INSURER E: INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADgLSUBR DIV.VDIPOLICYNUMBER POLICYEFF POLJCYEXP LIMITS LTRCOMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S CLAIMS-MADE DAMAGE TO RENTED OCCUR I PREMISES Ea occurrence S MED EXP(Any oneperson) S I PERSONAL&ADV INJURY S GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ POLICY a PROT- LOC PRODUCTS-CON PLOP AGG S JEC OTHER: I S AUTOMOBILE LIABILITY EOa COMBINED SINGLE LIMIT $ ANY AUTO BODILY INJURY Perperson) $ AAUTOS ONLY SCHEDULED AUTOS BODILY INJURY(Per accident) S AUTOS ONLY AUOTOS ONLY Peoaa dent AMAGE S $ UMBRELLA LIAB OCCUR EACH OCCURRENCE S EXCESS LIAR CLAIMS-MADE AGGREGATE S„ _ DED RETENTIONS S WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY ANY PROOPRIIETgOERRIPARTNER/EXECUTIVE Y� E.L.EACH ACCIDENT $„ (Mandatory in NH) CLUDED? N/A E.L.DISEASE-EA EMPLOYEE 5 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S A Workers Compensation SP406"61 01/01/2018 01/01/2019 Coverage A Statutory DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Subject to the terms and conditions of the policy as Issued by the Insurance Company.SIR for Work Comp$1,000,000 per occurrence.Covers Montana State Resident Employees.All claims are administered by the Montana Contractor Compensation Fund(MCCF). East Tamarack Street Reconstruction 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. Kadrrnas,Lee and Jackson,Inc.(KLJ) 20 E Olive Bozeman,MT 69716 AUTHORIZED REPRESENTATIVE ACORD 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ® DATE(MMIDD/YYYY) ACOWEP EVIDENCE OF PROPERTY INSURANCE 06125/2018 THIS EVIDENCE OF PROPERTY INSURANCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW.THIS EVIDENCE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS EVIDENCE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE ADDITIONAL INTEREST. AGENCY I PHONEo COMPANY AIC N Ext Marsh USA Inc. Zurich American Insurance Co 333 South 71h Street,Suite 1400 Minneapolis,MN 55402-2400 CN102299309—BR113.18-19 FAX E-MAIL A/C No): ADDRESS: CODE: SUB CODE: AGENCY CUSTOMER ID M INSURED LOAN NUMBER POLICY NUMBER Knife River-Belgrade CPP3704500-16 PO Box 9 Belgrade,MT 59714 EFFECTIVE DATE EXPIRATION DATE CONTINUED UNTIL 01/01/2018 01/01/2019 TERMINATED IF CHECKED THIS REPLACES PRIOR EVIDENCE DATED: PROPERTY INFORMATION LOCATION/D ESCRIPTIO N Re:Contract Amount:$1,627,588.00. East Tamarack Street Reconstruction. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. Lj NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS EVIDENCE OF PROPERTY INSURANCE 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. COVERAGE INFORMATION PERILS INSURED BASIC BROAD SPECIAL COVERAGE/PERILS/FORMS AMOUNT OF INSURANCE DEDUCTIBLE 'All Risk'Blanket Real and Persona(Property including 25,000,000 25,000 Boiler Machinery,earthquake,flood and wind perils. Leased/Rented Contractor's Equipment($2,500,000 per item,$5,000,000 per occurrence) 5,000,000 25,000 Builder's RiskMstallation(See Attached) 25,000,000 5,000 REMARKS(including Special Conditions The Owner,Contractor,Subcontractors,Sub-Subcontractors,Engineer,and Engineer's Consultants is/are included as additional insured where required by written contract. CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ADDITIONAL INTEREST CHI-009013097-01 NAME AND ADDRESS X ADDITIONAL INSURED LENDER'S LOSS PAYABLE Lj LOSS PAYEE MORTGAGEE City of Bozeman LOAN# Attn:Kadrmas,Lee and Jackson,Inc.(KLJ) 20 East Olive Street Bozeman,MT 59771 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee ACORD 27(2016103) ©1993-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN102299309 LOC#: Minneapolis ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Marsh USA Inc. Knife River-Belgrade PO Box 9 POLICY NUMBER Belgrade,MT 59714 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 27 FORM TITLE: Evidence of Property Insurance BUILDERS RISK COVERAGE DURING COURSE OF CONSTRUCTION SUBJECT TO POLICY TERMS AND CONDITIONS. Any one Building,Structure or Project—$25,000,000 Limit(Deductible$5,000) Transmission and Distribution Lines Work—S25,000,000(Deductible$5,000) Paving,Decking of Bridges—$25,000,000 Limit(Deductible$5,000) Sewer/Water or Plumbing--S25,000,000 Limit(Deductible$5,000) Flood-S25,000,000 Limit per Occurrence and Annual Aggregate(Subject to a minimum$5,000 deductible) Earth Movement-$25,000,000 Limit per Occurrence and Annual Aggregate(Subject to a minimum S5,000 deductible) Earth movement In Zones 1 and 2 are subject to a per Occurrence and Annual Aggregate limit of-$15,000,000(Subject to a minimum$5,000 deductible) Other deductibles may apply as per policy terms and conditions. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SECTION 00840 WAGE RATES Contractor shall use the Wages Rates listed below. This Section contains: A. Montana Prevailing Wage Rates for Heavy Construction B. Montana Prevailing Wage Rates for Highway Construction East Tamarack Street Reconstruction Wage Rates Section 00840 KLJ Project 16417100 Page 1 of 2 THIS PAGE INTENTIONALLY LEFT BLANK East Tamarack Street Reconstruction Wage Rates Section 00840 KLJ Project 16417100 Page 2 of 2 MONTA NA PREVAILING WAGE RATES FOR HEAVY CONSTRUCTION SERVICES ES 2010 Effeddve. January 27, 20 18 Stove Buflock9 Governor State oflNontana cGaIen Hoflenbaughi, Commissioner Dokaarr�rr>> ent of Labor and Or olustry, 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 Flo 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 rninimum) 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.mtwagehourboi)a.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.mtwaciehourbopa.com or contact the Labor Standards Bureau at(406) 444-5600 or TDD (406) 444-5549. GALEN HOLLENBAUGH Commissioner Department of Labor and Industry State of Montana TABLE OF CONTENTS K840ydTANA PREVAILING WAGE REQUIREMENTS: A. Date of Publication ------------------------..----------------- 3 B. Definition of Heavy Construction --------------------------------..---- 3 C. Definition of Public Works Contract -----------------------------------. 3 D. Prevailing Wage Schedule --------------------------------------- 3 E. Rates to Use for Projects ---------------------------------------- 3 F. Wage Rate Adjustments for Multiyear Contracts ---------------------------'-- 3 G. Fringe Benefits ..... ...... ........................................................................................................................ 4 H. Dispatch City ---------------------------------------------. 4 iZone Pay ----------------------------------------------.. 4 J. Computing Travel Benefits ------------------------------.—.------- 4 K. Per Diem ----------------------------.-----------------.. 4 L. Apprentices ---------------------------.----'-------------' 4 M. Posting Notice of Prevailing Wages .................................. ........... ......... ................................................. 5 N. Employment Preference ----------------------------------------. 5 O. Projects of Mixed Nature --------------........ --............ ............... -----------------' 5 P. Occupations Dofn�onoVVabude ----------------------_--------------------- 5 O. Welder Rates ...................... ......... .................................................................................................... 5 R. Foreman Reb*o -------------------.—..---------------------. 5 WAGE RATES: BOILERMAKERS ---------------------------------------------' 8 BRICK, BLOCK, AND STONE MASONS -----------------------------------' O CARPENTERS -----------------------------------.---.-------' 0 CEMENT MASONS AND CONCRETE FINISHERS ------------------------------' 7 CONSTRUCTION EQUIPMENT OPERATORS OPERATORS GROUP 1 -----------------------------------------' 7 OPERATORS GROUP 2 -----------------------------------------. 7 OPERATORS GROUP 3 ............................................... ............................................ ............................... 8 OPERATORS GROUP 4 -----------------------------------------. 8 OPERATORSGROUP 5 ...................................... ......................................... ........................................... 8 OPERATORS GROUP G -----------------------------------------. 8 OPERATORS GROUP 7 ...................... 9 CONSTRUCTION LABORERS LABORERS GROUP 1 -----------------------------------------. 0 LABORERS GROUP ............................................................ ... -- ................................................... 0 LABORERS GROUP 3 -----------------------------------------. 10 LABORERS GROUP 4 -----------------------------------------. 10 DIVERS -------------------. .--� �------.. -- 10 � � —� .'/---------'-----. DIVER TENDERS ---------------------------------------------. 11 ELECTRICIANS ---------------------------------------------------- 11 HEATING AND AIR CONDITIONING --------------------------------------------' 11 INSULATION WORKERS'MECHANICAL (HEAT AND FROST) ------------------------- 12 IRONWORKERS STRUCTURAL STEEL AND RE8AR PLACERS -----------------------. 12 LINE CONSTRUCTION EQUIPMENT OPERATORS -------------------------------------.---. 12 GROUNDMAN --------------------------------------------.—. 12 LINEMAN ------------------------------------------------' 13 MILLWRIGHTS ----------------------------------------------.. 13 PAINTERS ---------------------------------------------------- 13 PILE BUCKS -----------------------------------------------.. 13 PLUN1BERS, P|PEF|TTERS, AND STEAN1F|TTERS .......... 14 SHEET METAL WORKERS ----------------------------------------- 14 SOLAR PHOTVOLTA|C INSTALLERS ------------------------------------------' 14 TRUCK DRIVERS ------------------------------------------------------ 15 2 A. bate of Jan anary 27,2018 B. Definition of Heavy Construction The Administrative Rules of Montana(ARM),24.17.501(4)—(4)(a),states "Heavy construction projects include, but are not limited to, those projects that are not properly classified as either `building construction', or `highway construction. ' Heavy construction projects include, but are not limited to, antenna towers, bridges (major bridges designed for commercial navigation), breakwaters, caissons (other than building or highway), canals, channels, channel cut-offs, chemical complexes or facilities (other than buildings), cofferdams, coke ovens, dams, demolition (not incidental to construction), dikes, docks, drainage projects, dredging projects, electrification projects(outdoor),fish hatcheries,flood control projects, industrial incinerators (other than building), irrigation projects,jetties, kilns, land drainage (not incidental to other construction), land leveling(not incidental to other construction), land reclamation, levees, locks and waterways, oil refineries (other than buildings),pipe lines,ponds,pumping stations (prefabricated drop-in units—not buildings), railroad construction, reservoirs, revetinems, sewage collection and disposal lines, sewers(sanitary, storm, etc.), shoreline maintenance, ski tows, storage tanks, swimmingpools (outdoor), subways (other than buildings), tipples, tunnels, unsheltered piers and wharves, viaducts (other than highway), water mains, waterway construction, water supply lines (not Incidental to building), water and sewage treatment plants (other than buildings)and wells." 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, county, municipality, or political subdivision in which the total cost of the contract is in excess of$25,000...". D.Prevailing Wage Schedule This publication covers only Heavy Construction occupations and rates in the specific localities mentioned herein. These rates will remain in effect until superseded by a more current publication. Current prevailing wage rate schedules for Building Construction,Highway Construction and Nonconstruction Services occupations can be found on the internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at(406)444-5600 or TDD(406)444-5549. E.Rates to Use for Projects ARM,24.17.127(1)(c), states "The wage rates applicable to a particular public works project are those in effect at the time the bid specifications are advertised." F.Wage Rate Adjustments for Multiyear Contracts Section 18-2-417,MCA states: "(1)Any public works contract that by the terms of the original contract calls for more than 30 months to fully perform must include a provision to adjust, as provided in subsection (2), the standard prevailing rate of wages to be paid to the workers performing the contract. (2) The standard prevailing rate of wages paid to workers under a contract subject to this section must be adjusted 12 months after the date of the award of the public works contract. The amount of the adjustment must be a 3%increase. The adjustment must be made and applied every 12 months for the term of the contract. (3)Any increase in the standard rate of prevailing wages for workers tinder 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 fit f ll the obligation...a contractor or subcontractor may: (a)pay the amount of fringe benefits and the basic hourly rate of pay that is part of the standard prevailing rate of wages directly to the worker or employee in cash; (b) make an irrevocable contribution to a trustee or a third person pursuant to a fringe benefit.find,plan, or program that meets the requirements of the Employee Retirement Income Security Act of 1974 or that is a bona fide program approved by the U. S. department of labor; or (c) make payments using any combination of methods set forth in subsections (f)(a) and(1)(b)so that the aggregate of payments and contributions is not less than the standard prevailing rate of wages, including fringe benefits and travel allowances, applicable to the district for the particular type of work being performed. (2) The fringe benefit fund,plan, orprogram described in subsection (1)(b) must provide benefits to workers or employees for health care,pensions on retirement or death, life insurance, disability and sickness insurance, or bona fide programs that meet the requirements of the Employee Retirement Income Security Act of 1974 or that are approved by the U. S. department of labor. " Fringe benefits are paid for all hours worked (straight time and overtime hours). However, fringe benefits are not to be considered a part of the hourly rate of pay for calculating overtime, unless there is a collectively bargained agreement in effect that specifies otherwise. H.Dispatch City ARM,24.17.103(11), defines dispatch city as "...the courthouse in the city from the following list which is closest to the center of the job:Billings, Bozeman, Butte, Great Falls, Helena, Kalispell, and Missoula." I.Zone Pay Zone pay is not travel pay. ARM,24.17.103(24),defines zone pay as "...an amount added to the base pay; the combined sum then becomes the new base wage rate to be paid for all hours worked on the project. Zone pay must be determined by measuring the road miles one way over the shortest practical maintained route f om the dispatch city to the center of the job." See section H above for a list of dispatch cities. I Computing Travel Benefits ARM,24.17.103(22), states " Travel pay,'also referred to as 'travel allowance,'is and must be paid for travel both to and from the job site, except those with special provisions listed under the classification. The rate is determined by measuring the road miles one direction over the shortest practical maintained route from the dispatch city or the employee's home, whichever is closer, to the center of the job." See section H above for a list of dispatch cities. K.Per Diem ARM,24.17.103(18), states " Per diem'typically covers costs associated with board and lodging expenses. Per diem is paid whet?an employee is required to work at a location outside the daily commuting distance and is required to stay at that location overnight or longer." L.Apprentices Wage rates for apprentices registered in approved federal or state apprenticeship programs are contained in those programs. Additionally, Section 18-2-416(2),MCA states, .....The f?dl amount of any applicable fringe benefits must be paid to the apprentice while the apprentice is working on the public works contract." Apprentices not registered in approved federal or state apprenticeship programs will be paid the appropriate journey level prevailing wage rate when working on a public works contract. 4 M.Posting Notice of Prevailing Wages Section 18-2-406,MCA, provides that contractors, subcontractors, and employers who are "...performing work or providing construction services tinder public works contracts, as provided in this part, shall post in a prominent and accessible site on the project or staging area, not later than the first day of work and continuing for the entire duration of the project, a legible statement of all wages and fringe benefits to be paid to the employees." N.Employment Preference Sections 18-2-403 and 18-2-409,MCA require contractors to give preference to the employment of bona fide Montana residents in the performance of work on public works contracts. { O.Projects of a Mixed Nature Section 18-2-408,MCA states: "(1) The contracting agency shall determine, based on the preponderance of labor hours to be worked, whether the public works construction services project is classified as a highway construction project, a heavy construction project, or a building construction project. (2) Once the project has been classified, employees in each trade classification who are working on that project must be paid at the rate for that project classification" P.Occupations Definitions You can find definitions for these occupations on the following Bureau of Labor Statistics website: ho://www.bls.gov/oes/Current/oes stru.htm 4 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 perfonns journey level work,the foreman must be paid at least the journey level rate. I 5 WAGE RATES BOILERMAKERS Wage Benefit Travel: $30.25 $30.30 0-120 mi. free zone >120 mi. federal mileage rate/mi. Duties Include: Construct, assemble, maintain, and repair stationary Special Provision: steam boilers, boiler house auxiliaries, process vessels, Travel is paid only at the beginning and end of the job. pressure vessels and penstocks. Bulk storage tanks and bolted steel tanks. Per Diem: 0-70 mi. free zone >70-120 mi. $55.00/day >120 mi. $70.00/day T Back to Table of Contents BRICK, BLOCK, AND STONE MASONS Wage Benefit Travel: $31.07 $13.90 0-20 mi. free zone >20-35 mi. $30.00/day >35-55 mi. $35.00/day >55 mi. $65.00/day 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. p Back to Table of Contents 6 CEMENT MASONS AND CONCRETE FINISHERS Wage Benefit Zone Pay: $21.73 $10.51 0-30 mi. free zone >30-60 mi. base pay + $2.95/hr. Duties Include: >60 mi. base pay+ $4.75/hr. Smooth and finish surfaces of poured concrete, such as floors, walks, sidewalks, or curbs. Align forms for sidewalks, curbs, or gutters. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 1 Wage Benefit Zone Pay: $26.41 $12.20 0-30 mi. free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay + $5.50/hr. Air Compressor; Auto Fine Grader; Belt Finishing; Boring Machine (Small); Cement Silo; Crane, A-Frame Truck Crane; Crusher Conveyor; DW-10, 15, and 20 Tractor Roller; Farm Tractor; Forklift; Form Grader; Front-End Loader, under 1 cu. yd; Oiler, Heavy Duty Drills; Herman Nelson Heater; Mucking Machine; Oiler, All Except Cranes/Shovels; Pumpman. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 2 Wage Benefit Zone Pay: $27.20 $12.20 0-30 mi. free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay + $5.50/hr. Air Doctor; B ackh oe\Excavator\S hovel, up to and incl. 3 cu. yds; Bit Grinder; Bitunimous Paving Travel Plant; Boring Machine, Large; Broom, Self-Propelled; Concrete Travel Batcher; Concrete Float& Spreader; Concrete Bucket Dispatcher; Concrete Finish Machine; Concrete Conveyor; Distributor; Dozer, Rubber-Tired, Push, & Side Boom; Elevating Grader\Gradall; Field Equipment Serviceman; Front-End Loader, 1 cu. yd up to and incl. 5 cu. yds; Grade Setter; Heavy Duty Drills, All Types; Hoist\Tugger, All; Hydralift Forklifts & Similar; Industrial Locomotive; Motor Patrol (except finish); Mountain Skidder; Oiler, Cranes\Shovels; Pavement Breaker, EMSCO; Power Saw, Self-Propelled; Pugmill; Pumperete\Grout Machine; Punch Truck; Roller, other than Asphalt; Roller, Sheepsfoot(Self-Propelled); Roller, 25 tons and over; Ross Carrier; Rotomill, under 6 ft; Trenching Machine; Washing/Screening Plant T Back to Table of Contents 7 CONSTRUCTION EQUIPMENT OPERATORS GROUP 3 Wage Benefit Zone Pay: $28.45 $12.20 0-30 mi. free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay + $5.50/hr. Asphalt Paving Machine; Asphalt Screed; Backhoe\Excavator\Shovel, over 3 cu. yds; Cableway Highline; Concrete Batch Plant; Concrete Curing Machine; Concrete Pump; Cranes, Creter; Cranes, Electric Overhead; Cranes, 24 tons and under; Curb Machine\Slip Form Paver; Finish Dozer; Front-End Loader, over 5 cu. yds; Mechanic\Welder; Pioneer Dozer; Roller Asphalt(Breakdown & Finish); Rotomill, over 6 ft; Scraper, Single, Twin, or Pulling Belly-Dump; YO-YO Cat. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 4 Wage Benefit Zone Pay: $29.45 $12.20 0-30 mi. free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+ $5.50/hr. Asphalt\Hot Plant Operator; Cranes, 25 tons up to and incl. 44 tons; Crusher Operator; Finish Motor Patrol; Finish Scraper. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 5 Wage Benefit Zone Pay: $30.45 $12.20 0-30 mi. free zone >30-60 mi. base pay + $3.50/hr. This group includes but is not limited to: >60 mi. base pay + $5.50/hr. Cranes, 45 tons up to and incl. 74 tons. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 6 Wage Benefit Zone Pay: $31.45 $12.20 0-30 mi. free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+ $5.50/hr. Cranes, 75 tons up to and incl. 149 tons; Cranes, Whirley (All). j Back to Table of Contents 8 CONSTRUCTION EQUIPMENT OPERATORS GROUP 7 Wage Benefit Zone Pay: $32.45 $12.20 0-30 mi. free zone >30-60 mi. base pay + $3.50/hr. This group includes but is not limited to: >60 mi. base pay + $5.50/hr. Cranes, 150 tons up to and incl. 250 tons; Cranes, over 250 tons—add $1.00 for every 100 tons over 250 tons; Crane, Tower(All); Crane Stiff-Leg or Derrick; Helicopter Hoist. T Back to Table of Contents CONSTRUCTION LABORERS GROUP 1/FLAG PERSON FOR TRAFFIC CONTROL Wage Benefit Zone Pay: $21.58 $9.99 0-30 mi. free zone >30-60 mi. base pay+ $3.05/hr. >60 mi. base pay+ $4.85/hr. T Back to Table of Contents CONSTRUCTION LABORERS GROUP 2 Wage Benefit Zone Pay: $24.40 $9.99 0-30 mi. free zone >30-60 mi. base pay+ $3.05/hr. This group includes but is not limited to: >60 mi. base pay + $4.85/hr. General Labor; Asbestos Removal; Burning Bar; Bucket Man; Carpenter Tender; Caisson Worker; Cement Mason Tender; Cement Handler(dry); Chuck Tender; Choker Setter; Concrete Worker; Curb Machine-lay Down; Crusher and Batch Worker; Heater Tender; Fence Erector; Landscape Laborer; Landscaper; Lawn Sprinkler Installer; Pipe Wrapper; Pot Tender; Powderman Tender; Rail and Truck Loaders and Unloaders; Riprapper; Sign Erection; Guardrail and Jersey Rail; Spike Driver; Stake Jumper; Signalman; Tail Hoseman; Tool Checker and Houseman and Traffic Control Worker. T Back to Table of Contents 9 CONSTRUCTION LABORERS GROUP 3 Wage Benefit Zone Pay: $24.54 $9.99 0-30 mi. free zone >30-60 mi. base pay+ $3.05/hr. This group includes but is not limited to: >60 mi. base pay+$4.85/hr. Concrete Vibrator; Dumpman (Grademan); Equipment Handler; Geotextile and Liners; High-Pressure Nozzleman; Jackhammer(Pavement Breaker) Non- Riding Rollers; Pipelayer; Posthole Digger(Power); Power Driven Wheelbarrow; Rigger; Sandblaster (excluding all surface preparation work for paint); Sod Cutter-Power and Tamper. T Back to Table of Contents CONSTRUCTION LABORERS GROUP 4 Wage Benefit Zone Pay: $26.01 $9.99 0-30 mi. free zone >30-60 mi. base pay+ $3.05/hr. This group includes but is not limited to: >60 mi. base pay + $4.85/hr. Hod Carrier***; Water Well Laborer; Blaster; Wagon Driller; Asphalt Raker; Cutting Torch; Grade Setter; ***Hod Carriers will receive the same amount of travel High-Scaler; Power Saws (Faller& Concrete) and/or subsistence pay as bricklayers when requested to Powderman; Rock& Core Drill; Track or Truck Mounted travel. Wagon Drill and Welder incl. Air Arc. T Back to Table of Contents DIVERS Wage Benefit Zone Pay: Stand-By $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 In Enclosures 0-25 ft. free zone >25-300 ft. $1.00 per ft. T Back to Table of Contents 10 DIVER TENDERS Wage Benefit Zone Pay: $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 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 HEATING AND AIR CONDITIONING Wage Benefit Travel: $28.04 $17.38 0-50 mi. free zone >50 mi. Duties Include: ■ $0.25/mi. in employer vehicle. Testing and balancing, commissioning and retro- ■ $0.65/mi. in employee vehilcle. commissioning of all air-handling equipment and duct work. Per Diem: $65/day T Back to Table of Contents 11 INSULATION WORKERS - MECHANICAL (HEAT AND FROST) Wage Benefit Travel: $34.17 $19.47 0-30 mi. free zone >30-40 mi. $20.00/day Duties Include: >40-50 mi. $30.00/day Insulate pipes, ductwork or other mechanical systems. >50-60 mi. $40.00/day >60 mi. $45.00/day plus ■ $0.56/mi. if transportation is not provided. ■ $0.20/mi. if in company vehicle. >60 mi. $80.00/day on jobs requiring an overnight stay plus ■ $0.56/mi. if transportation is not provided. ■ $0.20/mi. if in company vehicle. T Back to Table of Contents IRONWORKERS - STRUCTURAL STEEL AND REBAR PLACERS Wage Benefit Travel: $27.25 $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 Duties Include: All work on substations T Back to Table of Contents LINE CONSTRUCTION—GROUNDMAN Wage Benefit Travel: $26.56 $13.56 No Free Zone $60.00/day Duties Include: All work on substations T Back to Table of Contents 12 LINE CONSTRUCTION — LINEMAN Wage Benefit Travel: $44.41 $15.54 No Free Zone $60.00/day Duties Include: All work on substations j Back to Table of Contents 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. j Back to Table of Contents PAINTERS Wage Benefit Travel: $25.05 $16.72 No mileage due when traveling in employer's vehicle. Duties Include: The following travel allowance is applicable when All surface preparation for paint. traveling in employee's vehicle: No free zone. $0.60/mi. Per Diem: $80.00/day j Back to Table of Contents PILE BUCKS Wage 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. j Back to Table of Contents 13 PLUMBERS, PIPEFITTERS, AND STEAMFITTERS Wage Benefit Travel: $35.16 $17.86 0-70 free zone >70 mi. Duties Include: EOn jobs when employees do not work Assemble, install, alter, and repair pipe-lines or pipe consecutive days: $0.55/mi. if employer doesn't systems that carry water, steam, air, other liquids or provide transportation. Not to exceed two trips. gases. Testing of piping systems, commissioning and retro-commissioning. Workers in this occupation may 0 On jobs when employees work any number of also install heating and cooling equipment and consecutive days: $100.00/day. mechanical control systems. T Back to Table of Contents SHEET METAL WORKERS Wage Benefit Travel: $28.04 $17.38 0-50 mi. free zone >50 mi. Duties Include: ■ $0.25/mi. in employer vehicle Testing and balancing, commissioning and retro- ■ $0.65/mi. in employee vehicle commissioning of all air-handling equipment and duct work. Manufacture, fabrication, assembling, installation, Per Diem: dismantling, and alteration of all HVAC systems, air $65.00/day veyer systems, and exhaust systems. All lagging over insulation and all duct lining. Metal roofing. T Back to Table of Contents SOLAR PHOTOVOLTAIC INSTALLERS 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: 0-08 mi. free zone >08-50 mi. federal mileage rate/mi. in excess of the free zone. >50 mi. $66.00/day T Back to Table of Contents 14 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/Ti re person; Truck Mechanic; Trucks with Power Equipment;Warehouseman, Partsman, Cardex and Warehouse Expeditor; Water Trucks. t Back to Table of Contents 15 PW00Nit A, N PREVA UNG VIA, GCS R TES FOR NGHW„ Y CONS RUCK iT00 A SERMES 20� Effec e.- January 27, 2018 Steve Bufloc h, Governor State of Montana Galen Hollenbaugh, Corru mo ssoonerr Deparr'rrraeng 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 Nlontana 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 ............................................................................................................................................ 4 L. Apprentices ......................................................................................................................................... 4 M. Posting Notice of Prevailing Wages .......................................................................................................... 5 N. Employment Preference ......................................................................................................................... 5 0. 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 OPERATORS GROUP 1 ............................................................................................................................. 6 OPERATORSGROUP 2 ............................................................................................................................ 7 OPERATORSGROUP 3 ............................................................................................................................ 7 OPERATORS GROUP 4 ............................................................................................................................ . 8 OPERATORSGROUP 5 ............................................................................................................................ 8 OPERATORS GROUP 6 ............................................................................................................................ 8 OPERATORS GROUP 7 ............................................................................................................................ 8 CONSTRUCTION LABORERS LABORERSGROUP 1 ............................................................................................................................ 9 LABORERS GROUP 2 ............................................................................................................................ 9 LABORERS GROUP 3 ............................................................................................................................ 9 LABORERSGROUP 4 ............................................................................................................................ 10 DIVERS .................................................................................................................................................... 10 DIVERTENDERS ........................................................................................................................................ 10 ELECTRICIANS .......................................................................................................................................... 11 IRONWORKERS-STRUCTURAL STEEL AND REBAR PLACERS ...................................................................... 11 LINE CONSTRUCTION EQUIPMENTOPERATOR .......................................................................................................................... 11 GROUNDMAN ......................................................................................................................................... 11 LINEMAN ................................................................................................................................................. 11 MILLWRIGHTS ............................................................................................................................................ 12 PAINTERS ................................................................................................................................................ 12 PILEBUCKS ........................................................:...................................................................................... 12 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, runways, taxiways, alleys, trails, paths, and parking areas, bridges constructed or repaired in conjunction with highway work, and other similar projects not incidental to building construction or heavy construction. Highway construction projects include, but are not limited to, alleys, base courses, bituminous treatments, bridle paths, concrete pavement, curbs, excavation and embankment(for road construction),fencing(highway), grade crossing elimination (overpasses or undeipasses), guard rails on highways, highway signs, highway bridges(overpasses, underpasses, grade separation), medians,parking lots,parkways, resurfacing streets and highways, roadbeds, roadways, runways, shoulders, stabilizing courses, storm sewers incidental to road construction, 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, county, municipality, or political subdivision in which the total cost of the contract is in excess of$25,000...". D.Prevailing Wage Schedule This publication covers only Highway Construction occupations and rates in the specific localities mentioned herein. These rates will remain in effect until superseded by a more current publication. Current prevailing wage rate schedules for Building Construction,Heavy Construction and Nonconstruction Services occupations can be found on the internet at www.mtwaaehourboi)a.com or by contacting the Labor Standards Bureau at(406)444-5600 or TDD(406)444-5549. E.Rates to Use for Projects ARM,24.17.127(1)(c), states "The wage rates applicable to a particular public works project are those in effect at the time the bid specifications are advertised." F.Wage Rate Adjustments for Multiyear Contracts Section 18-2-417,MCA states: "(1)Any public works contract that by the terms of the original contract calls for more than 30 months to fully perform must include a provision to adjust, as provided in subsection (2), the standard prevailing rate of wages to be paid to the workers performing the contract. (2) The standardprevailing rate of wages paid to workers under a contract subject to this section must be adjusted 12 months after the date of the award of the public works contract. The amount of the adjustment must be a 3%increase. The adjustment must be made and applied every 12 months for the term of the contract. (3)Any increase in the standard rate of prevailing wages for workers under this section is the sole responsibility of the contractor and any subcontractors and not the contracting agency. " 3 G.Fringe Benefits Section 18-2-412, MCA states: "(1) To full the obligation...a contractor or subcontractor may: (a)pay the amount of fringe benefits and the basic hourly rate ofpay that is part of the standard prevailing rate of wages directly to the worker or employee in cash; (b) make an irrevocable contribution to a trustee or a third person pursuant to a fringe benefit fund,plan, or program that meets the requirements of the Employee Retirement Income Security Act of 1974 or that is a bona fide program approved by the U. S. department of labor; or (c) make payments using any combination of methods setforth in subsections (1)(a) and(1)(b)so that the aggregate of payments and contributions is not less than the standard prevailing rate of wages, including fringe benefits and travel allowances, applicable to the district for the particular type of work being performed' (2) The fringe benefitfund,plan, orprograin described in subsection (1)(b) mustprovide benefits to workers or employees for health care,pensions on retirement or death, life insurance, disability and sickness insurance, or bona fide programs that meet the requirements of the Employee Retirement Income Security Act of 1974 or that are approved by the U. S. department of labor. " Fringe benefits are paid for all hours worked(straight time and overtime hours). However, fringe benefits are not to be considered a part of the hourly rate of pay for calculating overtime, unless there is a collectively bargained agreement in effect that specifies otherwise. A.Dispatch City ARM,24.17.103(11),defines dispatch city as "...the courthouse in the city front the following list which is closest to the center of the job:Billings, Bozeman, Butte, Great Falls, Helena,Kalispell, and Missoula." I.Zone Pay Zone pay is not travel pay. ARM,24.17.103(24),defines zone pay as"...an amount added to the base pay;the combined sum then becomes the new base wage rate to be paid for all hours worked on the project.Zone pay must be determined by measuring the road miles one way over the shortest practical maintained route fi•om the dispatch city to the center of the job." See section H above for a fist of dispatch cities. J. Computing Travel Benefits ARM,24.17.103(22),states " 'Travel pay,'also referred to as `travel allowance,'is and must be paid for travel both to and from the job site, except those with special provisions listed tinder the classification. The rate is determined by measuring the road miles one direction over the shortestpractical maintained route fioin the dispatch city or the employee's home, whichever is closer, to the center of the job." See section H above for a list of dispatch cities. K.Per Diem ARM,24.17.103(18),states " Per diem'typically covers costs associated with board and lodging expenses. Per diem is paid when an employee is required to work at a location outside the daily commuting distance and is required to stay at that location overnight or longer." L.Apprentices Wage rates for apprentices registered in approved federal or state apprenticeship programs are contained in those programs. Additionally, Section 18-2-416(2),MCA states "...The frill amount of any applicable fringe benefits must be paid to the apprentice while the apprentice is working on the public works contract." Apprentices not registered in approved federal or state apprenticeship programs will be paid the appropriate journey level prevailing wage rate when working on a public works contract. 4 M.Posting Notice of Prevailing Wages Section 18-2-406, MCA,provides that contractors, subcontractors, and employers who are "...performing work or providing construction services under public works contracts, as provided in this part, shall post in a prominent and R 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 f Section 18-2-408,MCA states: "(I) The contracting agency shall determine, based on the preponderance of labor hours to be worked, whether the public works construction services project is classified as a highway construction project, a heavy construction project, or a building construction project. (2) Once the project has been classified, employees in each trade classification who are working on that project must be paid at the rate for that project classification" P. Occupations Definitions You can find definitions for these occupations on the following Bureau of Labor Statistics website: littp://www.bls.gov/oes/current/oes stru.htm Q. Welder Rates Welders receive the rate prescribed for the craft performing an operation to which welding is incidental. R.Foreman Rates Rates are no longer set for foremen. However, if a foreman performs journey level work,the foreman must be paid at least the journey level rate. 5 WAGE RATES BRICK, BLOCK, AND STONE MASONS Wage Benefit Travel: $26.58 $13.77 0-45 mi. free zone >45-60 mi. $25.00/day >60-90 mi. $55.00/day >90 mi. $65.00/day 1 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. ?Back to Table of Contents CEMENT MASONS AND CONCRETE FINISHERS Wage Benefit Zone Pay: $23.87 $10.51 0-25 mi. free zone >25-50 mi, base pay+ $2.50/hr. Duties Include: >50 mi. base pay + $3.00/hr. Smooth and finish surfaces of poured concrete, such as floors, walks, sidewalks, or curbs. Align forms for sidewalks, curbs, or gutters. t Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 1 Wage Benefit Zone Pay: $24.02 $9.90 0-25 mi. free zone >25-50 mi. base pay+ $2.50/hr. This group includes but is not limited to: >50 mi. base pay+ $3.00/hr. Air Compressor; Auto Fine Grader; Belt Finishing; Boring Machine (Small); Cement Silo; Crane, A-Frame Truck Crane; Crusher Conveyor; DW-10, 15, and 20 Tractor Roller; Farm Tractor; Forklift; Form Grader; Front-End Loader, under 1 cu. yd; Oiler, Heavy Duty Drills; Herman Nelson Heater; Mucking Machine; Oiler, All Except Cranes/Shovels; Pumpman. ?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. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 6 Wage Benefit Zone Pay: $29.63 $9.90 0-25 mi. free zone >25-50 mi. base pay+ $2.50/hr. This group includes but is not limited to: >50 mi. base pay + $3.00/hr. Cranes, 75 tons up to and incl. 149 tons; Cranes, Whirley (All). T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 7 Wage Benefit Zone Pay: $31.73 $9.90 0-25 mi. free zone >25-50 mi. base pay + $2.50/hr. This group includes but is not limited to: >50 mi. base pay + $3.00/hr. Cranes, 150 tons up to and incl. 250 tons; Cranes, over 250 tons—add $1.00 for every 100 tons over 250 tons; Crane, Tower(All); Crane Stiff-Leg or Derrick; Helicopter Hoist. t Back to Table of Contents g 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. 1 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 In Enclosures 0-25 ft. free zone >25-300 ft. $1.00 per ft. 1 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. 1 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 1 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 Wage 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. T 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 Tru ck/Ti re person; Truck Mechanic; Trucks with Power Equipment;Warehouseman, Partsman, Cardex and Warehouse Expeditor; Water Trucks. T Back to Table of Contents 12 SECTION 00910 ENGINEER'S SPECIAL PROVISIONS Engineer's Special Provisions further amend or supplement the Montana Public Works Standard Specifications, 6th Edition and supplement the City of Bozeman's Standard Modifications to the MPWSS, 6th Edition. All provisions that are not so amended or supplemented remain in full force and effect. GENERAL: A. Engineer's modifications, amendments, or supplements are separated into two parts: 1. Part 1 - Special Provisions to the Montana Public Works Standard Specifications (MPWSS), 6th Edition. 2. Part 2 - Special Provisions that are project specific. B. Those sentences or partial sentences that are underlined, reference insertions or changes to existing sentences or paragraphs, and are so underlined to help clarify what was modified or inserted into the existing wording. C. Contractor shall also reference the City of Bozeman's Special Provisions contained in the City's Standard Modifications to the MPWSS, 61h Edition. The City's Special Provisions shall take precedence should any conflicts between these Special Provisions and the City's Special Provisions be found. PART 1 - ENGINEER'S SPECIAL PROVISIONS TO MPWSS AND COBMODS 1.01 DESCRIPTION A. The Special Provisions supersede the Montana Public Works Standard Specifications (MPWSS), Sixth Edition, April 2010 and the City of Bozeman's Modifications to MPWSS dated March 31, 2011. All provisions that are not so amended or supplemented remain in full force and effect. In Case of a conflict, precedence shall be given the order of: 1. Standard Form of Agreement 2. Performance and Payment Bond 3. Addenda to Contract Documents 4. Legal and Procedural Documents: a. Bid Proposal b. Proposal Guaranty C. Instructions to Bidders d. Invitation to Bid 5. Special Provisions (Section 00910) 6. Construction Drawings East Tamarack Street Reconstruction Special Provisions Section 00910 KLJ Project 16417100 Page 1 of 16 7. Funding Agency Special Provisions / Requirements (if applicable) 8. Detailed Specifications - (Included in this Project Manua[) 9. City of Bozeman's Modifications to MPWSS - (latest edition) 10. Montana Public Works Standard Specifications - (latest edition) 1.02 SECTION 00700: STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT The following modifications and/or insertions shall be made to Section 00700- Standard General Conditions of the Construction Contract, 2007 Edition. These modifications are in addition to those defined in the Supplementary Conditions to the General Conditions found in MPWSS Section 00810. A. 00700.4.04 Underground Facilities a. Revise the first sentence of Paragraph 4.04.13.1 to read: If an Underground Facility is uncovered or revealed at or contiguous to the Site that interferes with a pipeline or other facility being constructed in either alignment or grade, which necessitates a change in grade or alignment, which was not shown or indicated, or not shown or indicated with a reasonable accuracy in the Contract Documents.... B. 00700.5.06 Property Insurance a. Add a new paragraph immediately following Paragraph 5.06.A.7: Contractor shall be responsible for any deductible or self-insurance retention. Deductible maV not exceed $10,000 unless approved by an appropriate Change Order. C. 00700.5.09 Acceptance of Bonds and Insurance; Option to Replace a. Add the following sentence to the end of Paragraph 5.09.A: ...shall be issued to adjust the Contract Price accordingly. Failure of Owner to object to the coverage of Contractor's insurance within the time provided shall not relieve Contractor from his obligation to provide insurance that complies with the contract documents. D. 00700.6.02 Labor; Working Hours a. Add the following sentence to the end of Paragraph 6.02.13: Legal holidays shall consist of the following observed holidays: New Year's Day Columbus Day Martin Luther King Jr. Day Veteran's Day President's Day Thanksgiving Day Memorial Day Day after Thanksgiving East Tamarack Street Reconstruction Special Provisions Section 00910 KLJ Project 16417100 Page 2 of 16 Independence Day Christmas Day Labor Day Contractor may work holidays and/or weekends, but must designate the holidays/weekends for which they are intending to work in the schedule submitted at the beginning of the project. Contractor must provide Engineer with at least 48-hours of notice prior to adjusting daily or weekend work schedules. b. Add the following new paragraphs after Paragraph 6.02.13: C. Normal working hours for Contractor shall be limited to the hours between 7:00 a.m. and 6:00 p.m. and shall not exceed 10 hours per day. With Owner and Engineer approval, Contractor may work a four day, ten hour per day work week. Contractor must notify Owner and Engineer in writing three (3) days in advance of his intention to work during other periods to allow assignment of additional inspection personnel when they are reasonably available. Emergency work may be done without prior permission. D. If a resident project representative is reasonably available, Engineer may authorize Contractor to perform work during periods other than normal working hours and/or days. The cost of this inspection will be calculated at the hourly rate specified in these Special Provisions for unscheduled employment of the Engineer and will be deducted from the monthly progress payments and final payment as the costs are incurred. E. 00700.6.06 Concerning Subcontractors, Suppliers and Others a. Add the following sentence to the beginning of Paragraph 6.06.A: No more than forty-nine (49%) percent of the work shall be subcontracted or otherwise sublet. Contractor shall not employ any Subcontractor... F. 00700.6.11 Use of Site and Other Areas a. Add the following new paragraphs after Paragraph 6.11.A.1: a. Contractor is responsible for the protection of and the cost to replace damaged pavements, landscaping, sod, or other surface features outside the pay limit. Contractor shalt use equipment sized and equipped to protect the surface outside the pay limit or pay for replacing the pavements, landscaping, sod, or other surface at no additional cost to Owner. b. Contractor is responsible for protecting all other facilities not planned for removal or replacement. If temporary removal is required for Contractor's successful completion of the Work, Contractor shall, at no additional cost to Owner, replace the facilities in equal or better condition than originally found, subject to approval by Owner of such facility. East Tamarack Street Reconstruction Special Provisions Section 00910 KLJ Project 16417100 Page 3 of 16 b. Add the following new paragraph after Paragraph 6.11.D: 1. When construction is required adjacent to existing structures, including supports of above-ground utilities, Contractor shall be solely responsible to maintain the integrity of the existing structures. Contractor shall employ means necessary to ensure that the existing structure is not damaged and, if necessary, shall install shoring or sheet piling, or other means of protection, or change the size or type of construction equipment. Contractors cost incurred will be included in the Contract Price, and damage to the existing structures are at Contractor's expense. G. 00700.6.12 Record Documents a. Add the following new paragraph after Paragraph 6.12.A: Record drawings shall not be used by field crews during construction and shall be made available to Owner or Engineer during normal working hours at Contractor's field office, or another location identified by Contractor. Record drawings shall be updated and made available to Engineer prior to each progress payment submittal and approval. Final record drawings must be submitted to Engineer prior to approval of the final payment request. H. 00700.6.18 Continuing the Work a. Add the following sentence to the end of Paragraph 6.18.A: ... may otherwise agree in writing. The provisions of this paragraph do not limit the right of Owner to order additions, deletions or revisions in the Work per Article 10 of the General Conditions including additions, deletions or revisions to the Work affected by the disputes or disagreements. I. 00700.12.03 Delays a. Add the following paragraph after Paragraph 12.03.E: In no case will an adverse weather shutdown be granted when Work is only partially completed, unless otherwise approved by Owner. Where Owner and Engineer determine a shutdown is justifiable, Contractor shall restore all utility services to users in the construction area and open traffic access in the construction area. Contractor shall be responsible for cleaning the site and staging area, securing the premises, and taking adequate measures to enclose and protect the building interior from weather exposure throughout the shutdown duration. J. 00700.13.07 Correction Period a. Add the following sentence to the end of Paragraph 13.07.A: East Tamarack Street Reconstruction Special Provisions Section 00910 KLJ Project 16417100 Page 4 of 16 Contractor shall begin corrective work within ten (10) days of notification from Engineer. K. 00700.14.02 Progress Payments a. Add the following paragraph after Paragraph 14.02.B.5: 6. Engineer may also refuse to recommend the whole or any part of any payment if, in Engineer's opinion, there exists: a. Unsatisfactory progress of the Work; b. Failure to remedy defective Work or materials; C. Disputed Work or materials; d. Failure to comply with material provisions of the Contract Documents; e. Failure of Contractor to make timely payment upon request, including but not limited to payment for labor, equipment, materials, subcontracts, taxes, fees, professional services, rent, and royalties; f. Damage to Owner; or g. The existence of reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Price. 1.03 SECTION 00810: SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS The following modifications and/or insertions shall be made to MPWSS Section 00810 - Supplementary Conditions to the General Conditions. These modifications are in addition to those defined in the Supplementary Conditions to the General Conditions found in MPWSS Section 00810. A. 00810 SC-5.04 Contractor's Liability Insurance 1. Add the following requirement to Paragraph SC-5.04.C.5. The Contractor's insurance coverage shall include Gallatin County as an additional insured under Commercial General Liability, Automobile Liability, Excess or Umbrella policies. B. 00810 SC-6.02 Working Hours 1. Delete MPWSS Supplemental Condition SC-6.02 in its entirety. C. 00810 SC-14.02 Payment Becomes Due 1. Add the following paragraph after Paragraph SC-14.02.C.1: For those projects in which funds are being requested from funding agencies in order to pay Contractor, then ten days after Owner approves East Tamarack Street Reconstruction Special Provisions Section 00910 KLJ Project 16417100 Page 5 of 16 the Application for Payment, the amount approved will be submitted to the Funding Agency that is providing funding for the project. Within ten days after receipt of funding from the Funding Agency, the approved amount due will be paid by Owner to Contractor. 1.04 SECTION 02730: SANITARY SEWER COLLECTION SYSTEMS The following modifications and/or insertions shall be made to COBMODS 61h Edition, Addendum 3. A. 02730 Part 3.4.E. Air Test (Alternate) - Delete the following requirement (Paragraph No. 10.) 1. If the air test method is used to test the sewer mains, test manholes for leakage by filling each manhole with water to the top of the manhole. Measure the leakage by checking the water level drop in the manhole over a four hour period. Allow time to soak the manholes in advance of performing tests. The allowable leakage for manholes is 0.1 gat/hr/ft-dia/ft-head. B. 02730 Part 3.4.E. Air Test (Alternate) -Add the following requirement (Paragraph No. 10.) 1. If the air test method is used to test the sewer mains, test manholes for leakage by water testing in accordance with Montana Department of Environmental Quality Circular DEQ-2 Section 34.7. Water testing will only be allowed where groundwater is below the bottom of the manhole during testing. Hydrostatic testing shall be conducted by sealing all pipe penetrations to the manhole and filling the manhole to the top of the manhole cone with water. Water may be added over a 24-hour period to compensate for losses due to evaporation and absorption. Following the 24- hour saturation period any loss of water within a 30-minute period shall be a failed test and the manhole must be rejected. PART 2 - PROJECT SPECIAL PROVISIONS 2.01 STANDARD SPECIFICATIONS A. All work shall be performed in accordance with the applicable sections of the Montana Public Works Standard Specifications, 6th Edition including all addenda or modifications, which by reference, are included herein and/or as part of the modifications by the City of Bozeman. B. The Montana Public Works Standard Specifications, Sixth Edition, April 2010, are referred to elsewhere in this document as the MPW Standard Specifications or the MPWSS. Copies of the MPWSS are available from: Associated General Contractors of America Montana Contractors Association East Tamarack Street Reconstruction Special Provisions Section 00910 KU Project 16417100 Page 6 of 16 1717 11 th Avenue Helena, Montana 59601 C. The City of Bozeman Standard Modifications to Montana Public Works Standard Specifications, Sixth Edition are also referenced throughout this document. These modifications were updated and approved March 31, 2011, and also include Addendum 1-2. Contractor shall reference these throughout the project. All work within the right of way in the City of Bozeman shall be completed in accordance with MPWSS and the City of Bozeman Modifications to MPWSS. 2.02 WARRANTY If, within two years after acceptance of the work by Owner, any of the work is found to be defective or not in accordance with the Contract Documents, and upon written notice from Owner, Contractor shall correct any work beginning within seven (7) calendar days of said written notice. Should Contractor fail to respond to the written notice within the designated time, Owner may correct the work at the expense of Contractor. Op' 2.03 ASBESTOS CEMENT PIPE REMOVAL Asbestos cement (AC) pipe is considered a Category II asbestos-containing material (ACM), which is regulated by the National Emission Standard for Hazardous Air Pollutants (NESHAP).The Environmental Protection Agency (EPA) and the State of Montana require an asbestos inspection prior to any demolition work that will include AC pipe. The Contractor is responsible for providing the below Work associated with the removal of existing AC pipe. 1. Provide a Montana accredited asbestos inspector to perform a thorough inspection of the ACM facility (or affected portion of the facility) before any demolition/removal work, regardless of size or age. 2. If the proposed activity becomes an "asbestos project", which would involve ACM greater than 10 square feet, 3 linear feet, or 3 cubic feet, the Contractor shall employ an asbestos contractor to perform the Work. If the activity becomes an "asbestos project" as described above, the Contractor shall prepare and submit an asbestos project permit application to DEQ five to ten days prior to the start of the asbestos project. 3. The Contractor shall notify DEQ ten working days prior to the start date for the ACM Work, even if no asbestos is present. 4. Contractor shall maintain a copy of the asbestos inspection report onsite during the duration of the project. Montana asbestos inspectors are listed on the DEQ website: http://deg.mt.Qov/Public/asbestos. Contractor may access hard copy asbestos project and demolition forms at http://www.deg.mt.Pov/asbestos/acocontractorinfo.mcpx, and submit forms by postal delivery, fax, email, or for asbestos projects, the DEQ online service at https://app.mt.pov/AsbestosPermits. 2.04 WATER SERVICE SHUTDOWNS i East Tamarack Street Reconstruction Special Provisions Section 00910 KLJ Project 16417100 Page 7 of 16 Contractor shall make a written request to ENGINEER and OWNER for any proposed shutdown. Following ENGINEER's and OWNER'.s review and approval of any proposed shutdown request, Contractor shall notify water service customers of any water main shut down, in writing, 24 hours prior to the disruption (excluding weekends and holidays), and shall have all necessary materials, tools, equipment and labor on site prior to removing the existing lines from service. Contractor shall complete the restoration of water service to each affected customer within eight (8) hours after the suspension begins or before 5:00 p.m., whichever comes first. Failure to complete the work within the 8-hour period will result in the assessment of Liquidated Damages. See Part 4.03.B. of Section 00500 - Agreement, Special Liquidated Damages. This shall also be in accordance with City of Bozeman Modifications to Montana Public Works Standard Specifications, 61h Edition Section 02660 Part 3.2 D.3. 2.05 TEMPORARY SEWER SERVICE Contractor shall coordinate sewer service restrictions with the local residents and Owner prior to starting the work. Contractor shall notify resident's 24-hours in advance of when their service will be shut down or restricted use requested. Contractor shall maintain active sanitary sewer service to all users upstream of the section of sewer being replaced. Options available to Contractor include: 1. Provide by-pass pumping. 2. Provide equipment to pump and haul wastewater from manholes up-stream of Contractor's work area. Contractor will be responsible to monitor depth levels in upstream manholes and remove wastewater it in a timely manner. Regardless of the proposed method, the following criteria must be met. 1. Contractor shall submit a plan to Engineer and Owner for approval prior to beginning work. 2. Contractor shall make service reconnections in a timely matter, and may utilize new sewer piping immediately upon installation and the reconnection of a service. 3. When by-pass pumping is utilized, by-pass equipment must be in place, on-site, prior to beginning sewer work each day, and the sewer main must be put back into service via an approved method each night. 4. Sewer water may not pool in any manhole more than 12" above the top of the outlet pipe. 5. Contractor is responsible for ensuring the elevation of wastewater in any manhole does not cause wastewater to back up into any adjacent building or home. 6. All work and equipment associated with wastewater by-pass shall be considered incidental to all other sewer work and no separate payment will be made by Owner. 2.06 SEWER SERVICE REPLACEMENT East Tamarack Street Reconstruction Special Provisions Section 00910 KLJ Project 16417100 Page 8 of 16 All sanitary sewer services, to be transferred to the new proposed mains, shall be replaced from the main to the property line unless otherwise indicated on the Plans. 2.07 INSULATION BOARD Water line and sanitary sewer insulation board shall have a closed cell structure with an R-Value of 5 per inch of thickness. Maximum water absorption shall be 0.1% by volume and minimum compressive strength shalt be 60 psi. Insulation board shall be Styrofoam Brand High Load 60 or approved equal. Insulation board shall be installed with 2-inches of sand bedding and 2-inches of sand over the top of the insulation board. Insulation board shall be installed as specified on the plans over all water mains, service lines, or hydrant leads when depth of cover is less than 6.5 feet and over sanitary sewer mains and service lines when depth of cover is less than 5 feet. 2.08 FIRE HYDRANTS There may be locations where fire hydrants are to be installed at depths which differ from the typical bury depth. Contractor shall be responsible for obtaining the correct materials to ensure that all fire hydrants can be installed at the design bury depth. Installation of fire hydrants must be such that the bottom of the breakaway flange is not installed more than 3-inches above the finished grade. This shall also be in accordance with City of Bozeman Modifications to Montana Public Works Standard Specifications, 61h Edition Section 02660 Part 3.2 D.3. 2.09 PROTECTION OF TREES, SPRINKLER SYSTEMS, AND PROPERTY PINS Prior to initiation of any excavation or removal of existing curb, Contractor shall cut all tree roots at the back limits of excavation with a Vermeer root cutter or other similar machine capable of cutting the roots in a neat clean fashion from existing ground to subgrade elevation. Indiscriminate ripping of tree roots will not be permitted. The method and equipment to be used shall be submitted to Engineer for approval prior to the start of work. In addition, Contractor shall take special care when working around trees to avoid any unnecessary damage to the branches or the trunks of trees. Protective barriers shall be placed around trees as necessary to prevent inadvertent damage by equipment. Contractor shall take care to locate any existing sprinkler heads or lines prior to excavation. Any sprinkler systems which are damaged shall be repaired by Contractor. Contractor shall be responsible for preserving existing property pins in the field. The cost of resetting property pins removed by Contractor shall be the responsibility of Contractor. 2.10 UNSCHEDULED EMPLOYMENT OF CITY WATER/SEWER SERVICE WORKERS One City of Bozeman Water/Sewer Operations Department service worker will be available 7:15 a.m. till 5:15 p.m. Monday- Friday with the exception of City recognized holidays for the sewer main replacement portion of the work. Work scheduled outside these times with less than 24 hours' notice will be billed at 1.5 time the service worker's East Tamarack Street Reconstruction Special Provisions Section 00910 KLJ Project 16417100 Page 9 of 16 base pay rate of $21.00 per hour. Call outs (emergency response with no notice) will be billed two (2) hours double time the base rate. Each succeeding hour thereafter 1.5 times the base rate. 2.11 ENGINEERING OVERTIME CHARGES A. Contractor shall be responsible for payment of Engineering overtime hours, as overtime charges for work performed over 40 hours per week; on Saturday or Sunday; or on a legal holiday in accordance with the following schedule: B. Administrative $ 70.00 per hour Resident Project Representative $110.00 per hour Project Engineer $146.00 per hour Survey Crew $190.00 per hour C. Daily accounting of Engineer's overtime will be delivered to Contractor as it accrues. A copy of the overtime record will be retained by Owner to document reductions from monthly progress payments to Contractor. 2.12 WINTER SHUTDOWN A winter shutdown will become necessary if the project is not completed within the current calendar year. In this event, Owner will issue a written Order to Contractor to Suspend Work. During a winter suspension Contractor is responsible for maintaining the roadway to provide the traveling public with a safe and smooth riding surface including all traffic control, maintenance, and snow removal, for all roadways not completed through the final lift of plant mix surfacing. Contractor shall furnish all necessary supervision, personnel, and equipment to maintain the road in a safe condition and at the highest level of service to traffic. All damage to the roadway shall be repaired immediately by Contractor and at no additional cost to the City. Maintenance includes, but is not limited to the following: 1. Repairing potholes or other surface irregularities; 2. Reshaping the subgrade, side slopes, boulevards, and aggregate courses, as necessary; 3. Cleaning debris from drainage courses, culverts, and inlets; 4. Removing rocks or earth from the roadway and boulevard sections; 5. Removing debris resulting from construction activities; 6. Providing access to residences, businesses, and roads and keeping the present accesses open; 7. Repairing or replacing minor damaged part of the work; 8. Repairing or replacing extensive damage, not by Contractor negligence. The City Engineer will immediately notify Contractor if he fails to maintain the project during a winter shutdown. Failure to remedy unsatisfactory maintenance within 24 hours after receipt of the notice will cause the City to take over project maintenance. The cost of the maintenance will be deducted from monies due or to become due to Contractor, or otherwise be billed to Contractor. East Tamarack Street Reconstruction Special Provisions Section 00910 KLJ Project 16417100 Page 10 of 16 2.13 FILL AND ABANDON PIPE Fill and abandon existing pipes where shown on the Plans. Using excavatable Flowable Fill in accordance with Montana Public Works Specifications Section 02225 (Flowable Fill) for fill material. A. Place fill material the entire inside length of the existing pipe to be abandoned so it is completely filled. Ensure that no obstruction or segment of collapsed pipe inhibits placement of fill material. B. Work will be measured based on the volume of material required to fill existing pipes. The volume will be determined based on the nominal diameter and effective length of the pipe to calculate the cubic yards of material required. C. Payment for the completed and accepted quantities is made per cubic yard. Payment at the contract unit price is full compensation for all resources necessary to complete the item of work under the contract. 2.14 TRAFFIC CONTROL A. General. Contractor shall at all times conduct his operations so that there is a minimum interruption in the use of the City's streets affected by the work. Exact procedures in this respect shall be established in advance of construction with the City Engineer. Should construction of the project require the closure of any streets, roads or highways or require night-time or long-term traffic control, Contractor will be required to prepare a detailed TRAFFIC CONTROL PLAN to address the methods and means of controlling traffic under the specific conditions. Traffic control plans shall be in conformance with the requirements of the Manual on Uniform Traffic Control Devices. In regards to closures, the plan shall include specific details on traffic detours and estimated durations of the closures. Details of . signing, barricades, flagging and other traffic control devices shall be presented. The traffic control plan shall be prepared by either an ATTSA (American Traffic Safety Services Association) certified Traffic Control Supervisor or Traffic Control Design Specialist or approved equal, or a Professional Engineer. The traffic control plan shall be approved by Owner prior to construction. Contractor may be required to modify or adjust a traffic control set-up to fit specific field conditions encountered during construction. B. Traffic Access. Construction work shall be programmed by Contractor so that local traffic will have continuous access within one block of any given property. It shall be the responsibility of Contractor to notify all affected residents in the area of programmed work, of street closures, parking requirements and restrictions, and any other conditions, a minimum of twenty-four (24) hours prior to beginning work within the affected area. All signing, barricades, and other traffic control measures shall be provided by Contractor. Approach grades into driveways shall be maintained to provide reasonable comfort and access. When resident access to driveways cannot be provided, the East Tamarack Street Reconstruction Special Provisions Section 00910 KLJ Project 16417100 Page 11 of 16 Contractor shall provide an alternative parking plan to the Engineer for prior approval, which shall include reasonable parking within walking distance. Contractor shall make reasonable accommodations for persons with disabilities. Roadway open to local traffic shall be restored and maintained to a reasonable standard to carry traffic. No sections shall be opened to local traffic without the condition being approved by the Owner and/or Engineer. The Contractor shall bare all cost of maintaining the roadway to the approved condition. C. Warning Signals. All streets, roads, highways and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed, mounted or affixed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations within the construction area shall be provided with suitable barriers, signs and lights to the extent that adequate public protection is provided. All abrupt grade changes greater than one inch which traffic is required to pass over; and obstructions, including but not limited to, material stockpiles and equipment shall be similarly protected. All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sundown to sunrise. D. Notifications. Contractor shall coordinate all of Contractor's construction to the greatest extent possible. When necessary pedestrian detours shall be established or the sidewalk shall be properly closed to travel in accordance with the MUTCD and City of Bozeman requirements. Contractor shall schedule the work to minimize inconvenience to Owner and to adjacent property owners and to minimize interruptions to utility service and through traffic. Contractor shall maintain vehicular access to local businesses at all times. Work shall be scheduled so as to minimize disruptions to local mail and freight delivery. Contractor shall maintain vehicular access to residences able to be used after each shift. Street closures shall be closures to through traffic with local traffic allowed. Provide channelization, flaggers, or other measures necessary to allow the safe passage of local vehicles to access residences that are within the work zone but not blocked by construction. Notify all residents at least 24 hours in advance of any access restrictions for individual approach or street closures. Schedule work such that individual approach closures last no more than a single shift. Contractor shall designate one (1) employee whose primary purpose shall be to coordinate traffic control and shall provide a 24 hour per day telephone number or numbers to contact this person. 2.15 PROTECTION OF EXISTING PAVEMENT East Tamarack Street Reconstruction Special Provisions Section 00910 KLJ Project 16417100 Page 12 of 16 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 Contractor, at his expense, in a manner as directed by Engineer. 2.16 OPERATION OF EXISTING VALVES All existing City of Bozeman water main valves shall be operated by authorized personnel of the City of Bozeman only. Contractor shall not operate any existing valves without the written consent of the City of Bozeman. 2.17 LANDSCAPING RESTORATION A. Contractor shall restore all vegetated areas disturbed by construction that lie outside the pavement and concrete areas by hydraulic seeding. Contractor shall prepare, restore, fertilize, water and maintain newly restored areas until seeding fully germinates. B. Seed: All seeding may be completed using the following seed mixtures and shall be applied through hydraulic seeding. The seed shall contain no noxious weed or any seed that is prohibited by any state or local ordinances or by the USDA. Seed shall be grown in the North American continent above 41 degrees north latitude and be a standard grade adapted to Montana conditions. Seed which has become wet, moldy, or otherwise damaged will not be accepted. Lawn/Street Side Areas: The following seed mix shall be shall be used on and applied at a rate of 1 lb of pure live seed per 300 square feet. Substitutions to the following blend may be approved in advance by ENGINEER. The seed mixture shall consist of the following percentages of pure live seed: 1. Tall Water-save Fescue: 60% 2. Kentucky Bluegrass: 25% 3. Perennial Ryegrass: 15% C. Fertilizer: Fertilizer shall be a soluble commercial carrier of available plant food element or combination thereof. The fertilizer to be used on the project shall supply the quantities of available chemical elements stipulated below. The fertilizer shall be uniform in composition and in good condition for application by suitable equipment. it shall be labeled with the manufacturer's guaranteed analysis, as governed by applicable fertilizer laws. All fertilizer that become contaminated or damaged, making it unsuitable for use, will not be accepted. Inorganic fertilizer shall be applied at the rates specified below to all seeded areas: Nitrogen (Elemental): 20 lbs/acre East Tamarack Street Reconstruction Special Provisions Section 00910 KLJ Project 16417100 Page 13 of 16 Phosphorous (P205): 60 lbs/acre Potassium (K20): 14 lbs/acre D. Mulch Material: Acceptable mulch shall be the materials listed below or any approved locally available material that is similar to those specified. Substitution must be approved by ENGINEER. Mulch materials, which contain matured seed of species which would volunteer and be detrimental to the proposed seeding, will not be acceptable. Straw or other mulch material which is fresh and/or excessively brittle, or which is in such an advanced stage of decomposition as to smother or retard the planted grass, will not be acceptable. Hay or straw will be a minimum of 12 inches in length. 1. Hay: Hay shall be native hay, sudan grass hay, broomsedge hay, legume hay, or similar hay. 2. Straw: Straw shall be the threshed plant residue of oats, wheat, barley, rye, or rice from which grain has been removed. E. For any construction and restoration in or near ditches and other drainage areas, see Section 01560 for erosion and sediment control measures. 2.18 RECORD DATA AND DRAWINGS A. The Contractor shall keep accurate, legible records of the locations, types, and sizes of sanitary sewer mains, service laterals, manholes, cleanouts, water mains, fittings, valves, hydrants, water service pipes, curb stops, drainage pipes, drainage structures and other related Work performed under this Project. On a set of project prints provided by the Owner/Engineer, the Contractor shall prepare a set of "record" drawings from the data stated above. The horizontal locations of all portions of items installed on this Project shall be accurately tied down to features that are physical and visible, such as property corner markers and/or permanent type structures. Invert elevations of all manholes, sewers and structures, fittings and valves shall be clearly indicated. These "record" drawings shall be kept clean and dry and maintained in a current state with the progress of the Work. If at any time, a copy of this plan or portion of it is requested by the Owner, such copy shall be made available within 24 hours of the request. The Contractor shall provide the Owner with one set of red-lined prints indicating record drawing information. 2.19 USE OF REMOVED ASPHALT PAVEMENT A. Asphalt concrete pavement removed during trenching operations may be used as backfill material in areas with Type A backfill if mechanically processed to 4" minus size with a cold planer, rotomill, or similar equipment and mixed at no more than 50/50 ratio with other backfill material. 2.20 REPORTS AND DRAWINGS USED BY THE ENGINEER East Tamarack Street Reconstruction Special Provisions Section 00910 KLJ Project 16417100 Page 14 of 16 A. In preparation of Drawings and Specifications, Engineer has relied upon: 1. The following reports of explorations and tests of sub-surface conditions at the site of the Work: a. Geotechnical Engineering Report - East Aspen Pedestrian Bridge; Dated March 22, 2017; Provided by Terracon Consultants, Inc. b. Geotechnical Engineering Report - Peach and Tamarack Streets Rehabilitation Project; Dated July 15, 2016; Provided by Terracon Consultants, Inc. Inserted immediately following this Section 00910 B. The following drawings of physical conditions in or relating to existing surface and sub-surface structures (except Underground Facilities)which are contiguous to the site of the Work. 1. Material Submittal for existing Contech Hydrodynamic Separator (CDS4045-8-C-534069-10) to be adjusted to new grade. Ref. Sheet C1, STA. 7+32. Inserted immediately following this Section 00910 behind Geotechnical Reports. END OF SECTION East Tamarack Street Reconstruction Special Provisions Section 00910 KLJ Project 16417100 Page 15 of 16 THIS PAGE INTENTIONALLY LEFT BLANK East Tamarack Street Reconstruction Special Provisions Section 00910 KLJ Project 16417100 Page 16 of 16 SECTION 00920 TELECOM SPECIAL PROVISIONS SPECIAL PROVISION 1 - LOCATING AND CROSSING EXISTING UNDERGROUND FACILITIES 1.01 Contractor will be responsible for locating all of Owner's existing conduit and contacting all foreign underground companies and acquire any necessary crossing permits where existing facilities are to be crossed by new underground conduit. Contractor will be provided with the most current map of Owner's facilities. This map in no way represents all of Owner's facilities. Contractor will expose the existing underground facilities and cross above if a 42" minimum depth can be maintained. If a 42" minimum depth cannot be maintained, Contractor will backpull the new conduit to place it below the existing facilities per any easement or permit requirements. Under no circumstance shall an existing conduit be cut without Owner's or Engineer's prior approval. In the case of foreign underground facilities, Contractor will backpull the new conduit to place it below the existing facilities per any easement or permit requirements. Costs for cutting or backpulling, including all labor and materials, shall be incidental to the project. SPECIAL PROVISION 2 - BHF(30x48x36) (WxLxD) UNIT DESCRIPTION 2.01 Contractor shall install a 6-inch base of pea gravel at all BHF(30x48x36) unit locations. Where the BHF(30x48x36) unit is suffixed by the letter "T", the maintenance hole must be able to withstand the loading requirements characteristic of a Tier 22 enclosure as defined by ANSI/SCTE 77-2002 Specifications for Underground Enclosures Integrity. 2.02 All Maintenance Holes shall be manufactured by Quazite. Box is stackable with an open bottom part number PG3048BA36. Cover is Extra Heavy Duty 1-Piece with two bolts, part number PG3048HH00, the Logo in the cover shall read "Bozeman". 2.03 All Maintenance Holes will have a BM2(5/8)(8) ground rod and ground rod clamp installed as referenced in the Maintenance Hole Detail Drawing. 2.04 Any concrete or asphalt removal and replacement necessary to place BHF(30x48x36) maintenance holes shall be performed as required in accordance with federal, state and/or local construction standards in effect at the time of bid date. (Pursuant to these federal, state and/or local standards, restoration may include the use of any base and sub-base materials such as concrete, crushed stone, etc.). SPECIAL PROVISION 3 - BM60 (4 X 2" SDR11 HDPE, BUNDLED W/20 GA TW) UNIT DESCRIPTION 3.01 Contractor shall provide the necessary labor, equipment, and material for the installation of orange SDR 11 HDPE conduit(s) with 20 Gauge Tracer Wire, by drilling a penetration horizontal to the ground line. The direction of the bore shall be controlled to plus or minus one foot and the depth of placement shall be controlled to plus or minus six inches by mechanical or hydraulic means. East Tamarack Street Reconstruction Telecom Special Provisions Section 00920 KLJ Project 16417100 Page 1 of 4 3.02 The minimum depth of placement shall be 42 inches. Additional depth may be required due to foreign utilities. 3.03 Any concrete or asphalt removal and replacement necessary for the horizontal drilling activity shall be performed as required in accordance with federal, state and/or local construction standards in effect at the time of bid date. (Pursuant to these federal, state and/or local standards, restoration may include the use of any base and sub-base materials such as concrete, crushed stone, etc.). 3.04 Contractor shall provide 18001b pull tape in all vacant conduits prior to backfilling. 3.05 Contractor shall locate tracer wire either outside the conduit being bored or inside a vacant conduit after the conduit is bored. These tracer wires must be accessible to the cable locators at the handhole locations or extended into locate pedestals identified on the construction sheets. 3.06 Contractor shall seal all ducts water tight, in all Maintenance Holes. All vacant conduit(s) shall be fitted with conduit caps. The conduit caps shall be the correct size recommended for sealing the specific conduit size being sealed. SPECIAL PROVISION 4 - DIRECTIONAL DRILLING POTHOLING REQUIREMENTS 4.01 When directional drilling, the CONTRACTOR is responsible for potholing all utility crossings. When crossing above a water, sewer, or storm drain line, pothole down to one foot below the expected depth of bore. When crossing below a water, sewer, or storm drain line, pothole down to one foot below the line being crossed. All crossings must be witnessed by an inspector from the water/sewer department. Schedule an inspection a minimum of 4 hours before the crossing is expected to occur. Inspections scheduled outside normal working hours will result in call-out charges to the CONTRACTOR. Backfill potholes that fall within pavement with non-shrink flowable fill and patch pavement to match existing pavement thickness with plant hot-mix asphalt. If plant hot-mix asphalt is not available, use M-3000 concrete, 3-inches minimum, which shall be removed and replaced with plant hot-mix asphalt as soon as it becomes available. Potholes that fall within sidewalk should be backfitled to match the existing section with washed rock and M-4000 concrete. Except during winter months, road plates or top hats may be used temporarily until patch work is completed. The city engineer under special circumstances may waive the requirement for potholing. Traffic control shall be provided for all lane closures and sidewalk closures per City of Bozeman Standard Drawings. SPECIAL PROVISION 5 - CONDUIT ACCEPTANCE TESTING 5.01 Contractor shall verify successful installation of the conduit by proofing the conduit. This shall be done by obtaining a 30 to 50 foot long segment of 288-count micro-fiber, installing a pull tape into each of the four conduits, and pulling the fiber through each conduit. Said testing shall be witnessed by the Engineer. East Tamarack Street Reconstruction Telecom Special Provisions Section 00920 KLJ Project 16417100 Page 2 of 4 SPECIAL PROVISION 6 - RECORD DRAWINGS 6.01 The Contractor shall provide record, or as-built, drawings that document location of the conduits and maintenance holes placed during this project. Conduit location shall indicate depth, distance from Right-of-Way boundary, center-line and existing utilities. Maintenance Hole locations shall indicate distance from Right-of-Way boundaries and stationing. W4 0*1 lop L East Tamarack Street Reconstruction Telecom Special Provisions Section 00920 KLJ Project 16417100 Page 3 of 4 THIS PAGE INTENTIONALLY LEFT BLANK i i East Tamarack Street Reconstruction Telecom Special Provisions Section 00920 KLJ Project 16417100 Page 4 of 4 i i Irerracon GeoReport East Aspen Pedestrian Bridge Terracon Project No. AJ175001 Prepared for: KU Engineering Bozeman, MT March 22, 2017 7 Environmentalt e r ra c o n . c o m I rerracon r March 23, 2017 Irerracon KLJ Engineering 1982 Stadium Drive, Suite 3 Bozeman, MT 59715-0697 Attn: Mr. Shane Strong, P.E. P: 406.582-6222 E: Timothy.Srong@kljeng.com Re: Geotechnical Engineering Report Bozeman Creek Pedestrian Bridge Bozeman, Montana Terracon Project No. AJ175001 Dear Mr. Strong: Terracon Consultants, Inc. (Terracon) is pleased to submit our Geotechnical Engineering Report for the above referenced project. This work was performed in accordance with our proposal for this project, Terracon Proposal Number PAJ175001, dated February 21, 2017. We trust that this report is responsive to your project needs. Please contact us if you have any questions or if we can be of further assistance. We appreciate the opportunity to work with you on this project and look forward to providing additional Geotechnical Engineering and Construction Materials Testing services in the future. Sincerely, Terracon Consultants, Inc. Jim Pierce, P.E. Brian Williams, P.G. P.E. Office Manager/Geotechnical Engineer Senior Geotechnical Engineer Reviewed by: Brian J. Williams, P.G., P.E. Terracon Consultants, Inc. 2110 Overland Ave., Suite 124 Billings, MT 59102 P 14061 656 3072 F (4061 656 3578 terracon.com RIEpOo RT TONGS* Irerracon GeoReport I PROJECT DESCRIPTION EXPLORATION AND TESTING PROCEDURES SITE CONDITIONS t GEOTECHNICAL MODEL GEOTECHNICAL OVERVIEW SITE PREPARATION i SHALLOW BRIDGE FOUNDATIONS SITE CLASSIFICATION FOR SEISMIC DESIGN f CORROSIVITY GENERAL COMMENTS ATTACHMENTS SITE LOCATION EXPLORATION PLAN EXPLORATION RESULTS (Boring Logs and Laboratory Data) t SUPPORTING INFORMATION *This is a paper rendition of a web-based Geotechnical Engineering Report. Responsive ® Rv3sctiircc-A l ■ Reliable Proposal for Geotechnical Engineering Services Irerracon Pedestrian Bridge & Sewer Crossing ■ Bozeman, Montana February 23, 2017 ■ Terracon Project No. PAJ175001 PROJECT DESCRIPTION Our initial understanding of the project was provided in our Stage 1 submittal in Project Understanding. During the period of collaboration that has transpired since the project was initiated, our understanding of the project conditions has not changed. We have been provided with anticipated maximum abutment loads for the bridge, and pavement sections for the bridge approaches are not required. Item Description The project site is within the right of ways of East Aspen and East Tamarack Project location Streets at their intersections with Bozeman Creek, midway between North Wallace and North Rouse Avenues. The project will include a new pedestrian bridge across Bozeman Creek with Proposed structure adjacent approach work and a new jack and bore sanitary sewer crossing of Bozeman Creek on Tamarack Street. The existing sewer mainline is 13 feet below adjacent ground surface. The proposed bridge construction materials are expected to be steel trusses Bridge construction with a wood deck. The bridge length is approximately 41 feet, abutments are approximately 20 feet long and 4 feet wide. Abutment Loads: - provided by client Maximum loads, Vertical Maximum—67 kips Horizontal Maximum - Finish design grades are not available at this time. Grading/slopes Some cut and fill will be required to develop final grade for the bridge. Final slope angles of as steep as 3(H):1(V) are expected. Below grade The sanitary sewer line crossing is approximately 13 feet below ground surface. construction Retaining Walls Retaining walls are not expected to be necessary to achieve final grade. Approaches Gravel surfaced Estimated start of 2017 construction Responsive ■ Resourcef"I u Reliable Exhibit A 1 Terracon East Aspen Pedestrian Bridge ri Bozeman, Montana March 16, 2017 Ei Terracon Project No.AJ175001 GevReport EXPLORATION AND TESTING PROCEDURES Field Exploration Our field exploration included drilling two borings for the pedestrian bridge and one boring for the sewer crossing. Boring depths ranged from about 11.0 feet to 21.0 feet below the existing sites grades. A truck-mounted drill rig equipped with continuous-flight hollow-stem augers was used to drill the borings. The boring locations were selected by the Owner and Terracon and were located in the field using a handheld GPS device. Ground-surface elevations at the boring locations were measured by others using conventional GPS surveying methods. Elevations reported on the boring logs are rounded to the nearest 0.5 foot. The locations and elevations should be considered accurate only to the degree implied by the means and methods used to define them. The approximate boring locations are shown on the Exploration Plan. A Terracon field engineer recorded a log of each boring during the drilling operations. These field logs included visual classifications of the materials encountered in the field and our interpretation of the subsurface conditions between samples. Final boring logs were prepared that represent the engineer's interpretation of the field logs and include modifications based on observations and tests of the samples in the laboratory. Copies of the logs are presented in Exploration Results. Disturbed soil samples were obtained at various depths in the borings using a 2-inch- outside-diameter split-spoon sampler driven in general accordance with the Standard Penetration Test (SPT). The result of the SPT is an N-value. The N-value is the number of blows from a 140- pound hammer falling from a height of 30 inches that are required to drive the split-spoon sampler the last 12 inches of an 18-inch interval (or the distance indicated). N-values are shown on the boring logs. The N-value referenced above provides a reasonable estimate of the relative in-place density of non-cemented sandy type materials. However, the N-value only provides an indication of the relative stiffness of cohesive materials, since the penetration resistance of these soils may be affected by the moisture content. Considerable care must be exercised in interpreting the N-value in gravelly soils, particularly where the size of the gravel particles exceeds the inside diameter of the sampling spoon. An automatic SPT hammer was used to advance the split-spoon sampler in the borings performed on this site. A greater efficiency is typically achieved with the automatic hammer compared to the conventional safety hammer operated with a cathead and rope. Published correlations between the SPT values and soil properties are based on the cathead and rope method. The higher efficiency of the automatic hammer affects the standard penetration resistance blow count (N- Responsive Resourceful � Reliable East Aspen Pedestrian Bridge ■ Bozeman, Montana lrerracon March 16, 2017 n Terracon Project No.AJ175001 GeoReport value) by increasing the penetration per hammer blow over what would be obtained using the cathead and rope method. The effect of the automatic hammer's efficiency has been considered in the interpretation and analysis of the subsurface information for this report. Laboratory Testing Samples obtained during the field exploration were transferred to the laboratory and visually classified in general accordance with the Unified Soil Classification System described in Exploration Results. Representative samples were selected for testing to determine physical and engineering properties of the subsurface materials. Following are the laboratory tests conducted and a brief description of the purpose of each test: Test Conducted To Determine: Natural moisture content Moisture content of the sample. Gradation (sieve analysis) Grain size distribution of the sample material. Percent passing the No.200 sieve Amount of clay/silt sized particles in the sample. Atterberg limits Plasticity of the sample. Ph,and Resistivity Corrosivity of soil to buried metals Sulfates Suitability of direct contact of soil with concrete The tests were performed in general accordance with their respective ASTM standards. These standards are a reference to general methodology. In some cases, variations to methods are applied as a result of local practice or professional judgment. Results of the laboratory tests are generally summarized on the boring logs presented in Exploration Results. Graphical results of the gradation are also presented in Exploration Results. Responsive ■ Resourceful u Reliable lrerracon East Aspen Pedestrian Bridge -i Bozeman, Montana March 16, 2017 ■Terracon Project No.AJ175001 GeoReport SITE CONDITIONS The following description of site conditions is derived from our site visit in association with the field exploration and our review of publically available topographic maps and aerial photographs. ITEM DESCRIPTION The proposed pedestrian bridge will be located across Bozeman Creek, at the east end of East Aspen Street,a block east of its intersection with North Rousse Avenue in Bozeman, Montana. Parcel information The proposed sewer crossing will also be located across Bozeman Creek, at its intersection with East Tamarack Street. See Site Location The creek bridge crossing site is currently undeveloped, with the exception of the City sewer main that traverses the creek. There are several other Existing utilities in the area as well including, City water, overhead power and improvements underground gas. The creek sewer crossing is currently within a developed, paved roadway right of way, with overhead power lines, and underground utilities. The pedestrian bridge site is in a residential area of Bozeman that currently has a pedestrian trail running through it. Several commercial/industrial Surrounding developments are located in the general vicinity of the site. developments The sewer crossing site is in a commercial/residential/industrial area that also has the pedestrian trail in it. The bridge site is in a native riparian habitat with many mature trees along the creek banks. Some large concrete debris has been placed along the Current ground cover creek, apparently to provide erosion protection for the banks. The sewer crossing site is an existing paved asphalt roadway and bridge over Bozeman Creek. The bridge site slopes down moderately from east to west, with elevation Existing topography changes of approximately 2 to 3 feet across the creek. The sewer crossing site is relatively flat. Responsive n Resourceful n Reliable lrerracan East Aspen Pedestrian Bridge ■ Bozeman, Montana March 16, 2017 ■ Terracon Project No.AJ175001 GeoReport GEOTECHNICAL MODEL Specific conditions encountered at each boring location are indicated on the individual logs, which are presented in Exploration Results. Stratification boundaries on the logs represent the approximate locations of changes in soil types; in-situ, the transition between materials may be gradual. Based on our explorations and laboratory testing, a summary of generalized soil conditions for the project site are presented below. The soils encountered generally consisted of fill and lean clay, overlying well graded sands and gravels. The soil strata are described in more detail below: Description I Approximate Depth to I Material Encountered I Consistency/Density Bottom of Stratum (feet) Topsoil, Organic Material, Stratum 1 Varies from 2.6 to 7.7 Lean Clay. Clayey Sand, Clayey Gravel and Poorly Graded Gravel Fill Stratum 2 21.0 I Well-Graded Sand with I Medium to Very Dense Gravel Stratum 3 Varies from 11.0 to 16.0 Well-Graded Gravel with Medium Dense to Very (Depth Explored) Sand I Dense Sewer Crossing Site The well-graded sand with gravel is overlain by native lean clay with sand, clay fill and the existing asphalt pavement section. The sand, Stratum 2, is medium to very dense with Standard Penetration Test (SPT) N values ranging from 13 to 50 blows per foot (bpf). The sand is medium grained with gravels larger than 1 1/2" brought to the surface by the augers. Poorly graded sand lenses were encountered at the bottom of Boring 01. The native lean clay with sand encountered at this site, is medium stiff, with Standard Penetration Test (SPT) N values ranging from 5 to 7 blows per foot. The clay is dark brown, and has scattered clayey sand lenses in the matrix. The clay also has moderate plasticity and swell potential as indicated by the laboratory testing results shown below. Sample Location/Depth I Liquid Limit, (%) Plastic Limit, (%) I Plasticity Index, (%) Boring B-1, 2.5 ft 45 21 I 24 fRes6ponsive Resourceful n Reliable 1 rerracan East Aspen Pedestrian Bridge ::i Bozeman, Montana March 16, 2017 -1 Terracon Project No.AJ175001 GeOReport Pedestrian Bridge Site The well-graded gravel with sand is overlain by clay, sand and gravel fill. The gravel, Stratum 3, is medium to very dense with N values ranging from 16 to 55 bpf. A composite sample of the well-graded gravel was tested in the laboratory for sulphates, ph and resistivity. The results of these tests are presented in the Exploration Results section of this report and indicate whether the soil is corrosive to buried metal or concrete. Groundwater The boreholes were observed during and after completion for the presence and level of groundwater. Groundwater was encountered at depths ranging from 10.5 at the sewer crossing site to 13.5 feet below ground surface at the pedestrian bridge site in the borings during the field investigation. Borings were backfilled with auger cuttings and Boring B-01 had asphalt patch material placed at the surface before our field crew left the site. Groundwater level fluctuations occur due to seasonal variations in the amount of rainfall, runoff, local irrigation practices, and other factors not evident at the time the borings were performed. The possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. Evaluation of the factors that affect groundwater fluctuations is beyond the scope of this report. Responsive Q Resourceful n Reliable 1 rerracon Pedestrian Bridge and Sewer Crossing ■ Bozeman, Montana March 21, 2017 ■Terracon Project No. AJ175001 GeoReport GEOTECHNICAL OVERVIEW The primary geotechnical concerns are that portions of the pedestrian bridge site are a historic railroad right of way with embankment fills that have been regraded into the present day pedestrian trail. Concrete debris and large rocks have been placed on the banks of Bozeman Creek within the crossing location to provide erosion protection. Consequently, the Site Preparation section of this report discusses the need to replace any fill with imported Structural Fill during foundation construction. The sewer main creek crossing site soils consist of the existing roadway pavement section, underlain by a shallow clay fill, native lean clay and well graded sand with gravel. The native lean clay is stiff, contains sand and was encountered at a depth of approximately 2.6 feet below ground surface, bgs. The native sand with gravel is medium to very dense and was encountered at a depth of approximately 7.2 feet bgs. Groundwater at this site was encountered during drilling at a depth 10.8 feet below ground surface, The pedestrian bridge site soils consist of approximately 6.0 to 7.7 feet of clay, sand and gravel fill, underlain by native medium dense, well graded gravel with sand. Groundwater was encountered at a depth of 13.5 feet bgs in boring B-03 on the east side of the creek. Groundwater levels at both sites are expected to vary seasonally with the variation in water surface elevation of the adjacent creek. As detailed in the Shallow Foundations section, conventional shallow foundations constructed on the native gravels or Structural Fill extending to native gravels are recommended for support of the proposed pedestrian bridge loads. Seasonal fluctuation of the groundwater level may make it necessary to dewater some of the deeper foundation excavations. Responsive o Resourceful n Reliable 1 Terracon Pedestrian Bridge and Sewer Crossing n Bozeman, Montana March 21, 2017 n Terracon Project No. AJ175001 GeoReport SITE PREPARATION Terracon has developed a specification for the following aspects of bridge site preparation: Clearing and Grubbing 1 Earthwork placement and compaction The recommendations presented in this GeoReport for design and construction of foundations, are contingent upon the successful performance of the tasks related to the earthwork recommendations outlined in this section. Earthwork on the project should be observed and evaluated by Terracon. Monitoring of earthwork should include observation and testing of site and subgrade preparation, placement of fill materials, foundation bearing conditions, and other geotechnical conditions exposed during the construction of the project. Site Clearing and Subgrade Preparation Prior to construction, deleterious materials such as historic railroad embankment fill, undocumented fill, vegetation, root systems, topsoil, debris, manmade structures/utilities, and soft, frozen, disturbed, or otherwise unsuitable materials should be completely removed from the proposed construction areas. Exposed surfaces should be free of mounds and depressions that could prevent uniform compaction. Prior to placement of any gravel surfacing for the bridge approaches, the top 8 inches of the exposed existing soils should be scarified, moisture conditioned to near optimum moisture content, and compacted to the requirements outlined in the Compaction section of this report, below. Material Types Onsite native sand and gravel soils, excluding top soil and existing fill soils, may be used as Structural Fill, provided they are free of organics and other deleterious materials: Import soils used as Structural Fill should meet the requirements presented below. Sieve Size Percent Passing 3-inch 100 No. 4 25-60 No. 200 Less than 15 Responsive :i Resourceful n Reliable 1 rerracon Pedestrian Bridge and Sewer Crossing ■ Bozeman, Montana March 21, 2017 ■ Terracon Project No. AJ175001 GeoReport Sieve Size Percent Passing Liquid limit should be less than 25 percent, the plasticity index should be less than 6 percent, and the organic content should be less than 3 percent. Fill material requirements vary depending on the intended use of the material. The following table summarizes the fill material designations and the zones where they may be placed. Fill Designation Materials Acceptable Location for Placement Site Grading Materials On-site soils may be used as Site Grading Non-structural areas. Materials. Structural Fill should consist of 3-inch minus uncrushed aggregates meeting the Structural Fill requirements of Montana Public Works Bridge areas Standard Specifications (MPWSS) Section 02234. 1. Controlled, compacted fill should consist of approved materials that are free of organic matter and debris. Frozen material should not be used, and fill should not be placed on a frozen subgrade. A sample of each material type should be submitted to the geotechnical engineer for evaluation. 2. Delineation of fill should be performed in the field by a qualified geotechnical engineer or their representative, and could require additional laboratory testing. Compaction Requirements Fill materials should be placed in horizontal, loose lifts not exceeding 8 inches thick. Structural Fill and granular Site Grading Materials should be adjusted to near optimum water content, and compacted to the minimum percentages of either maximum dry density or relative density shown in the following table, whichever is appropriate for the material being used. Native clay soils exposed in the subgrade or used as Site Grading Materials should be adjusted to -1% to +2% of optimum water content, and compacted to the minimum percentages of either maximum dry density or relative density shown in the following table, whichever is appropriate for the material being used. Each lift of fill should be tested at various locations within the structure footprint and parking/drive areas to verify it meets the density requirements presented in the following table. Location Percent of Maximum Dry Percent Relative Density, Density, ASTM D698 ASTM D4253/D4254 Beneath foundations and structures 98 80 Responsive a Resourceful ni Reliable lrerracon Pedestrian Bridge and Sewer Crossing :� Bozeman, Montana March 21, 2017 � Terracon Project No. AJ175001 GeoReport Location Percent of Maximum Dry Percent Relative Density, Density, ASTM D698 ASTM D4253/D4254 Other areas of fill and backfill, 95 75 including backfill against foundations Grading and Drainage All grades must provide effective drainage away from the pedestrian bridge during and after construction. Surface runoff should be collected and discharged far enough away from the structure to prevent wetting of the foundation soils. Water permitted to pond next to the bridge could result in unacceptable differential foundation movements and cracks. Effective drainage should be maintained for the life of the structure. Exposed ground should be sloped at a minimum 5 percent away from the structure for at least 10 feet beyond the perimeter of the structure. After construction, we recommend verifying final grades to document that effective drainage has been achieved. Grades around the structures should be periodically inspected and adjusted as necessary, as part of the substation's maintenance program. Earthwork Construction Considerations Due to previous uses of the project site, the contractor should anticipate encountering buried features on the site, possibly including utilities, buried concrete debris or structures, tree roots, , etc. Special attention should be given to removing buried features and properly compacting backfill in holes resulting from the removal of buried features. Failure to remove existing manmade features and concentrations of tree roots and to properly backfill and compact soil in the resulting excavations may result in cracking of overlying foundations. Grading operations should be controlled to prevent water from flowing into construction areas. Excessive wetting or drying of the subgrade soils should be avoided during construction. Excess water should be promptly removed. Soils exposed during construction will be susceptible to rutting or pumping under construction traffic when wet. Soils that rut, pump, or are otherwise disturbed are not suitable for support of foundations and should be removed and replaced with Structural Fill. Measures that may help reduce disturbance of exposed soils include performing earthwork during warm, dry weather, the use of light track-mounted equipment, and avoidance of heavy repeated traffic over a given area. The Contractor is responsible for designing and constructing stable, temporary excavations as required to maintain stability of the excavation sides and bottom, and for protecting existing Responsive FA ResoLarcef;ul -Ei Reliable Pedestrian Bridge and Sewer Crossing ■ Bozeman, Montana 1 terracon March 21, 2017 ■ Terracon Project No. AJ175001 GeoReport facilities/utilities. Excavations should be sloped or shored in accordance with local, state, and federal regulations, including current OSHA excavation and trench safety standards. Responsive o Resourceful o Reliable 1 rerracan East Aspen Pedestrian Bridge D Bozeman, Montana March 21, 2017 1 Terracon Project No. AJ175001 GeoReport SHALLOW BRIDGE FOUNDATIONS Design Parameters Description Criteria Foundation type Conventional shallow spread footings. I Minimum of 24 inches of compacted Structural Fill meeting the requirements of the previous section Bearing material of this report is anticipated to achieve final grade and provide frost protection. The com- pacted Structural Fill should be supported on undis- turbed native gravel soils. Net allowable bearing pressure 3,000 psf Anticipated footing width Abutments: 48 inches—provided by client Minimum embedment depth below lowest adjacent permanent finished grade 48 inches (for frost protection) Total: <3/4 inch Estimated settlement Differential: Typically%2 to%of the total settlement Ultimate coefficient of friction to resist 0.70 (An appropriate factor of safety should be sliding applied to this value for use in design.) As described above, footings should be --n III] I supported on a uniform layer of Structural -!1�_II!—III-1' il:-llt:-III' "=:1II_-1Ii --III- �_,,• Fill or native well-graded gravel. Structural -1!III' 11= Fill should extend laterally from the Design 2/3D W 2/3D foundation edges at least a distance equal Footing Level to 2/3 of the depth of the compacted fill COMPACTED STRUCTURAL D below the footing \base elevation (16 inches Recommended FILL laterally for a supporting layer of 24- Excavation Level x inches), as shown in the adjacent figure. Overexcavation / Backfill NOTE:Excavations in sketches shown vertical for convenience.Excavations should be sloped as necessary for safety. Foundation Construction Considerations Care should be taken when excavating the foundations to avoid disturbing the supporting soils. Soils that rut, pump, or are otherwise disturbed are not suitable for support of foundations and Responsive ❑ Resourceful n Reliable East Aspen Pedestrian Bridge ■ Bozeman, Montana 1rerracon March 21, 2017 ■ Terracon Project No. AJ175001 GeoReport should be removed and replaced with compacted Structural Fill. The base of all foundation excavations should be free of water and loose soil prior to placing concrete. Concrete should be placed soon after excavating to reduce bearing soil disturbance. Care should be taken to prevent wetting or drying of the bearing materials during construction Extremely wet or dry material in the bottom of the footing excavations should be removed before foundation concrete is placed. Should the soils at bearing level become excessively dry, , saturated, or frozen, the affected soil should be removed prior to placing concrete. Consider placing a lean concrete mud-mat over the bearing soils if the excavations must remain open over night or for an extended time. _I - I: Design W li Design 213D 2/313 Fooling Level 0 Footing Level i—i COMPACTED � - LEAN STRUCTURAL D _�--i CONCRETE FILL " Recommended _ Recommended Excavation Level Excavation Level Q-- — —I"r, Lean Concrete Backfill Overexcavation / Backfill NOTE:Excavations in sketches shown vertical for convenience.Excavations should be sloped as necessary for safety. Responsive m Resourceful ■ Reliable lrerracon_ East Aspen Pedestrian Bridge ❑ Bozeman, Montana March 16, 2017 n Terracon Project No.AJ175001 GeoReport SITE CLASS IFIQ�-\TION FOR SEISMIC DESIGN IBC' Seismic Design Parameters Description Value Site classification D 1. Based on Section 1613 of the 2012 International Building Code(IBC). 2. Based on Chapter 20 of ASCE 7, the seismic site class is determined from a soil profile extending to a depth of 100 feet. The current scope requested did not include a boring to a depth of 100 feet. The borings for this project extended to a maximum depth of approximately 21 feet. The classification above is based on the assumption that gravel with silt and sand soils similar to those encountered in the borings continue to a depth of at least 100 feet. If desired, a geophysical exploration could be performed to confirm the site classification, or possible justify a more favorable site classification. Responsive ri Rasou ceful -D Reliable lrerracon Pedestrian Bridge and Sewer Crossing ■ Bozeman, Montana March 21, 2017 ■ Terracon Project No. AJ175001 GeoReport CORROSIVITY A representative sample of the native well graded gravel was tested for corrosivity. Test results are summarized in the table below: Soil Corrosivity Results Soil Type ph Minimum Resistivity, Sodium Sulphate, ohm-cm (wt %) Well-graded gravel 7.4 1790 ND ND = NON-DETECT The measured resistivity indicates that the site soils are considered moderately corrosive to buried metal and reinforcing steel in below-grade concrete. However, the sodium sulphate test results indicate it is not deleterious to normal strength concrete. (These results can be found in Appendix B). A qualified corrosion expert should be used to determine the impact of the on-site soil in contact with buried metal. Responsive n Resourceful a Reliable lrerracon East Aspen Pedestrian Bridge D Bozeman, Montana March 23, 2017 o Terracon Project No. AJ175001 GeoReport GENERAL COMMENTS Our analysis and opinions are based upon our understanding of the geotechnical conditions in the area, the data obtained from the site exploration performed and from our understanding of the project. Variations will occur between exploration point locations, across the site, or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. So, Terracon should be retained to provide observation and testing services during grading, excavations, and other earth-related construction phases of the project. If variations appear, we can provide further evaluation and supplemental recommendations. If variations are noted in the absence of our observation and testing services on-site, we should be immediately notified so that we can provide evaluation and supplemental recommendations. Our scope of services does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. Our services and any correspondence are intended for the exclusive use of our client for specific application to the project discussed and are accomplished in accordance with generally accepted geotechnical engineering practices. No warranties, either express or implied, are intended or made. Site characteristics as provided are for design purposes and not to estimate excavation cost. Any use of our report in that regard is done at the sole risk of the excavating cost estimator as there may be variations on the site that are not apparent in the data that could significantly impact excavation cost. Any parties charged with estimating excavation costs should seek their own site characterization for that specific purpose to obtain the specific level of detail necessary for costing. Site safety and cost estimating, including, excavation support and dewatering requirements/design, are the responsibility of others. In the event that changes in the nature, design, or location of the project are planned, our conclusions and recommendations shall not be considered valid unless we review the changes and either verify or modify our conclusions in writing. Responsive❑ Resourceful ® Reflable GENERAL COMMENTS 1 1 rerracon East Aspen Pedestrian Bridge ■ Boorman, Montana March 23, 2017 ■Terracon Project No. AJ175001 GeoReport SITE LOCATION Responsive ■ Resourceful o Reli-able —ram.-_• _ -��-��s=.a �✓ CC X 31 4700 creek 7 I)r,✓ ` 4 � • ,.4-- 7i'ni/e_r1 --- •� . / I i T�� r perK I �` :.� � ••.••••••..•.•.•. 179 r i Paelt P �r �. I �I f , I � ' III \:.—��-`.•• � ��_ �� .\ \l+ � � . \ I\ _�✓fit so ss, zleel /tr j I fill 47613AT* • t� . I �`.` - I \�`.� , � I '�� = �� ! a'i Kid • . 296" ;- .. . t� 1 — - ' � � � III,_ �"' w�� •I > '�• �� • 4�-_ / Q!� •\ •�\`/ I�1 I� -`1•.5--��' / �, ; I �; ti ;> A 6terr� •fit K 476� \ �i� ..l L I_ I c_era } - 4 ` w. 7n l , • r i rark��Aq 4iSr4 \`� ,j ti t' ` .19rf iaj�'r'• ■t � •• �-� ; Ij'I � - Perk lam" `1 tA'fl:c lk ' '' r .� ' —I-- i --- — �• 19 a—.a 41552 Is avntmm Otty I t�► x >;,3��� �_. C� 7/,. 93. — is ., l�L �� TOPOGRAPHIC MAP IMAGE COURTESY OF THE U.S.GEOLOGICAL SURVEY QUADRANGLES INCLUDE:BOZEMAN,MT(1/111987). Project Nlanagen Project No JFP AJ175001. SITE LOCATION Exhibit Drawn by: JFP Scale: Irerraron e- 000' EAST ASPEN PEDESTRIAN BRIDGE Checkedby:.BJW FileName�1.^t 212ZootWa Way, A-1 v Bozeman,Montana Approved by:BJW Date: 3/16/17 Bozeman,Montana 59718 1 rerracon East Aspen Pedestrian Bridge ■ Bo2eman, Montana March 23, 2017 ■ Terracon Project No. AJ175001 GeoReport EXPLORATION PLAN Responsive a Resourceful m Reliable r I t �•,viy op East Tamarack Street �. Iv i Bozeman � 4 East ' +r i Aspen NY In•� a — DIAGRAM IS FOR GENERAL LOCATION ONLY,AND IS AERIAL PHOTOGRAPHY PROVIDED NOT INTENDED FOR CONSTRUCTION PURPOSES BY MICROSOFT BING MAPS Project Manager. Project No. EXPLORATION PLAN JFP AJ175001 Irerracon Exhibit Drawn by: Scale JFP AS SHOWN Checked by: BJW File Name: EAST ASPEN PEDESTRIAN BRIDGE(`'I j rjr 212 toot Way,Suite B Bozeman,Montana A-2 Approved by:BJW 3/16/17 Date: Bozeman,Montana 59718 1 rerracon East Aspen Pedestrian Bridge ■ Boorman, Montana March 23, 2017 ■Terracon Project No. AJ175001 GeoReport EXPLORATION RESULTS Responsive u Besotirce ul « Reliable BORING LOG NO. B-01 Page 1 of 1 PROJECT: East Aspen Pedestrian Bridge-Bozeman CLIENT: KLJ Engineers Bozeman Montana SITE: East Aspen Street and Bozeman Creek Shane Strong Bozeman, Montana C7 LOCATION See Exploration Plan J z w STRENGTH TEST -� ATL LIMITS O F o U v } 1^ O Latitude:45.68864° Longitude: -111.02997° w Q ~ W H a w t- �_ W Z o' ❑. w2 �- > �W �W n Z QF rr � E a v LL-PL-PI C�7 �m Q O LL w �� �O DEPTH ELEVATION Ft. O m ~ L) 0.8 ASPHALT,4"of asphalt concrete FILL-POORLY GRADED GRAVEL(GP), Base/Subbase gravel 26 FILL-LEAN CLAY/FAT CLAY(CL/CH), black, asphalt odor present. j LEAN CLAY WITH SAND(CL),stiff,dark brown. 1.3 N 28 45-21-24 r clayey sand lens 5 0.8 N35 23 o ••�•• WELL GRADED SAND WITH GRAVEL(SM,with ••°° Clay,medium to very dense,brown to pink,medium 8-7-6 grained poorly-graded sand lenses,gravels to+1.5" 0.4 N=13 13 F •':d.' augered up. °d ••3�' 1 0.6 14-30-20 9 o •�, N=50 � ••36a W a. a •°o c? :�Q o .°o ••3� 15 15-19-20 •.�•. 1.1 N=39 11 a J •y°O •Jd Z •(). J "3A 0 poorly-graded sand lens,medium to coarse grained. 20 1 2 3-14-23 14 °•�• N=37 ,� :•a 21.a o Boring Terminated at 21 Feet w z c� 0 0 0 0 LL m 0 Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic (n w Advancement Method: See Exploration and Testing Procedures for a Notes: Hollow Stem Auger description of Feld and laboratory procedures J used and additional data(If any). Q See Supporting Information for explanation of o Abandonment Method: symbols and abbreviations. z Backfilled with Auger Cuttings n Surface capped with asphalt 0 WATER LEVEL OBSERVATIONS Irerraccin Boring Started:3/3/2017 Boring Completed:3/3/2017 at 5 Minutes o Drill Rig:#96 Driller:Sam Eddy Co m 212 Zoot Way Ste B _ Bozeman,MT Project No.:AJ175001 F- BORING LOG NO. B-02 Page 1 of 1 PROJECT: East Aspen Pedestrian Bridge-Bozeman CLIENT: KLJ Engineers Bozeman Montana SITE: East Aspen Street and Bozeman Creek Shane Strong Bozeman, Montana LOCATION See Exploration Plan W z ATTERBERG aw LL F STRENGTH TEST o LIMITS O C�-- U Latitude:45.68764' Longitude: -111.03042° _ Q W K tw- a U w � z IL w LU W p Cn w a LL-PL-PIW Om < w u- F p� U DEPTH ELEVATION Ft. U U FILL-POORLY GRADED GRAVEL WITH CLAY 1.0 GP-GC, 1"base course,black. FILL-CLAYEY GRAVEL(GC1,medium to very dense, sand,brown,organics. lean clay lens 0 6-7-7 N=14 5 1.5 27 33,50/0.5 0.2 N=50/0.5' S F 0 U 7.7 WELL GRADED GRAVEL WITH SAND(G=,with 12-10-8 a ° clay,medium dense,brown,angular gravels up to 0'7 N=18 12 w o .Ni +2' augered up. F O'• �i °�a 0.7 17-12-9 N=21 8 o .� Auger Refusal at 11 Feet w F- r? z 0 ti -tea Q >J 0 Z (7 0 1.1 F 0 a_ w CY Q Z 0 LL LL 0 Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic Q EL w Advancement Method: See Exploration and Testing Procedures for a Notes: "— Hollow Stem Auger description of field and laboratory procedures used and additional data(If any). >< See Supporting Information for explanation of o Abandonment Method: symbols and abbreviations. U) Bacidilled with Auger Cuttings Surface capped with asphalt o WATER LEVEL OBSERVATIONS c9 Boring Started:3/3/2017 Boring Completed:3/3/2017 mz No free water observed during augen.ng Ireirracon Drill Rig:#96 Driller:Sam Eddy U) 212 Zoot Way Ste B Bozeman,MT Project No.:AJ175001 BORING LOG NO. B-03 Page 1 of 1 PROJECT: East Aspen Pedestrian Bridge-Bozeman CLIENT: KLJ Engineers Bozeman Montana i SITE: East Aspen Street and Bozeman Creek Shane Strong Bozeman, Montana C7 LOCATION See Exploration Plan J z " STRENGTH TEST -- ATL MITSRG w o w p " Q F_ amv Latitude:45.fi8761° Longitude: -111.03011° w z w awa a 0 _J w t-w w a wa 2Ol LL-PL-PI W O m (a K w Fw- O N enU DEPTH ELEVATION Ft. o TOPSOIL FILL-LEAN CLAY WITH SAND(CL),dark brown to black, mica. 2.0 FILL-CLAYEY SAND(SC),soft,brown,medium grained,scattered gravel and organics J0 4 3-2-2 12 N=4 r 5 1.5 6.0 WELL GRADED GRAVEL WITH SAND(GM,with 71-9- clay,medium dense, brown 0.9 1 1-9- 4 0 0 .Pi aw �•• 12-10-8 o � 0.6 N=18 5 o Q w a 10 1 12-40-15 5 zt o X N=55 0 d•, U F o @1 CL O' Z 15 0.8 8-12-12 11 N=24 �'• 16.0 WBoring Terminated at 16 Feet 0 z 0 0 J w F 0 a_ w Q Z 0 O 0 LL. U Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic u)w Advancement Method: See Exploration and Testing Procedures for a Notes: "-- Hallow Stem Auger description of Feld and laboratory procedures o used and additional data(If any). J Q See Supporting Information for explanation of o Abandonment Method: symbols and abbreviations. z Backfilled with Auger Cuttings U o WATER LEVEL OBSERVATIONS J Irerracon Boring Started:3/312017 Boring Completed:3/3/2017 = Mile drilling 010 Drill Rig:496 Driller:Sam Eddy rn 212 Zoot Way Ste B Fz Bozeman,MT Project No.:AJ175001 ATTERBERG LIMITS RESULTS ASTM D4318 60 50 P L O T 40 p, 01 os r C I 30 G T a•�r. Y I Q� N 20 D E �'� MH or OH X 10 CL-ML ML r OL 0 0 20 40 60 80 100 m o LIQUID LIMIT 0 g Boring ID Depth LL PL PI Fines USCS Description W • B-01 2.5-4 45 21 24 74 CL LEAN CLAY with SAND a Q ❑ z' 0 O W W F- a c� F z 0 0 ti a F- J W R7 W i- Q I- O LL W J Q Z _P O LL W Q W W LL_ ❑ J Q 0 O Z W a PROJECT: East Aspen Pedestrian Bridge- PROJECT NUMBER: AJ175001 U) Bozeman } SITE: East Aspen Street and Bozeman Creek Irerracon CLIENT: KLJ Engineers 0 Bozeman,Montana Bozeman Montana 0 212 Zoot Way Ste B m Bozeman, MT EXHIBIT: B-2 3 GRAIN SIZE DISTRIBUTION ASTM D422/ASTM C136 U.S.SIEVE OPENING IN INCHES I U.S.SIEVE NUMBERS I HYDROMETER 6 4 3 2 1.5 1 3/4 1123/8 3 4 6 810 1416 20 30 40 50 60 100 140 200 100 95 90 85 80 75 70 65 w 60 >- 55 m 0 W 50 z f- 45 r Z iB w 40 o LLi w o 35 g 30 a 25 Z0 20 w 15 2 �? 10 z 0 5 b 0 r Q 51 a 100 10 1 0.1 0.01 0.001 N co 0 GRAIN SIZE IN MILLIMETERS U D Li COBBLES GRAVEL SAND SILT OR CLAY _z coarse fine coarse medium fine Boring ID Depth USCS Classification ILL PL PI Cc Cu o • B-01 2.5-4 LEAN CLAY with SAND(CL) 45 21 24 d w M B-01 14.5 16 WELL GRADED SAND WITH GRAVEL SW 1.23 75.26 J z A B-02 9.5-11 WELL GRADED GRAVEL WITH SAND GW 1.26 77.22 o * B-03 6-7.5 WELL GRADED GRAVEL WITH SAND GW 1.61 94.98 0 LL w Boring ID Depth D100 D60 D30 D10 %Gravel %Sand %Fines • B-01 2.5-4 0.075 0.0 0.0 73.5 w M B-01 14.5-16 25 4.716 0.603 39.9 48.9 11.2 LL g A B-02 9.5-11 25 6.973 0.891 0.09 47.6 43.4 9.0 J �t B-03 6-7.5 25 8.879 1.157 0.093 52.1 39.0 8.9 0 z w a PROJECT: East Aspen Pedestrian Bridge- PROJECT NUMBER: AJ175001 Bozeman } SITE: East Aspen Street and Bozeman Creek Irerracon CLIENT: KLJ Engineers o Bozeman,Montana Bozeman Montana 0 212 Zoot Way Ste B m Bozeman, MT EXHIBIT: B-3 3 1 rerracon East Aspen Pedestrian Bridge ■ Boorman, Montana March 23, 2017 ■ Terracon Project No. AJ175001 GeoReport SUPPORTING INFORMATION Responsive a Resourceful o Reliable GENERAL NOTES DRILLING&SAMPLING SYMBOLS: SS: Split Spoon—1-3/8"I.D.,2"O.D., unless otherwise noted HS: Hollow Stem Auger ST: Thin-Walled Tube-2"O.D., unless otherwise noted PA: Power Auger RS: Ring Sampler-2.42"I.D.,3"O.D.,unless otherwise noted HA: Hand Auger DB: Diamond Bit Coring-4", N, B RB: Rock Bit BS: Bulk Sample or Auger Sample WB: Wash Boring or Mud Rotary The number of blows required to advance a standard 2-inch O.D.split-spoon sampler(SS)the last 12 inches of the total 18-inch penetration with a 140-pound hammer falling 30 inches is considered the"Standard Penetration"or"N-value". WATER LEVEL MEASUREMENT SYMBOLS: WL: Water Level WS: While Sampling N/E: Not Encountered WCI: Wet Cave in WD: While Drilling DCI: Dry Cave in BCR: Before Casing Removal AB: After Boring ACR: After Casing Removal Water levels indicated on the boring logs are the levels measured in the borings at the times indicated. Groundwater levels at other times and other locations across the site could vary. In pervious soils, the indicated levels may reflect the location of groundwater. In low permeability soils,the accurate determination of groundwater levels may not be possible with only short-term observations. DESCRIPTIVE SOIL CLASSIFICATION: Soil classification is based on the Unified Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a#200 sieve; their principal descriptors are: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50%of their dry weight retained on a#200 sieve;they are principally described as clays if they are plastic, and silts if they are slightly plastic or non-plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse-grained soils are defined on the basis of their in-place relative density and fine-grained soils on the basis of their consistency. CONSISTENCY OF FINE-GRAINED SOILS RELATIVE DENSITY OF COARSE-GRAINED SOILS Unconfined Standard Penetration Standard Penetration Compressive or N-value(SS) Consistency or N-value(SS) Relative Density Strength, Qu, Ps f Blows/Ft. Blows/Ft. <500 0-1 Very Soft 0-3 Very Loose 500—1,000 2-4 Soft 4-9 Loose 1,001 —2,000 4-8 Medium Stiff 10—29 Medium Dense 2,001 —4,000 8—15 Stiff 30—49 Dense 4,001 —8,000 15—30 Very Stiff >50 Very Dense 8,000+ >30 Hard RELATIVE PROPORTIONS OF SAND AND GRAVEL GRAIN SIZE TERMINOLOGY Descriptive Term(s) of other Percent of Major Component Constituents Dry Weight of Sample Particle Size Trace < 15 Boulders Over 12 in.(300mm) With 15—29 Cobbles 12 in.to 3 in.(300mm to 75 mm) Modifier >30 Gravel 3 in.to#4 sieve(75mm to 4.75 mm) Sand #4 to#200 sieve(4.75mm to 0.075mm) Silt or Clay Passing#200 Sieve(0.075mm) RELATIVE PROPORTIONS OF FINES PLASTICITY DESCRIPTION Descriptive Term(s) of other Percent of Term Plasticity Constituents Dry Weight Index Trace <5 Non-plastic 0 With 5-12 Low 1 —10 Modifiers > 12 Medium 11 —30 High >30 Exhibit C-1 UNIFIED SOIL CLASSIFICATION SYSTEM Soil Classification Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests A Group Group Name" Symbol Gravels: Clean Gravels: Cu>—4 and 1 <Cc<3 E GW Well-graded gravel F More than 50%of Less than 5%fines c Cu<4 and/or 1 >Cc>3 E GP Poorly graded gravel F coarse fraction retained Gravels with Fines: Fines classify as ML or MH GM Silty gravel F,G'" Coarse Grained Soils: on No.4 sieve More than 12%fines° Fines classify as CL or CH GC Clayey gravel F,G,H More than 50%retained on No.200 sieve Sands: Clean Sands: Cu>—6 and 1 s Cc s 3 E SW Well-graded sand 50%or more of coarse Less than 5%fines° Cu<6 and/or 1 >Cc>3 E SP Poorly graded sand fraction passes No.4 Sands with Fines: Fines classify as ML or MH SM Silty sand c,H,i sieve More than 12%fines° Fines classify as CL or CH SC Clayey sand c,H,1 Inorganic: PI>7 and plots on or above"A"line J CL Lean clay K,L,M Silts and Clays: PI<4 or plots below"A"line J ML Silt K,L,M Liquid limit less than 50 Liquid limit-oven dried Organic clayKL,M,N Fine-Grained Soils: Organic: Liquid limit-not dried <0.75 OL Organic silt K,L,M,o No.or more passes the 200 sieve Inorganic: PI plots on or above"A"line CH Fat clay K,L,M No. Silts and Clays: PI plots below"A"line MH Elastic Silt K,L,M Liquid limit 50 or more Organic: Liquid limit-oven dried Organic clay K,L,M,P <0.75 OH Liquid limit-not dried Organic silt KLMQ Highly organic soils: I Primarily organic matter,dark in color,and organic odor PT Peat A Based on the material passing the 3-inch(75-mm)sieve "If fines are organic,add'With organic fines"to group name. " If field sample contained cobbles or boulders, or both,add"with cobbles 1 If soil contains>—15%gravel,add"with gravel"to group name. or boulders,or both"to group name. '' If Atterberg limits plot in shaded area,soil is a CL-ML,silty clay. o Gravels with 5 to 12%fines require dual symbols: GW-GM well-graded K If soil contains 15 to 29%plus No.200,add"with sand"or"with gravel," gravel with silt,GW-GC well-graded gravel with clay,GP-GM poorly whichever is predominant. graded gravel with silt,GP-GC poorly graded gravel with clay. L If soil contains>_30%plus No.200 predominantly sand,add"sandy"to °Sands with 5 to 12%fines require dual symbols: SW-SM well-graded group name. sand with silt,SW-SC well-graded sand with clay,SP-SM poorly graded M If soil contains>_30%plus No.200,predominantly gravel,add sand with silt,SP-SC poorly graded sand with clay "gravelly"to group name. D 2 "PI>—4 and plots on or above"A"line. E ( ao)Cu=Dfio/D10 Cc= o PI<4 or plots below"A"line. D10 x D60 P PI plots on or above"A"line. F If soil contains>_15%sand,add'With sand"to group name. °PI plots below"A"line. c If fines classify as CL-ML, use dual symbol GC-GM,or SC-SM. 60 1 1 1 1 , For classification of fine-grained soils and fine-grained fraction 50 of coarse-grained soils ��ej Equation of"A"-line IL Horizontal at PI=4 to LL=25.5. W 40 then PI=0,73(LL-20) �O� p Equation of"Ll"-line �,' ' Goo Z Vertical at LL=16 to Pi=71 r 30 then PI=0.9(LL 8) ' 1 20 Goo MH or OH 10 7 --- ' 4 _ CL- ML ML it OL 0 I- - _ ;_ _�___ _ I . - . _ _ _ _ t.._ - - _ ___ - 0 10 16 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT(LL) Irerracon Exhibit C-2 V qcjj [Re Peach anid Tarnareach Skee-�s Rah-56HRUadan Projeal Bozeman, Mantanza July 15, 2016 Terrawn Project No , AJ 6-1009 N'T A is A KLJ Engineering Bozeman, Montana Terracon Consultants, Inc. Billings, Montana ll :L July 15, 2016 Irerracon KLJ Engineering 1982 Stadium Dr., Suite 3 Bozeman, Montana 59715-0697 Attn: Mr. Shane Strong, P.E. D: (406) 582-6222 M: (406) 823-9462 Email: Timothy.StronwC -klieng.com Re: Geotechnical Engineering Report Peach and Tamarack Streets Rehabilitation Project Bozeman, Montana Terracon Project Number: AJ161009 Dear Mr. Strong: Terracon Consultants, Inc. (Terracon) has completed the geotechnical engineering services for the above referenced project. This study was performed in general accordance with our proposal number PAJ150018 dated June 2, 2016 and the signed agreement between KLJ Engineering and Terracon, dated June 18, 2016. This report presents the findings of the subsurface exploration and provides geotechnical recommendations to assist KLJ Engineering in the design and construction of pavements for the proposed project. We appreciate the opportunity to be of service to you in the geotechnical engineering phase of this project and are available to assist you during the construction phases as well. If you have any questions concerning this report, please contact us at your convenience. Sincerely, Terracon Consultants, Inc. Orlando L. Boscan JZerce, P.E. Manager, Geotechnical Services Geotechnical Engineer/ Manager Reviewed by: Ken D. Munski, P.E. Enclosures Terracon Consultants, Inc. 212 Zoot Way, Suite B Bozeman, Montana 59718 P [406]586 2687 F [406] 656 3578 terracon.com TABLE OF CONTENTS Page EXECUTIVE SUMMARY.............................................................................................................i 1.0 INTRODUCTION.............................................................................................................1 2.0 PROJECT INFORMATION .............................................................................................2 2.1 Site Location........................................................................................................2 2.2 Project Description...............................................................................................2 3.0 SUBSURFACE CONDITIONS ........................................................................................2 3.1 Surficial Geology..................................................................................................2 3.2 Generalized Subsurface Profile............................................................................3 3.2.1 Pavement Section and Subsurface Conditions—Tamarack St...................4 3.2.2 Pavement Section and Subsurface Conditions — Peach St. .......................4 3.3 Groundwater........................................................................................................4 4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION ......................................5 4.1 Pavement Design and Construction.....................................................................5 4.1.1 Pavement Design Considerations. .............................................................6 4.1.2 Pavement Section Material Requirements .................................................7 4.2 Earthwork ............................................................................................................8 4.2.1 Site Preparation. ........................................................................................8 4.3 Compaction Requirements...................................................................................8 4.4 Construction Considerations................................................................................9 4.5 Surface Drainage.................................................................................................9 4.6 Seismic Considerations......................................................................................10 5.0 GENERAL COMMENTS...............................................................................................10 APPENDIX A— FIELD EXPLORATION Exhibit A-1 Field Exploration Description Exhibit A-2 Site Location Plan Exhibit A-3 Exploration Plan Exhibits A-4 thru A-10 Boring Logs Reliable m Responsive m Resourceful TABLE OF CONTENTS CONT'D APPENDIX B— LABORATORY INFORMATION Exhibit B-1 Laboratory Test Descriptions Exhibit B-2 Atterberg Limits Results Exhibits B-3 and B-4 Grain Size Distribution Exhibit B-5 Proctor Compaction Test Exhibit B-6 California Bearing Ratio Test APPENDIX C—SUPPORTING DOCUMENTS Exhibit C-1 General Notes Exhibit C-2 Unified Soil Classification Exhibit C-3 Traffic Information Email Rellable m Responsive m Resourceful Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation -i Bozeman, Montana July 15, 2016 ®Terracon Project No. AJ161009 EXECUTIVE SUMMARY A geotechnical investigation has been performed for the Bozeman's Northeast Urban Development District, for the rehabilitation of Peach and Tamarack Streets generally between Rouse and Ida Avenues in Bozeman, Montana. The proposed rehabilitation project includes the potential reconstruction of the above referenced streets. This report provides geotechnical information and pavement overlay and reconstruction recommendations for the above-referenced project. These recommendations are based on the project information currently available and as described herein. In addition, the following geotechnical information, conditions, and design considerations have been used in the preparation of this report. Two (2) soil borings were drilled and seven (7) pavement cores were performed for this project. The soil borings were advanced to a depth of about 11 feet below existing grade. The pavement cores were performed to depths ranging from 12 to 21 inches below the top of pavement. Asphalt pavement was primarily present covering the areas where the borings and cores were performed. The encountered subsurface conditions at the Tamarack Street site include an overall pavement section thickness ranging from about 10 to 21 inches, including asphalt thicknesses varying from about 2 1/2 to 5 1/2 inches. Granular fill materials were observed below the pavement and to a depth of approximately 9.5 feet below existing grade at borehole B-1. A layer of well graded gravel was noted below the granular fill in this boring to a depth of 11 feet, the maximum depth explored during our field activities. The encountered subsurface conditions at the Peach Street site include an overall pavement section thickness ranging from about 11 to 21 inches, including asphalt thicknesses varying from approximately 4 to 6.5 inches. Stiff cohesive soils were noted below the pavement section and to a depth of approximately 11 feet in borehole B-2. Free water was encountered at a depth of 10 feet in borehole B-2 while drilling at the Tamarack Street site. Free water was not encountered in the borehole B-1 drilled at Peach Street. o The pavement recommendations presented in this report are based on the results of our field exploration and laboratory testing program, our experience with similar pavement projects, and the traffic information provided by KLJ. This summary should be used in conjunction with the entire report for design purposes. It should be recognized that details were not included or fully developed in this summary Retie?ole o Responsive ■ Resourceful i Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation ■ Bozeman, Montana July 15, 2016 ■ Terracon Project No. AJ161009 section, and the report must be read in its entirety for a comprehensive understanding of the items contained herein. The section titled GENERAL COMMENTS should be read for an understanding of the report limitations. Reliable ■ Responsive ■ Resourceful ii GEOTECHNICAL ENGINEERING REPORT Peach and Tamarack Streets Rehabilitation Project Between Rouse and Ida Avenues Bozeman, Montana Terracon Project No. AJ161009 July 15, 2016 1.0 INTRODUCTION Terracon has performed a geotechnical investigation for the proposed pavement rehabilitation of Peach and Tamarack Streets in Bozeman, Montana. The planned rehabilitation includes the above-referenced streets, between Rouse and Ida Avenues. The focus of the geotechnical investigation was to characterize subsurface conditions, including pavement thicknesses, along the project areas and to provide appropriate pavement design and construction recommendations for the proposed road rehabilitation. Two (2) soil borings, designated Borings B-1 and B-2, were drilled to a depth of 11 feet below existing grade. Boring B-1 was drilled in the central area of the Tamarack Street project alignment. Boring B-2 was advanced in the central portion of the Peach Street project area. In addition to the above-mentioned borings, pavement coring was performed in seven locations for this project. These locations include the locations of Borings B-1 and B-2. The remaining core locations are labeled CH-1 through CH-5. The pavement coring was generally advanced to depths ranging from 12 to 21 inches below the top of pavement. The approximate soil boring and pavement core locations are shown on the exploration plan (Exhibit A-3) in Appendix A. The purpose of this investigation is to provide information and geotechnical engineering recommendations relative to: Soil and Depth-to-water conditions; Site geology and seismic classification; Pavement thickness design Subgrade preparation; and Earthwork recommendations. Reliably n Responsive a Resourcalul 1 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation ■ Bozeman, Montana July 15, 2016 m Terracon Project No. AJ161009 2.0 PROJECT INFORMATION 2.1 Site Location ITEM DESCRIPTION Road portions along Peach and Tamarack Streets between Rouse and Ida Avenues. Approximate project areas coordinates: Peach Street Location From: N 45.68570°/W 111.03163* To: N 45.68570°N1/ 111.02540' Tamarack Street From: N 45.688630M 111.03163' To: N 45.68563°/W 111.02697' Peach and Tamarack Streets, within the project areas described Existing improvements herein, are currently minor/collector two-lane paved roads. Residential to light industrial and commercial developments are present generally surrounding the project boundaries. Current ground cover Asphaltic concrete. Existing Topography I Relatively level throughout the proposed rehabilitation areas. 2.2 Project Description It is our understanding that the project will consists of the potential total reconstruction of the Peach and Tamarack Streets portions between Rouse and Ida avenues. 3.0 SUBSURFACE CONDITIONS 3.1 Surficial Geology The site of the proposed road improvements is located on Alluvium (Qal) deposits primarily consisting of fine-grained and some coarse-grained materials. These alluvial soils were encountered to a depth of about 11 feet, the maximum completion depth of the soil borings for this investigation. (Reliable ■ Responsive ■ Resourceful 2 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation n Bozeman, Montana July 15, 2016 � Terracon Project No. AJ161009 3.2 Generalized Subsurface Profile Based on the observations and results of the field and laboratory testing, subsurface conditions along the proposed road rehabilitation site can be generalized as follows: GENERALIZED SUBSURFACE PROFILE—TAMARACK ST. Approximate Depth to Bottom of Description Stratum/Layer Material Encountered Consistency/Density (feet below existing grade) 2.5 to 5.5 Inches of asphaltic Base and subbase concrete over 3.5 to 14 inches of Pavement were observed to be 0.8 to 1.8 granular base over 11 inches of Section loose to medium granular subbase(subbase only dense observed in Boring B-1) Stratum 1 Granular Fill 9.5 Clayey Sand with Gravel Very loose to loose Soils Stratum 2 At least 11 (maximum Well Graded Sand with Clay and Granular depth explored) Gravel Medium dense Native Soils GENERALIZED SUBSURFACE PROFILE—PEACH ST. Approximate Depth to Bottom of Description Stratum/Layer Material Encountered Consistency/Density (feet below existing grade) 4 to 6.5 Inches of asphaltic concrete Base and subbase over 4.5 to 14 inches of granular Pavement were observed to be 0.9 to 2.5 base over 13 inches of granular Section loose to medium subbase (subbase only observed in dense Boring B-2) Stratum 1 At least 11 (maximum Fine-Grained depth explored) Lean Clay with Gravel Stiff Native Soils Reliable ■ Responsive ■ Resourceful 3 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation ■ Bozeman, Montana July 15, 2016 ■ Terracon Project No. AJ161009 3.2.1 Surfacing Section and Subsurface Conditions — Tamarack St. There is an existing pavement structure along the proposed road rehabilitation area. A detailed visual observation of the entire three blocks of pavement surfacing was not performed due to budgetary constraints and existing construction in the general area. Also, some cracking of the pavement was noted in the field, but widespread pavement failures were not observed during the field investigation. The existing pavement typically consists of approximately 2.5 to 5.5 inches of asphaltic concrete over granular soils (base and subbase) to depths ranging from 0.8 to 1.8 feet. The granular fill soil of Stratum 1 was encountered to a depth of 9.5 feet. This soil consists of clayey sand with gravel. Recorded Standard Penetration Test "N" values (SPT N-values) from 4 to 7 blows per foot indicate that the encountered granular material exhibits very loose to loose relative densities. The results of laboratory testing yielded a moisture content of 21 percent and a percentage of fines of approximately 21 percent. The granular soils of Stratum 2 were encountered below the clayey sand and to a depth of 11 feet, the maximum depth explored for this study. Based on a recorded SPT N-value of 12 blows per foot, the relative density of the encountered granular soil is medium dense. Laboratory testing results indicate a moisture content of 9 percent and a percentage of fines of 14 percent within Stratum 2. 3.2.2 Surfacing Section and Subsurface Conditions — Peach St. The existing pavement along the explored areas generally consists of about 4 to 6.5 inches of asphaltic concrete over granular soils (base and subbase) to depths ranging from 0.9 to 2.5 feet. As noted in Section 3.2.1 above, we did not perform a detailed visual observation of all pavement within this four block corridor, but did note some cracking typical of older pavement sections. No large areas of pavement failures were noted. The cohesive soil of Stratum 1 was encountered to a depth of 11 feet. This soil consists of lean clay with gravel. Recorded SPT N-values from 9 to 12 blows per foot indicate that the encountered clay exhibits a stiff consistency. The results of laboratory testing yielded a moisture content of 12 percent within the encountered clay. 3.3 Groundwater Borings B-01 and B-2 were observed during drilling and after completion for the presence and level of groundwater. Free water was encountered at a depth of 10 feet in Boring B-1. Free water Reliable ■ Responsive ■ Resourceful 4 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation ij Bozeman, Montana July 15, 2016 n Terracon Project No. AJ161009 was not encountered in Boring B-02 during our field activities. It should be noted that depth-to- water observations during the field investigation do not fully reflect' seasonal or long-term groundwater conditions which will be influenced by precipitation, hydrologic impacts originating off-site, and other factors beyond the scope of this investigation. Therefore, groundwater levels during construction or at other times in the life of the pavement structures may vary from the conditions indicated on the boring logs. 4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION 4.1 Pavement Design and Construction Surfacing sections have been developed, based on the subsurface conditions encountered and available traffic information. This traffic information was provided by KLJ via email sent to Mr. Jim Pierce, P.E. of Terracon on June 30, 2016. This email is included in Appendix C of this report. Based on the above-referenced information from KLJ, an average annual daily traffic value of 4,560 has been included in our pavement analyses. In addition, a 5.8 percent of heavy truck traffic has been considered. Equivalent Single Axle Loads, ESALs, of 710,000 ESALs have been calculated to evaluate different pavement options for Tamarack and Peach Streets. Flexible (asphalt) pavement section alternatives were developed following current MDT procedures and methods of the 1993 AASHTO Guide for Design of Pavement Structures. Input variables used in the calculations are presented in the following table. Parameter Value Design CBR-value for Subgrade 3.0 percent Effective Resilient Modulus, Mr(psi) 4,500 psi Initial Serviceability Index I 4.2 Terminal Serviceability Index I 2.0 Reliability I 85.0% Standard Deviation I 0.45 It should be noted that the design CBR value presented above was selected based on soft soils cohesive subgrade soils identified during our field activities. Laboratory testing yielded a CBR value of 7.7 percent within the stiff clay from Boring B-2. Material layer coefficients recommended by MDT were used in the calculations and are presented in the following table. Reliable ® Responsive ■ Resourceful 5 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation ■ Bozeman, Montana July 15, 2016 ■ Terracon Project No. AJ161009 Pavement Section Material Structural Coefficient Drainage Coefficient (per inch) Plant Mix Surfacing (PMS), I 0.41 - Asphaltic Concrete Grade S Crushed Aggregate Course(CAC), 0.14 I 1.0 Type A, Grade 6A Special Borrow/Subbase, (SB) I 0.10 I 1.0 4.1.1 Pavement Design Considerations The pavement design parameters presented above were selected by Terracon, based on experience with similar projects and subgrade soil conditions. Design parameters, such as analysis period, initial and terminal serviceability index and reliability, may vary with a specific project. Variation of these parameters may change the pavement sections presented. Terracon is prepared to discuss the details of these parameters and their effects on pavement design and re-evaluate pavement design, as appropriate. The pavement section presented below is based on design traffic loading provided as described above in Section 4.1. This section is not to be considered a construction platform that will sustain heavier and higher frequency axle/wheel loads than have been considered in our pavement analysis. This is particularly important under adverse weather or channelized traffic conditions, which are likely to occur during the construction process. The pavement section recommended below is applicable for the design traffic loads imposed subsequent to construction only. If construction haul road sections are desired, additional geotechnical input based on anticipated construction traffic loading will be required. FLEXIBLE PAVEMENT DESIGN - RECONSTRUCTION OPTION Design AC3 CAC4 S135 Total Location Life SNz Thickness, Thickness, Thickness, Thickness, ESALs inches Inches inches inches Tamarack and Peach Streets between Rouse 710,000 3.6 4 6 11 21 and Ida Avenues 1. ESAL = Equivalent Single Axle Load 2. SN = Structural Number 3. AC = Asphaltic Concrete 4. CAC = Crushed Aggregate Course 5. SB = Special Borrow/Subbase RelLible ■ ReZpOnsive ■ ResoUrCef it 6 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation D Bozeman, Montana July 15, 2016 ., Terracon Project No. AJ161009 FLEXIBLE PAVEMENT DESIGN -OVERLAY OPTION Total Existing AC3 Minimum Design Minimum AC Location Life SN2 AC Overlay Thickness, ESALs' Thickness Thickness, After (inches) (inches) Overlay (inches) Tamarack and Peach Streets between Rouse 710,000 3.6 4.0 2.5 6.5 and Ida Avenues Widening Section on Central Tamarack in 710,000 3.6 2.5 4. 04 6.5 Area of Borehole B-1 1. ESAL = Equivalent Single Axle Load 2. SN = Structural Number 3. AC =Asphaltic Concrete 4. Two AC lifts of 2 inches each 4.1.2 Pavement Section Material Requirements Material I Description i Recommendations See MDT Standard Specifications for Grade S Road and Bridge Construction Section Plant Mix Surfacing (PMS) (PG 70-28) 401 Plant Mix Surfacing Section 701.03 Aggregate for Grade PG 70-28 Bituminous Mixtures Crushed Aggregate See MDT Standard Specifications for Course(CAC) Type A, Grade 6A Road and Bridge Construction Section 701.02.4 and 701.02.5 Special Borrow/Subbase See MDT Standard (Removal/Sub-Ex Specifications for Construction Replacement Material) Requirements Section 203.03.1, Paragraph H. Where no Special Borrow/subbase is planned, a geotextile separation fabric should be placed between the native soils and Crushed Aggregate Course (CAC). CAC should then be placed and topped with Plant Mix Surfacing (PMS) incorporating PG 70-28 asphalt cement to achieve the planned roadway elevation. Terracon recommends that the asphalt surfacing components of the pavement sections be constructed using a 3/4 inch mix overlaid by 0.10 feet of 3/8 inch mix with no chip seal. Asphalt concrete surfacing sections using 3/8 inch maximum size aggregate wearing surfaces in place of Reliable ■ Responsive n Resourcehul 7 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation ■ Bozeman, Montana July 15, 2016 ■ Terracon Project No. AJ161009 chip seal treatments have been used successfully on a number of projects in Montana. The 3/8 inch wearing surface can be constructed to a thickness of 0.10 feet where the wearing surface is placed on newly constructed asphalt concrete having close surface profile tolerances. The 3/8 inch maximum size aggregate asphalt concrete wearing surface affords significant advantages over a chip seal surface treatment in terms of surface wearing characteristics and service life. To provide rut resistance consistent with the design objectives for the expected heavy truck traffic, we consider that MDT's choice to use PG 70-28 asphalt cement is appropriate. The PG 70-28 product is readily available in our market and substantial experience has been developed confirming the applicability of this asphalt cement in similar applications where rut resistance is to be maximized. Aggregate used in Plant Mix Surfacing (PMS) should meet the criteria in section 701.03 of the MDT Standard Specifications including the applicable gradation limits. Mix designs should be submitted prior to construction to verify their adequacy. Asphalt surfacing should be produced, placed and compacted in accordance with MDT specification 401.03. Reliable ■ !espoejsive ■ Resourceful 8 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation -i Bozeman, Montana July 15, 2016 --1 Terracon Project No. AJ161009 4.2 Earthwork Earthwork on the project should be specified and conducted in accordance with the latest MDT Standard Specifications for Road and Bridge Construction. Compliance observation and testing should be conducted under the direction of the project manager and the project geotechnical engineer. Evaluation of earthwork should include field observation and testing of embankment/subgrade fill and utility/culvert backfill, subgrade preparation, and other geotechnical related items involved with construction of the project. 4.2.1 Site Preparation Prior to construction, the contractor should strip existing pavement sections, debris, and any other deleterious materials from the proposed road improvement areas. Prior to placement of the Special Borrow/sub-base or crushed aggregate course, in accordance with MDT specification 203.03.1, the exposed subgrade should be scarified to a depth of 8 inches below existing grades, moisture conditioned, and re-compacted to a minimum of 95 percent of maximum dry density, as determined by MT-210. Any areas that become unstable or"pump" under the compacting or haul machinery should be excavated to a depth determined by the geotechnical engineer/project manager and replaced with Special Borrow to stabilize the subgrade. A geotextile and/or geogrid should also be incorporated into the repair to stabilize subgrade soils as described previously. 4.3 Compaction Requirements ITEM I DESCRIPTION 9-inches or less in loose thickness when heavy, self- propelled compaction equipment is used. Fill Lift Thickness 4 to 6 inches in loose thickness when hand-guided equipment (i.e. jumping jack or plate compactor) is .used. Crushed Aggregate Course, Special Borrow/Subbase Compaction Requirements 95% of the material's maximum standard Proctor dry density (ASTM D 698, AASHTO T99, MT 210). Plant Mix Surfacing 95% of target density—MDT 401.03 95% of the material's maximum standard Proctor dry Pavement Subgrade density(ASTM D 698, AASHTO T99, MT 210). Within the range of 2% below the optimum moisture Moisture Content content to 2% above the optimum moisture content value as determined by the standard Proctor test at the time of placement and compaction. Reliable n Responsiva n ReSOUrCID-1 9 9 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation ■ Bozeman, Montana July 15, 2016 ■ Terracon Project No. AJ161009 1. We recommend that all controlled fill be tested for moisture content and density during and after placement. Should the results of the in-place density tests indicate the specified moisture or compaction limits have not been met, the area represented by the test should be reworked and retested, as required, until the specified moisture and compaction requirements are achieved. 4.4 Construction Considerations Upon completion of subgrade filling and grading, care should be taken to maintain the subgrade moisture content prior to construction of pavement sections. The site should also be graded to prevent ponding of surface water on the prepared subgrades or in excavations. If the subgrade should become frozen, desiccated, saturated, or disturbed, the affected material should be removed or these materials should be scarified, moisture conditioned, and re-compacted prior to pavement construction. As a minimum, all temporary excavations should be sloped or braced, as required, by Occupational Health and Safety Administration (OSHA) regulations to provide stability and safe working conditions. Temporary excavations will probably be required during grading operations. The grading contractor is responsible for designing and constructing stable, temporary excavations and should shore, slope or bench the sides of the excavations, as required, to maintain stability of both the excavation sides and bottom. All excavations should comply with applicable local, state and federal safety regulations, including the current OSHA Excavation and Trench Safety Standards. All utility trenches should be constructed in the roadway back slope to prevent water intrusion and flow within the roadway embankment. 4.5 Surface Drainage All grades must provide positive drainage away from the proposed construction during and after construction and for the life of the project. Water permitted to pond on the pavement subgrade areas on site can result in reductions in support capacity. Reli-able ■ Responsive ■ Resourrcalul 10 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation ❑ Bozeman, Montana July 15, 2016 -1 Terracon Project No. AJ161009 4.6 Seismic Considerations Code Used Site Classification 2012 International Building Code (IBC) I D 1. In general accordance with the 2012 International Building Code, Table 1613.5.2. 2. Site class definitions are based on the average properties in the top 100 feet of the subsurface profile. The current scope does not include the required 100-foot soil profile determination. Borings extended to maximum depths of approximately 11 feet below grade, and this seismic site class definition considers that Eagle Formation Sandstone is below the maximum depth of the subsurface exploration. 5.0 GENERAL COMMENTS Terracon should be retained to review the final design plans and specifications so comments can be made regarding interpretation and implementation of our geotechnical recommendations in the design and specifications. Terracon is also available to provide observation and testing services during grading, excavation, foundation construction and other earthwork-related construction phases of the project. It is desirable for our geotechnical engineer to assist in initial grade inspection and observation to ascertain that design assumptions based on the widely spaced investigation data points are reasonably consistent with construction conditions. The analysis and recommendations presented in this report are based upon the data obtained from the borings performed at the indicated locations and from other information discussed in this report. This report does not reflect variations that may occur between borings, across the site, or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. If variations appear, we should be immediately notified so that further evaluation and supplemental recommendations can be provided. The scope of services for this project does not include, either specifically or by implication, any environmental or biological (e.g., petroleum hydrocarbons, mold, fungi, and bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. This report has been prepared for the exclusive use of our client for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering practices. No warranties, either expressed or implied, are intended or made. Site safety, excavation support, and dewatering requirements are the responsibility of others. In the event that changes in the nature, design, or location of the project as outlined in this report are Reliable ■ Responsive ■ Resourceful 11 Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation ■ Bozeman, Montana July 15, 2016 ■Terracon Project No. AJ161009 planned, the conclusions and recommendations contained in this report shall not be considered valid unless Terracon reviews the changes and either verifies or modifies the conclusions of this report in writing. Reliable ■ Responsive ■ Resourceful 12 FIELD EXPLORATION Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation ■ Bozeman, Montana July 15, 2016 ■ Terracon Project No. AJ161009 Field Exploration Description The boring/coring locations were marked in the field by Terracon personnel using information provided by the Client and measuring from available site features. Coordinates for as-drilled boring locations were recorded using a handheld GPS unit. Boring latitude and longitude information, in decimal format, is presented in the boring/coring logs. The locations of the borings and pavement cores should be considered accurate only to the degree implied by the means and methods used to define them. The borings were drilled with a CME 55 drill rig using hollow-stem augers. Samples of the soils encountered in the borings were obtained by driving split-spoons, and collecting auger cuttings. In the split-spoon sampling procedure, the number of blows required to advance a standard 2-inch O.D. split-barrel sampler the last 12 inches of the typical total 18-inch penetration by means of a 140- pound hammer with a free fall of 30 inches, is the standard penetration resistance value (SPT-N). This value is used to estimate the in-situ relative density of cohesionless soils and consistency of cohesive soils. A CME automatic SPT hammer was used to advance the split-barrel sampler in the borings performed on this site. A significantly greater efficiency is achieved with the automatic hammer compared to the conventional safety hammer operated with a cathead and rope. This higher efficiency has an appreciable effect on the SPT-N value. The effect of the automatic hammer's efficiency has been considered in the interpretation and analysis of the subsurface information for this report. The samples were tagged for identification, sealed to reduce moisture loss, and taken to our laboratory for further examination, testing, and classification. Information provided on the logs attached to this report includes soil descriptions, consistency evaluations, boring depths, sampling intervals, and groundwater conditions. The borings were backfilled with auger cuttings and patched with asphalt cold patch prior to the drill crew leaving the site. Field logs were prepared by the field engineer. The logs included visual classifications of the materials encountered during drilling as well as the engineer's interpretation of the subsurface conditions between samples. The final logs included with this report represent the engineer's interpretation of the field logs and includes modifications based on laboratory observations and tests of the samples. Reliable s Rezponsiva ■ Resourceful Exhibit A-1 I J E _ 31 \ I •-,� i�• , J _•.. I to i•�# � • — _ _ ..... �.� M � _ r .. � �rv.:� ♦�\wile- I �•.a...� • 47 Dei Fil TAN IF 86 Ta As 1 '�� ■ _ ' S � �I r'J_i. �� �. 88AT„� `�r •e 1 --�- r• ro t ! j � _ r i , L1'` 6.t<OC 8Y1'- r6 �- •y! Rom. .• �?lam•.`1` � (,�( -- /d ' ~` IL N. /'nrh r ■J i F 13. 1 •• • +-■� .•�c .;', •-K ;1 4 �11 -"'1 _._.''*•�+�.. f,/f ..1.1 A t �- TOPOGRAPHIC MAP IMAGE COURTESY OF THE U.S.GEOLOGICAL SURVEY QUADRANGLES INCLUDE:BOZEMAN,MT(1/1/1987). Pro)ectManager: Project No. SITE LOCATION Exhibit J.Pierce AJ161009 � Drawn 66vv Scale: O.•Boscan 1•=2000' Irerracon Peach Street & Tamarack Street Check b: File Na Rehabilitation A-2 �.iiVlDnski �r'2-A3.pdf 212 Zoot Way Ste B Approved by: Date: _ Bozeman,MT59718-5930 Between Rouse and Ida Avenues K.Munski 07/15/16 Bozeman MT r I ''rl• � **ss yy 1, t I- ■p i 777 { w a i 1 1 f rW/fl+h440 I _ . 1 A n PIC 1: t I}'' '�11 � ■ .Y ,. DIAGRAM IS FOR GENERAL LOCATION ONLY,AND IS AERIAL PHOTOGRAPHY PROVIDED NOT INTENDED FOR CONSTRUCTION PURPOSES BY MICROSOFT BING MAPS Project Manager: Project No. Exhibit J.Pierce AJ161009 EXPLORATION PLAN Drawn 4J':Boscan ScaI AS SHOWN Irerracon Peach Street & Tamarack Street Checkeldl_bf:unskl FileN' A3.pdf 212 Zoot Way Ste B Rehabilitation A-3 Approved by: Dale: Bozeman,MT 59718-5930 Between Rouse and Ida Avenues K.Munski 07/15/16 Bozeman MT BORING LOG NO. B-1 Page 1 of 1 PROJECT: Peach and Tamarack Streets Rehabilitation CLIENT: KLJ Engineering Inc. Project Bozeman, MT SITE: Between Rouse and Ida Avenues Bozeman, Montana cD LOCATION See Exhibit A-3 �z W — AnL LIMITS w w 0 0- z 00 Latitude:45.68867' Longitude: -111.02914° W Q w W w z F = F=- W _JJ > p U W W o w F w a o W W z LL-PL-PI p �p LL� p of W DEPTH 0.3 ASPHALT(2.5 to 4 inches) 0.25 o.s FILL-WELL GRADED SAND WITH CLAY AND GRAVEL(SW-SC),with 6 10 ravel up to 0.75 inches 1.5 FILL-WELL GRADED GRAVEL(GWI,with particle sizes up to 1.5 inches FILL-CLAYEY SAND WITH GRAVEL(SC) black to brown,loose,moist,with 3-2-5 brick fragments,with gravel(particle size up to 1 inch) 0.5 N=7 T X F- z -very loose to loose below 4.5 feet a 5 1 NZ4 21 21 W H z 0 U LU K. Y 2-3-4 a 0.8 N=7 F 9.5 W WELL GRADED SAND WITH CLAY AND GRAVEL(SW-SC),brown,medium g dense,wet 10 2-6-6 0.3 N=12 9 14 Q 11.0 w Boring Terminated at 11 Feet 0 z c5 o 0 0 0 w rr z 0 0 0 LL r] W Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic W u) Advancement Method: See Exhibit A-3 for description of Feld procedures. Notes: 4 1/4"I.D.Hollow Stem Auger o Latitude and longitude obtained using a handheld GPS unit. See Appendix B for description of laboratory j procedures and additional data(if any). o Abandonment Method: See Appendix C for explanation of symbols and z Boring backfilled with soil cuttings and cold asphalt patch. abbreviations. 0 0 WATER LEVEL OBSERVATIONS cD Boring Started:6/812016 Boring Completed:6/8/2016 U While drilling �rracon UM Drill Rig:CME 55 Driller:Sam Eddy Ln 212 Zoot Way Ste B = Bozeman,MT Project No.:AJ161009 Exhibit: A-4 F- APPENDIX B LABORATORY INFORMATION Geotechnical Engineering Report Irerracon Peach and Tamarack Streets Rehabilitation :i Bozeman, Montana July 15, 2016 �Terracon Project No. AJ161009 Laboratory Testing As part of the laboratory testing program, the soil samples were classified in the laboratory based on visual observation, texture, plasticity, and the laboratory testing performed as noted below. The soil descriptions presented on the boring logs are in accordance with our enclosed General Notes and Unified Soil Classification System (USCS). The estimated group symbol for the USCS is also shown on the logs, and a brief description of the Unified System is included in this report. Results of the laboratory tests are presented on the logs and/or included herein. Selected soil samples were tested for the following properties: i ■ Water Content; ■ Grain Size Distribution; ■ Atterberg Limits; 6 ■ Corrosion Potential; ■ Soluble Sulfate Content; f ■ Proctor Compaction; ■ California Bearing Ratio. 1 k r i 6 Reliable e Responsive ■ Resourceful Exhibit B-1 ATTERBERG LIMITS RESULTS ASTM D4318 60 50 P L x S 40 O T -4`' o C GIZI T 30 Y Off' N 20 0,00 D E MH or OH x 10 CL-Mi ML Dr OL 0Z .-* T 0 20 40 60 80 100 0 N 0 LIQUID LIMIT U 9 Boring ID Depth LL PL PI Fines USCS Description of W • CFI-2 0.8 -1 47 25 22 54 CL SANDY LEAN CLAY c� Z 0 U W 0 QU K Q U QU W a m 0 0 c2 Q F- J W 0] K FW F- Q F 0 O a W J Q _Z 2 0 U- LL 0 W H Q a W LL J Q 0 Z Z W PROJECT: Peach and Tamarack Streets 12 Rehabilitation Pro ect PROJECT NUMBER: AJ161009 CD SITE: Between Rouse and Ida Avenues Irerracon CLIENT: KLJ Engineering Inc. 0 Bozeman,Montana Bozeman,MT 0 212 Zoot Way Ste B 3 Bozeman, MT EXHIBIT: B-2 GRAIN SIZE DISTRIBUTION ASTM D422/ASTM C136 U.S.SIEVE OPENING IN INCHES I U.S.SIEVE NUMBERS I HYDROMETER 6 4 3 2 1.5 1 3/4 1/23/8 3 4 6 810 1416 20 30 40 50 60 100 140 200 0 100 95 90 10 85 80 20 75 70 30 65 60 40 m m _ 0 0 55 m w Z cD 3: 50 o ui }50 0 COD z 45 m W U- LU z 40 60 w 0 a W 35 rn d 2 0 u�i 30 70 M a 25 c0 z 0 20 80 15 2 10 90 F U W 5 a m 0 1p0 0 100 10 1 0.1 0.01 0.001 a GRAIN SIZE IN MILLIMETERS COBBLES GRAVEL SAND SILT OR CLAY w coarse fine coarse medium fine N ? BORING ID DEPTH %COBBLES %GRAVEL %SAND %SILT %FINES %CLAY USCS a • B-1 0.33-0.6 25.3 44.7 10.4 SW-SC M B-1 4.5-6 21.2 SC a ♦ B-1 9.5-11 28.3 38.5 14.2 SW-SC w z SIEVE PERCENT FINER SOIL DESCRIPTION (size) • m ♦ • WELL GRADED SAND w/CLAY/GRAVEL SW-SC o GRAIN SIZE 2" M CLAYEY SAND w/GRAVEL SC • M ♦ 1 1/2" 0 1„ ♦ WELL GRADED SAND w/CLAY/GRAVEL W D60 5.734 7.624 3/4" 81.08 SW-SC 1/2" 80.39 70.0 a. D30 0.441 0.535 3/8" 73.22 63.38 REMARKS n u #4 55.07 52.74 • LL D10 #10 43.77 42.54 o COEFFICIENTS #20 36.65 33.73 m J C 0.47 #40 29.63 28.15 #80 18.36 20.04 o C„ 80.03 #200 10.41 21.15 14.2 w PROJECT: Peach and Tamarack Streets PROJECT NUMBER: AJ161009 Rehabilitation Project LU r SITE: Between Rouse and Ida Avenues Irerracon CLIENT: KLJ Engineering Inc. oBozeman,Montana Bozeman,MT 0 212 Zoot Way Ste B m Bozeman, MT EXHIBIT: B-3 3 GRAIN SIZE DISTRIBUTION ASTM D422/ASTM C136 U.S.SIEVE OPENING IN INCHES I U.S.SIEVE NUMBERS HYDROMETER 6 4 3 2 1.5 1 3/4 1123/8 3 4 6 810 14 16 20 30 40 50 60 100140 200 100 0 95 90 - - 10 85 - - 80 20 75 70 30 65 60 - 40-o N _ m c9 55 - m w ui }50 500 m O C/) K W 45 - — z w wZ 40 60 M QU w 35 m m IL G1 30 70 r> a 25 c� 0 20 80 W W 15 10 90 F- 5 W n. 11 aa 0 0 100 10 1 0.1 0.01 0.0010 GRAIN SIZE IN MILLIMETERS COBBLES GRAVEL SAND SILT OR CLAY u; coarse fine coarse medium fine N U) ? BORING ID DEPTH %COBBLES %GRAVEL %SAND %SILT %FINES %CLAY USCS • CH-1 0.33-1.5 46.2 37.6 6.9 GW-GC m CH-2 0.8-1 53.8 CL 0 a W Z SIEVE PERCENT FINER SOIL DESCRIPTION (size) • m • WELL GRADE GRAVEL w/SILTY o CLAY/SAND GW-GC o GRAIN SIZE z,, M SANDY LEAN CLAY(CL) U- • M 1 1/2" W 1" a D60 9.643 3/4" 90.7 D30 1.211 1/2" 69.55 a 3/8" 59.45 REMARKS M D,o 0.131 #4 44.46 • g COEFFICIENTS #10 85 27. #zo .29 m Cr 1.16 #40 20.8 F #80 11.8 o C„ 73.83 #200 6.88 53.79 W of a PROJECT: Peach and Tamarack Streets I- Rehabilitation Project PROJECT NUMBER: AJ161009 SITE: Between Rouse and Ida Avenues Irerracon CLIENT: KLJ Engineering Inc. o Bozeman,Montana Bozeman,MT 00 212 Zoot Way Ste B Bozeman, MT EXHIBIT: B-4 J lkom�)C(Qn 2110 Overland Avenue,Suite 124 Billings,MT 59102 (406)656-3072 FAX:(406)656-3578 LABORATORY COMPACTION CHARACTERISTICS OF SOIL CLIENT NAME: DATE: 06/16/16 LAB No. AJ1 REPORT NO.: TEST RESULTS PROJECT NAME Peach&Tamarack &LOCATION: MAXIMUM DRY DENSITY 115.9 Ib/ft3 PROJECT NO.: AJ161009 SOURCE MATERIAL: B-5 @ 3-7- OPTIMUM MOISTURE 11.3 % SAMPLE DESCRIPTION: RAMMER: X MANUAL Mechanical ATTERBERG LIMITS MATERIAL DESIGNATION: LIQUID LIMIT Not Performed TEST METHOD: D-698 PLASTIC LIMIT Not Performed TEST PROCEDURE: Method C PLASTICITY INDEX Not Performed SAMPLE PREPARATION: Dry IREVIEWED BY: ZERO AIR VOIDS FOR SPECIFIC GRAVITY OF 2.50 ZERO AIR VOIDS LAB CURVE 117 1--T MAXIMUM DENSITY&OPTIMUM MOISTURE 116 115 LL U Q. �114 Fn Z w 0 } p113 112 111 8 9 10 11 12 13 14 15 WATER CONTENT,% Exhibit B-5 AJ161009 tm B-5 3-7-1s Project No.: AJ161009 Irerracon Peach and Tamarack St Bozeman, MT CALIFORNIA BEARING RATIO TEST ASTM D 1883 -B-5 @ 3-7' Classification: California Bearing Ratio (CBR) 11.0 10.0 9.0 8.0 7.0 6.0 U 5.0 4.0 3.0 2.0 1.0 0.0 78.0% 83.0% 88.0% 93.0% 98.0% % Maximum Dry Density CBR @ 95% of ASTM D698= 7.7% Weight of Surcharge (Ibs.) = 10 Soaking Period (hr.) = 96 Exhibit B-6 APPENDIX C SUPPORTING DOCUMENTS GENERAL NOTES DRILLING&SAMPLING SYMBOLS: SS: Split Spoon—1-3/8"I.D.,2"O.D., unless otherwise noted HS: Hollow Stem Auger ST: Thin-Walled Tube-2"O.D.,unless otherwise noted PA: Power Auger RS: Ring Sampler-2.42"I.D., 3"O.D.,unless otherwise noted HA: Hand Auger DB: Diamond Bit Coring-4", N, B RB: Rock Bit BS: Bulk Sample or Auger Sample WB: Wash Boring or Mud Rotary The number of blows required to advance a standard 2-inch O.D.split-spoon sampler(SS)the last 12 inches of the total 18-inch penetration with a 140-pound hammer falling 30 inches is considered the"Standard Penetration"or"N-value". WATER LEVEL MEASUREMENT SYMBOLS: WL: Water Level WS: While Sampling N/E: Not Encountered WCI: Wet Cave in WD: While Drilling DCI: Dry Cave in BCR: Before Casing Removal AB: After Boring ACR: After Casing Removal Water levels indicated on the boring logs are the levels measured in the borings at the times indicated. Groundwater levels at other times and other locations across the site could vary. In pervious soils, the indicated levels may reflect the location of groundwater. In low permeability soils,the accurate determination of groundwater levels may not be possible with only short-term observations. DESCRIPTIVE SOIL CLASSIFICATION: Soil classification is based on the Unified Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a#200 sieve; their principal descriptors are: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50%of their dry weight retained on a#200 sieve;they are principally described as clays if they are plastic, and silts if they are slightly plastic or non-plastic. Major constituents may be added as modifiers and minor constituents may i be added according to the relative proportions based on grain size. In addition to gradation, coarse-grained soils are defined on the basis of their in-place relative density and fine-grained soils on the basis of their consistency. CONSISTENCY OF FINE-GRAINED SOILS RELATIVE DENSITY OF COARSE-GRAINED SOILS Unconfined Standard Penetration Standard Penetration Compressive or N-value(SS) Consistency or N-value(SS) Relative Density Strength,Qu, Ps f Blows/Ft. Blows/Ft. <500 0-1 Very Soft 0-3 Very Loose 500—1,000 2-4 Soft 4-9 Loose 1,001 —2,000 4-8 Medium Stiff 10—29 Medium Dense 2,001 —4,000 8—15 Stiff 30—49 Dense 4,001 —8,000 15—30 Very Stiff >50 Very Dense 8,000+ >30 Hard RELATIVE PROPORTIONS OF SAND AND GRAVEL GRAIN SIZE TERMINOLOGY Descriptive Term(s)of other Percent of Major Component Particle Size Constituents Dry Weight of Sample Trace < 15 Boulders Over 12 in. (300mm) With 15—29 Cobbles 12 in.to 3 in. (300mm to 75 mm) Modifier >30 Gravel 3 in.to#4 sieve(75mm to 4.75 mm) Sand #4 to#200 sieve(4.75mm to 0.075mm) Silt or Clay Passing#200 Sieve(0.075mm) RELATIVE PROPORTIONS OF FINES PLASTICITY DESCRIPTION Descriptive Term(s)of other Percent of Term Plasticity Constituents Dry Weight Index Trace <5 Non-plastic 0 With 5-12 Low 1—10 Modifiers > 12 Medium 11 —30 High >30 Exhibit C-1 UNIFIED SOIL CLASSIFICATION SYSTEM Soil Classification Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests A Group I Group Name Symbol Gravels: Clean Gravels: I Cu>_4 and 1 <Cc<3 E GW Well-graded gravel F More than 50%of Less than 5%fines° Cu<4 and/or 1 >Cc>3' GP Poorly graded gravel' coarse fraction retained Gravels with Fines: Fines classify as ML or MH GM I Silty gravel F,c,H Coarse Grained Soils: on No.4 sieve More than 12%fines° Fines classify as CL or CH GC I Clayey gravel F.c," More than 50%retained on No.200 sieve Sands: Clean Sands: Cu>_6 and 1 <Cc<3 E SW I Well-graded sand 50%or more of coarse Less than 5%fines° Cu<6 and/or 1 >Cc>3 E I SP Poorly graded sand fraction passes No.4 Sands with Fines: Fines classify as ML or MH SM Silty sand c,H,i sieve More than 12%fines° Fines classify as CL or CH SC Clayey sand G,H,l PI>7 and plots on or above"A"line o CL Lean clay KL,M Silts and Clays: Inorganic: PI<4 or plots below"A"line J ML SiltK,L,M Fine-Grained Soils: Liquid limit less than 50 Organic: Liquid limit-oven dried Organic clay K,L,M,N 50%or more passes the <0.75 OL Liquid limit-not dried Organic silt MO KL No.200 sieve Inorganic: PI plots on or above"A"line CH I Fat clay K,L,M Silts and Clays: PI plots below"A"line MH Elastic SiItK,L,M Liquid limit 50 or more Liquid limit-oven dried Organic clay K,L,M,P Organic: Liquid limit-not dried <0.75 OH Organic silt K,L,M,Q Highly organic soils: I Primarily organic matter,dark in color, and organic odor PT I Peat A Based on the material passing the 3-inch(75-mm)sieve "If fines are organic,add'With organic fines"to group name. B If field sample contained cobbles or boulders, or both,add"with cobbles 1 If soil contains>_15%gravel,add"with gravel"to group name. or boulders,or both"to group name. j If Atterberg limits plot in shaded area,soil is a CL-ML,silty clay. °Gravels with 5 to 12%fines require dual symbols: GW-GM well-graded K If soil contains 15 to 29%plus No.200, add"with sand"or"with gravel," gravel with silt,GW-GC well-graded gravel with clay,GP-GM poorly whichever is predominant. graded gravel with silt, GP-GC poorly graded gravel with clay. ` If soil contains>_30%plus No.200 predominantly sand,add"sandy"to °Sands with 5 to 12%fines require dual symbols: SW-SM well-graded group name. sand with silt,SW-SC well-graded sand with clay,SP-SM poorly graded M If soil contains>_30%plus No.200, predominantly gravel,add sand with silt,SP-SC poorly graded sand with clay "gravelly"to group name. 2 "PI 4 and plots on or above"A"line. E Cu=D60/D10 Cc= (D ao) >—o PI<4 or plots below"A"line. D10 x D60 P PI plots on or above"A"line. F If soil contains>—15%sand, add"with sand"to group name. °PI plots below"A"line. G If fines classify as CL-ML, use dual symbol GC-GM,or SC-SM. 60 - F-- ---1-----i-----—�4_ 1 — ---�--- -- - I For classification of fine-grained soils and fine-grained fraction ,Z'I 50 I—of coarse-grained soils - Equation of"A"-line ,J, ' 14 a j Horizontal at PI=4 to LL=25.5. W 40 then PI=0.73(LL-20) tO I Q 1 Equation of"U"-line G�o z Vertical at LL=16 to PI=7, ?- 30 r— then PI=0.9(LL-8) y ' — U Off' Q 20 MH or OH I - 10 i 7 i _ CL �_ML 4 _ ML or OL i 0 �_._ .- l 0 10 16 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT(LL) 1t'errac®n Exhibit C-2 r �o L f � � U ,N )alano _ CL v saaj6ap 0 U { zvr z U C� (L) 3 Z Y dazl„0£lalo4 Z4 CU lELU Zz co Y U r— �t` U W WV x i�' N s � q �? W r �� CIS LL W j'r W O � I � --- CD ❑ n- CCQdp IJJ W W ,. f y i z Ix v i1. --1- ov . s _._...._... ' f r ccS � L o N .L doa„0£/0104 Z4 O U ;-� 1 E !: m o ul 0 ~~! Cot I y 0 O _ c°i m i N u N j (D f r i o N Cj N .O; �J � Oco i Nt a) ❑ a U M 0 CO co i 1 N�S (Y) Q N � C yJ yy O .Q P4• U m i m C.) I � r v M i i LLi — � (LS(n �' a) Q co c� '`•` r0 _p# �M_ai I , I (� ❑ to OOOZ-V,.OF. oCD (ll 1-11 1(1 i V ❑ I-rl JO VP 0 O LLN v 4loAg pvpddnvuop>uuv!u:vlmm>culuuvlvldw=1 .l9 NOIldIa�S34 NOISIA32i eu!cgw do pp»q>udm>p ml Riulq.11>•Ad»» 3J_V4 N2�HW HOE NOO 46i.>p>411>d>INnivnn.w i>1 R!gnlp>plw, -N O I lb�N J I S�a �l{S v o31N00 >I p•u>>, , danw »nl,>a>,>pip 8St1 J03 83d 43SIAAZ2 9L/4Z/5 L o W c w 41 .>16>Id >, �I• pq,p,d�egn >> 1W `Nt/W�Z08 ° ° Z o w cuo41Pum p!v4 I•nu•puv pvsaq c!Guvnv,p 41 4>:4N dodo uopvwlgw pv!lddna vy!uvrvAivq>v,_dm>zp 1! 3lN 'n313 38nio us W01109 30ISino woe/9 Z vny>nc io7 Alplq!=uodcwro Nq!gv9 Add-pp.ip XVd 6fOZ-O6SZG6 V Tw' a iw0 O All—d>v H031N00 puv qsp unto c)avn v41 Iv du>p N O 110 f iS N 003_d E09Z96Sl oz p w q Aldwvv w v,nil•d H031NOO to wvcu»dapum f905G%1'6ul Ai!'p9L vlln9 vuY.'i le Fob'M tOLt ,>ud a411noyryw,,u Auv u!pop!pow iv pvvnpwdw woo•S3400luoo-mmm o>An v9 Row ,ad,A4I vo Adn,>Y.8..p.!yl Ei n N3AV 30VI]VAA Hl�ION 411-N Wo31NOOJ solo dww polmpg>cp,>>u> 0ll SNOIl(1705 43833NI9N3 I Uzl m >ul>Pnpwd uop>euleu>O H031N00 Rq lvl>cAuoa r, r Y N puC l(ONgY>'NW1A�PY>3 ap 070PWReA3p>pLL>N 0�-690-b89 - 0-8-51�OfiSaO H�31N "�� rZZyry ww co fl 6�Iu;.q iNl Vq LUV.RY'YMWlcltq pue.ply>M>vi W /I\ Q Q U {n Q C7� 0 6 2 _j <o U 0 m _j Q U w 2 F-Z i Z U r .y' z 1- � m �' N N 04 = O¢ 0 ❑ O 0 L C7 w '¢U "Z < Cn 'Z Wz 2 Z z lnt� ?w O z 'Lu tZ-7: 0 o a ¢ w r f- OLL O' '.�j cn. a w Z `L w 0 �' z ' a w i Lu w. .0 j:a tom- Y Ui Q 0 Ott' w hF �':W Sy W a W-92' Z Q.F ❑<n z -� D F z ,❑w a. Z w t-:x :0 L3::��. �-w co 00 R �? Z w� U o 'zr 0 0 � w:'= '- �Ox°� xzmw 0 a w J z J z ¢ :0 rs w z z r uy F �_ 0 t;. vJ -14 a:Z ❑ w w Y j-Y C7_ CA z 2 d ¢ ItJT �� 0 w �" > wLLIw W -C w ww uUi a. ❑❑ _' 0 w J,7 wU 5 p'rq m �� a �a z ❑ z �z trZCS wv f F _ Q� 0 0 �, M z Z�E w'O <lu U co r; z i u F w, n xu r- c-i ¢ ¢ u� d�d 0 ¢a O a.�Oc1D .w� �W ❑ U o F F ❑ w z a r-- 2 3 @� 0to w o a�F t'ii z J z w 0 z 0, a, 5'� I Z 0 w W t- i-?'< 0 zW F ut W O w E65. 0 j. � O 1=F Z a w C6 D-;00z�`o o f o �� F- j wpwC.)0D u)..wz a ad, �.W (> > 1x-W Q.zxwW.0 ozm z J uJ.z >> W ° o�¢owa¢:0 0 z �<rriw� to ❑1-.o.M C9 w I-w''W.Z: ¢ w ¢W z a F- wU..UO Z Z }.. w-,w U':z 0 U ZZ J0EL U 0 0:� 0 M r z o,�.z.rJ O w_.�1-' s c7 a z1- c� ¢-v u wF:tuvJs� U4z z m to CI). 4a z'wa� " x '?'.1-w0 w� w W m Z ❑ x-. F 1-0 z.a'.M w I o w:oui-=¢wl-'-'Ch'� z 2 w.awOw zF-¢ w ¢ m J ?.m.U O 2 I.- C'S d. F .m Cry:U VJ,m O 7`x F: ) T z w w S < ,.o�I=0 0O ¢.zz z UOo �o ( w i w a w ao:Wz�J=>co r- zaw Q_`w�_ `° U Z Z I- U m r =.(a ui< w cc ,¢Cr 2 w,J'a.¢J o m � zo ❑ � CO w f-,z z'� !JL1 U=i7:uQi U' i C.)°. 'h t4-,lx� cwi U U ¢ X O h 0 I.-�'w.:_z w.1-m:0 w.z: Fa:�a z'z,o-0 t- t�l W C7z m w ❑ z z °� MZm0Od Lu >z'� .w �u LL1 p. adz u w¢ A ' p W w _j w 0 tt--.z<¢.z'm w O ww �.�;.U'CL < U Z W w z F Q�J,,.-'_ to.=W,-, .J K- FQ❑ m 00 O Z U v X Q LJ<(6 CO a W W'O.❑<J 1%1LLi> �`>-.E.w a❑ b u_ J > 0 U c w OW 2 0 z O2n-to:r.w< YzOK u3_C�Y cow 11- O h- Q o w u- ❑ �H- a -'x U.T U- .Z d 1 S O- f a a•:0 I-w w W b m a J , w z O z J U O,'U us W•m Cry F• C9 I->> a. x CD ❑ a 0m.a � F>gw wmzo 00 O� x> E x o-, F- w 1- t-:F-�+. ¢. J �_ U) w o -1 a c W<o...1Zw�;rn`oz:? zwrit Pcozww wz.a r� ❑ m LL N U m O 1- .-2U,X�Jt-0W_6<w'0.0.. .zm❑O 00-00 m z J ZxwWF-U UJ'ht---mZ=U QmLuCsytj.cF.)0XUF wf, w 'T u'.lw�?C:3 C:U!-W'Cj-tjJ't j fn-(1' fl R=z'ft lw. cv rizm-zusza m�o..0 �rw'zU. �zD UO.v'. •' 0 wOp_n r0 0 aza C1>00 0� ZDx 1' U wUu-ZCl�uJ =u- •cv �Acwo TU.aU,z �a.�!. Xy ta.=tti w ci 0 v mLU ul An'T't6 zc!M�m u7'U�O n_•ui� ti•0.4 u1 � +! W vvd nrQ 0<1 rw 11 EL wLL vFi 1w a o w w;rr' n Qt w 0 I-w J.wCL c 0 __ui J W W Fw z-oz m I_ O:w O � Z Imo- w Z M. a a W C7 .%L a z Zh w z w O W T 0 w w w �, �QO Zw 0 aU ic. O�� KO Jm 1 as QQ Z W / ry z ¢ --- - -1 IT- - - co zo a I > o o a I it I I C o I I —I---- I I w mZ \ �/ f I I II I I I I w 6mlOLu w p0 0� ............ C? I G —�•— ❑1 0. I I W z "vw Oo,yQ� w zz Wa x> ! Tc C9 LL ¢ OQ Z O❑' W O gn0w u_ W�� F:u ¢ ❑� _p W0`ctv z 0aU�a w r O❑ U dC3 Jw �a qzj aNZ °� C O N¢ LLIF =za UX ag ¢w w 11 w 0 O � w � �0w z m 0 ❑z 0< U Z Z lo O O LL } U ^� Q Wd 99 t 9LOZ/OE19 OMO SVdNO0 B-SbOb500-0 P69opES-3Nd\S°JNIMV2101S00.OP6906E91690bE910004ESV3�IlOVl103fOadlNl'k!3WLL0021\WOO Id0-HOMN00 Ob1\ r r` r DIVISION 1 : GENERAL REQUIREMENTS SECTION 01050 FIELD ENGINEERING PART1 GENERAL 1.01 DESCRIPTION This section shall replace Section 01050 of the Montana Public Works Standard Specifications. 1.02 WORK INCLUDED A. The Engineer shall establish the following components of the work for use by Contractor: 1. Horizontal and vertical project control. 2. Storm Drain, and sanitary sewer piping horizontal alignment. 3. Storm drain manholes and inlet offsets. 4. Sanitary Sewer manhole offsets. 5. Street and roadway blue tops: 6. Blue tops - subgrade at 100' intervals (on centerline only). Contractor shall have subgrade to within 0.1' +/- prior to requesting blue topping. 7. Concrete curb and gutter (offsets) at 25-foot intervals 8. Center of accessibility ramps. 9. Stake out signs and hydrants. B. Vertical control will be set at a maximum distance of 1000 ft. From the information provided by the Engineer, unless otherwise specified in the contract documents, the Contractor shalt develop and make all detailed surveys needed for construction such as slope stakes, batter boards, grade stakes, and other working points, tines and elevations. C. From the horizontal and vertical information provided by the Engineer, the Contractor shall provide laser and/or other line and grade establishment techniques acceptable to the Engineer. D. The Contractor must give a minimum 48 hour advance request for staking needs, in writing, by completing and submitting a "Request for Staking" form. Absolutely no "second time" or"restaking" work will be done by the Engineer unless separate compensation for the Engineer's costs are paid directly by the Contractor. The Engineer shall submit notification of"restaking work" and cost estimates for the Contractor's review and agreement prior to starting the "restaking" work. 1.03 PRESERVATION OF REFERENCE POINTS The CONTRACTOR shall carefully preserve bench marks, reference points, lot corners, section corners and stakes and in case of destruction he shall be responsible for hiring and cost of a professional land surveyor for the resetting of such points and shall be East Tamarack Street Reconstruction Field Engineering Section 01050 KLJ Project 16417100 Page 1 of 2 responsible for any mistakes that may be caused by their unnecessary loss or disturbance. 1.04 SURVEY NOTES CONTRACTOR shall maintain their survey notes in standard survey notebooks in a neat and legible format. CONTRACTOR shall provide a duplicate set of survey notes for all staking operations that will be given to the Engineer upon request for record purposes no later than 24 hours after the stakes are set. The Engineer reserves the right to monitor the work of survey crews as judged necessary to show conformance with this specification. However; such monitoring shall in no way relieve the Contractor of the responsibility for survey accuracy and adequacy to obtain a finished product fully conforming to the plans and specifications. 1.05 COMPENSATION With exception of staking provided by the Engineer, all stakes, instruments, labor, and other items required for the Contractor's layout shall be furnished by the Contractor. The Contractor's cost for equipment, materials, and personnel as specified herein shalt be included in the prices bid for the various bid items listed on the bid sheets. PART 2 - PRODUCTS \\Not Used PART 3 - EXECUTION \\Not Used END OF SECTION 01050 East Tamarack Street Reconstruction Field Engineering Section 01050 KLJ Project 16417100 Page 2 of 2 / / / \ . \ / 4 § } � k ) ƒ � / 0 2 � f ± \ / u $ / § / @ g 63 / � o / I \ ƒ . Ile on 4.1 ® u / f ® \ ' $ O ƒ 0 04� V W / / S 2 � § � /CY / } k u 2k W G = a < . u = E u _ go 2 § to 9 = . � ` E " § -C E rL o � $ ® E C: %� 41 4 E m \ E \ � ± / 3 / ) ® \ / o § r ® a \ / = w \ \ » ) / § t / Q) $ m 2 8 R » ƒ � 0 / § 3 5 41 \ g 2 y Ln 5 E E � / \ 2 y / \ U 2 & m = . / ~ ? ƒ / � k o < 0 \ ƒ / / / ( E } U 0 o $ / f 0 ) ) SECTION 01200 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 SCOPE A. This Section describes the methods by which measurement will be made of the quantities for which payment will be made for the Project. Pay Items specifically provided in the Bid Form, but not specifically described below, will be measured and paid as specified in the individual technical specifications of MPWSS, supplemented by the COBMODS. B. The Contractor is expected to provide all Items not described specifically below or in the Bid Form, but that are shown, described, or inferred in the Plans and Specifications. Such items are deemed "incidental" and a subsidiary obligation of the Contractor to satisfactorily complete the Work, and such items should be included in the pay item of the Contractor's choice or in the pay item to which it pertains. 1.02 MEASUREMENT OF WORK A. Work shall be measured by the Engineer or his representative with assistance from the Contractor prior to preparation of a payment request by the Contractor. B. Unit quantities that are measured in place shalt be measured monthly. The Contractor shall give the Engineer a minimum of two days' notice for making all required measurements. C. Materials that must be measured as delivered shall be measured at the time of delivery by the Engineer or his representative; the Contractor shalt provide sufficient advance notice so that such measurements can be made. D. Work completed on a Lump Sum basis shall be measured for completion against the schedule of values provided by the Contractor in accordance with the General Conditions. Related work necessary for a complete and operational job, such as relocation of mail boxes, removal of trees, relocation of utilities, utility crossings, field engineering, clearing and grubbing, etc., not specifically identified as a pay item shall be included in the unit price bid for the item to which it pertains. E. The total bid price for each item of the contract shall cover all work shown on the contract drawings and required by the specifications and other Contract Documents. 1.03 ESTIMATED QUANTITIES A. All estimated quantities for unit price items, stipulated in the Bid Form or other Contract Documents, are approximate and are to be used as a basis for comparing the bids submitted for the Project. The actual amounts of work done and materials East Tamarack Street Reconstruction Measurement Et Payment Section 01200 KLJ Project 16417100 Page 1 of 12 furnished under unit price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. The CONTRACTOR agrees that he will make no claim for damages, anticipated profits or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts included in the Bid Form. The Contractor will not be paid for any work which exceeds the quantity set forth in the Bid Form without a change order or work change directive issued before the work is performed unless specifically ordered in writing by the Engineer. The Contractor will provide assistance to the Engineer to check quantities and elevations when so requested. 1.04 MEASUREMENT OF QUANTITIES A. Measurement by Weight - Pay items quantified by weights will be measured by handbook weights. B. Measurement by Volume - Measured by cubic dimension using mean length, width and height or thickness. C. Measurement by Area - Measured by square dimension using mean length and width or radius. D. Linear Measurement-Measured by linear dimension, at the item centerline or mean chord. E. Stipulated Sum/Price Measurement - Items measured by weight, volume, area, or linear means or combination, as appropriate, as a completed item or unit of the Work. 1.05 PROGRESS PAYMENTS A. Progress payments shall be based on the quantity of units installed. B. All items of Work not specifically listed in the Bid Form shall be considered incidental to the construction, and the cost of all such work and material shall be included in the prices bid for various items listed. C. All items listed for measurement and payment shall include all machinery, plant, materials, equipment, supplies, labor and tools, etc., to successfully and satisfactorily complete the Work specified. D. Payment - The Contractor will receive payment only for the items listed in the Bid Form of this contract, and no separate payments will be made for the Work under any section of the Contract Documents except as provided for in the Bid Form. Where measurements are required to be made by the Engineer, for the payment of a pay item, the failure of the Contractor to give the adequate notification or failure of the Contractor to give the Engineer assistance for the measurement shall result in the forfeiture of payment for the Work or item which was not measured. E. Work to be paid for as a Lump Sum shall be measured for completion against the East Tamarack Street Reconstruction Measurement Et Payment Section 01200 KLJ Project 16417100 Page 2 of 12 Schedule of Values provided by the Contractor. The Schedule of Values shall be submitted at the Preconstruction conference and shall include quantities and prices of items aggregating the total Lump Sum and will subdivide the work into component parts in sufficient detail to serve as the basis for progress payments during construction. PART 2 - PRODUCTS 2.01 STORED MATERIALS A. Full payment shall be made for approved materials stored at the project site, provided invoices for said materials are furnished with payment request submittal, and shop drawings for said material have been approved. PART 3 - EXECUTION - MEASUREMENT AND PAYMENT 3.01 Mobilization/Demobilization : This item is to be measured and paid by Lump Sum as follows: Twenty-five percent (25%) of the amount bid for mobilization/demobilization shall be paid when five percent (5%) of the contract amount is paid for Work complete and for invoiced materials in storage; an additional 50% of the amount bid will be paid when 25% of the work is complete; and the remaining 25% will be paid when 100% of the work is completed. 3.02 Taxes Bonds and Insurance: This item is to be measured and paid by Lump Sum as follows: One-hundred percent (100%) to be paid on the 1st progress estimate, ONLY if the bid price for this item is less than five percent (5%) of the total Contract Amount. For that portion of the taxes, bonds and insurance greater than five percent (5%), if any, payment shall be made for the balance of the item when 50% of the total work has been completed. 3.03 Stormwater Management Et Erosion Control: Measurement and payment of Stormwater Management Et Erosion Control shall be on a lump sum basis and shall include installation and maintenance of all temporary and permanent erosion control Best Management Practices necessary to provide adequate sediment storage as required by the Montana DEQ, and any other control structures necessary to meet the land disturbing permit requirements. Payment shalt include providing and submitting the required Storm Water Pollution Prevention Plan (SWPPP) and related documents, all fees and permitting requirements for Contractor's coverage under the MPDES General Permit MTR100000, and all other related items specified in Sections 01560 and 01590 of the Project Manual. Payment shall also include all labor, materials, tools and equipment necessary to construct, maintain and remove all BMP's once final stabilization is achieved, as well as providing the Notice of Termination (NOT) to DEQ and all incidentals necessary to complete the work. 3.04 Construction Traffic Control: Construction Traffic Control shall be measured on a Lump sum basis. Payment for Construction Traffic Control shall be made at the lump sum price provided in the Bid Form and shall include preparation and submission of a traffic East Tamarack Street Reconstruction Measurement Et Payment Section 01200 KLJ Project 16417100 Page 3 of 12 control plan for review by the City and Engineer. Payment shall include furnishing, installing, maintaining, replacing and operating construction traffic control systems throughout the project area for the duration of the Contract Time, including required pedestrian traffic control. The construction traffic control system may be comprised of but not be limited to signs, barricades, channelization, pavement markings, Watering, fencing, importation of gravel to widen existing street shoulders to a minimum 12' driving lane, flag persons, and pilot cars and all other items provided in the approved construction traffic control plan. No separate measurement and payment will be provided for modifications to the traffic control plan or for additional traffic control devices unless they are deemed necessary by the City AND are due to instances that are outside of Contractor's control. Payment for this item shall be based on the percent of the total construction completed to date as reflected in each progress estimate. 3.05 Exploratory Excavation: Measurement of this item shalt be made for the actual time, to the nearest one quarter hour, for work authorized by the Engineer prior to the work, or as directed by the ENGINEER, for actual exploratory excavation and backfilling operations, including standby time between excavation and backfilling, to verify the location of buried utility mains which may cause a conflict with the location of the proposed Work. Payment will be made at the contract unit price bid per hour in the Bid Form, which shall include all equipment, labor, materials, toots and incidentals necessary. to complete the work. Where exploratory excavation is outside of planned excavation limits, payment also includes any and all time required for required compaction of the backfilt. 3.06 Miscellaneous Work: An allowance has been provided in the Bid Form for Miscellaneous Work that may be added to the Project as directed or approved by the Engineer. The Contractor shall include the amount already provided in the Bid Form for Miscellaneous Work in his total bid price. When approved Miscellaneous Work includes items covered by unit prices in the Bid Form, that work wilt be paid at those unit prices. Otherwise, Miscellaneous Work will be measured on a time and material basis for equipment, labor, and material necessary to complete the work performed as directed by the Engineer. No payment will be made for this Miscellaneous Work without written authorization from the Engineer. For all claims of Miscellaneous Work, the Contractor will be required to submit invoices detailing the hours and costs of labor, equipment and materials. The amount provided in the Bid Form is an estimated amount only, which may be adjusted up or down by the Engineer in accordance with the needs of the project. 3.07 Site Ctearinp: Measurement for Site Clearing shall be on a lump sum basis as provided in the Bid Form. All clearing and grubbing shall be included under Site Clearing. Payment for Site Clearing shalt be made at the lump sum price provided in the Bid Form. Payment shall include all labor, materials, tools and equipment necessary to clear land and remove all trees, stumps, vegetation, surface debris, etc. East Tamarack Street Reconstruction Measurement Et Payment Section 01200 KLJ Project 16417100 Page 4 of 12 necessary to accomplish the Work on the Plans. Site Clearing shall also include any other items called out to be removed, relocated and reset on the Plans and not included in any other line item. Payment shall also include all costs associated with hauling and proper disposal offsite. 3.08 Relocate Existing Rail Car: Measurement of Relocate Existing Rail Car shall be on a lump sum basis as provided in the Bid Form. Payment for Relocate Existing Rail Car shall be made at the lump sum price provided in the Bid Form and shall include all equipment, labor, tools and materials necessary to push, pull or otherwise relocate the existing rail car and track to the edge of the right-of-way. Payment shalt include all coordination with the property owner, relocation of the wheel stops, cutting and removal of the necessary length of rail, removal of the necessary railroad ties and ballast and all other work necessary for the relocation and removal of materials to the edge of right-of-way to the satisfaction of the property owner and Engineer. 3.09 Remove Existing Bride Rail: Measurement of Remove Existing Bridge Rail shall be on a lump sum basis as provided in the Bid Form. Payment for Remove Existing Bridge Rail shall be made at the lump sum price provided in the Bid Form and shall include all equipment, labor, toots, materials and all incidentals necessary to remove all existing rails and posts as detailed in the Plans. Payment shall include cutting and removal of all existing bolts and appurtenances necessary to accomplish this Work. Payment shall also include all costs associated with proper disposal offsite, including hauling and tipping fees 3.10 Concrete Removal - Existing Bridge Sidewalk: Measurement of Concrete Removal - Existing Bridge Sidewalk shall be on the basis of square yardage of existing concrete sidewalk removed from the existing bridge deck. Payment for Concrete Removal - Existing Bridge Sidewalk shall be made at the contract unit price per square yard of concrete removed as detailed in the Plans and shalt include all labor, materials, tool, equipment and all incidentals necessary to safety remove the existing concrete without damaging the existing deck. 3.11 Bridge Pedestrian Rail (MDT Std. Drawing No. SBR-PED): Measurement of Bridge Pedestrian Rail shall be on the basis of the length in linear feet from center to center of the end rail posts. Payment of Bridge Pedestrian Rail shalt be made at the contract unit price per linear foot in the Bid Form and shall include all material, labor, tools, equipment and all incidentals necessary to complete the Work as detailed in the Plans and as detailed in MDT's Standard Drawing No. SBR-PED. Payment shall include all posts, plates, rails, bolts, shims, pads, finishing and all other materials and resources necessary to construct and securely anchor the structure to the existing bridge as detailed. 3.12 Subgrade Stabilization: Measurement of Subgrade Stabilization shall be on the basis of square yardage of this item provided as directed and approved by the East Tamarack Street Reconstruction Measurement & Payment Section 01200 KLJ Project 16417100 Page 5 of 12 Engineer. Payment for Subgrade Stabilization shall be at the contract unit price bid per square yard of crushed base course installed compact and completed in place as detailed in the Plans, and shall include all material, equipment, tools, labor and all incidentals necessary to complete Work. Payment shall include excavation and disposal of unsuitable material in subgrade. Payment shall also include geogrid as detailed in the Plans. No separate measurement and payment will be made for additional overlap of grid and fabric required in the Plans. This work is incidental to the replacement material required as detailed in the Plans. 3.13 Detectable Warning Panels: Measurement of Detectable Warning Panels shall be on the basis of square footage of this item provided complete in place. Payment for Detectable Warning Panels shall be on the basis of the contract unit price bid per square feet as shown in the Bid Form. Payment shall include all material, equipment, tools and labor, and for the performance of all work and incidentals necessary to complete this item. 3.14 Concrete Pavement Patch: Measurement of Concrete Pavement Patch shall be on the basis of square yardage of concrete or flowable fill constructed in place as shown and detailed on the Plans. Payment for Concrete Pavement Patch shall be made at the contract unit price per square yard as shown in the Bid Form, and shall include all material, equipment, tools and labor, concrete or flowable fill, and for performance of all work and incidentals necessary to complete the Work as detailed in the Plans, not to include asphalt. Measurement and payment for the asphalt surface course required for the patch shall be included in the pay item for asphalt concrete surface course. 3.15 Asphalt Concrete Surface Course: Measurement of Asphalt Concrete Surface Course shall be on the basis of the tonnage constructed in place as detailed in the Plans and Specifications. Payment for Asphalt Concrete Surface Course shall be made at the contract unit price per ton as shown in the Bid Form, and shall include all material, equipment, tools and labor, and for the performance of all work and incidentals necessary to complete the Work. Payment shall include cleaning base course; for producing, furnishing, transporting, stockpiling, heating, drying and screening of aggregate materials; furnishing, handling, measuring, mixing, manipulating and placing of materials; hauling, placing, shaping, compacting and finishing of the paving mix; improving unsatisfactory areas; furnishing samples; and all materials including asphalt cement, prime coat and tack coat, testing, and all incidentals necessary to complete the Work. No payment will be made without weigh tickets. 3.16 New Bride Sidewalk: Measurement of New Bridge Sidewalk shall be on the basis of the square footage of new concrete sidewalk placed over the existing bridge deck as detailed on the Plans. East Tamarack Street Reconstruction Measurement£t Payment Section 01200 KLJ Project 16417100 Page 6 of 12 Payment for New Bridge Sidewalk shall be made at the contract unit price per square foot of new concrete sidewalk installed as detailed on the Plans and shall include all labor, materials, tools, equipment and all incidentals necessary to complete the new concrete sidewalk. Payment shall also include all rebar, dowels, drilling, adhesive anchoring and all other incidental work necessary to complete the new concrete sidewalk construction. 3.17 Cold Mil[in : Measurement of Cold Milling shall be on the basis of square yardage of asphalt surface milled, at the depth indicated on the Plans. This pay item is specific to the N. Wallace Avenue intersection where only the top 2" lift course of existing pavement wit[ be removed outside of the typical sections for the proposed street reconstruction. All other asphalt removal and disposal shall be included in Excavation Above Subgrade. Payment for Cold Milling shalt be made at the contract unit price per square yard as shown in the Bid Form, and shall include all material, equipment, tools and tabor, and performance of all work and incidentals necessary to complete the Work as shown on the Plans. No separate or modified measurement and payment will be made for milling greater depths than minimum depths indicated on the Plans. 3.18 Remove Existing Storm Drain Inlet Ft Manhole: Measurement for Removal of Existing Storm Drain Inlets and Manholes shall be on the basis of each such structure removed and property disposed of as designated in the plans. Payment for Removal of Existing Storm Drain Inlets and Manholes shall be made at the contract unit price per each in the Bid Form. Payment shall include all labor, materials, toots, equipment and incidentals necessary to complete the Work. Payment shall also include all costs associated with proper disposal offsite, including hauling and tipping fees. 3.19 Remove Existing Storm Drain Pipe: Measurement for Removal of Existing Storm Drain Pipe shall be on the basis of the length in linear feet of pipe removed and property disposed of as designated in the plans. Measurement shalt be independent of pipe size and material. Payment for Removal of Existing Storm Drain Pipe shall be made at the contract unit price per linear foot in the Bid Form, and shall include all material, labor, toots, equipment and incidentals necessary to complete the Work. Payment shall also include all costs associated with proper disposal offsite, including hauling and tipping fees. No adjustments in measurement. and payment will be made for different pipe sizes or materials encountered in the field that may contradict what is shown or inferred in the Plans. 3.20 Fill and Abandon Pipe: Measurement and Payment for Fitting and Abandoning Pipe will be made on the basis of the actual cubic yards of flowable fill used to fill the pipes in accordance with the contract documents. Contractor shall reference MPWSS Section 02225 for all requirements of flowable fill to be used in performance of the Work. Payment shall include all labor, material, tools, equipment and incidentals necessary for completion of the work, including proper plugging of pipe ends. East Tamarack Street Reconstruction Measurement Et Payment Section 01200 KLJ Project 16417100 Page 7 of 12 3.21 Imported Backfill: Measurement and payment for Imported Backfill shall be measured and paid in accordance with MPWSS Section 02221 at the unit price already provided in the Bid Form. 3.22 Type 2 Pipe Bedding: Measurement and payment for Type 2 Pipe Bedding shall be measured and paid in accordance with MPWSS Section 02221 at the unit price already provided in the Bid Form. 3.23 Pipe Encasement: Measurement and payment for Pipe Encasements shall be on the basis of the actual cubic yards of flowable fill used to encase the pipes as detailed on the Plans. Contractor shalt reference MPWSS Section 02225 for all requirements of flowable fill to be used in performance of the Work. Payment shall include all labor, material, tools, equipment and incidentals necessary for completion of the work. 3.24 Insulation Board: This item shall be measured by the square foot of insulation board installed in accordance with the Contract Specifications. Payment shall be based on the square footage installed and shall include all materials and work identified in the special provisions. 3.25 By-Pass Pumping: This item shall be measured and paid on a lump sum basis as shown in the Bid Form. Payment shall include all labor, equipment, tools and materials and incidentals necessary for providing by-pass pumping in accordance with Section 00910 Special Provisions within the contract documents. Payment shall also include all temporary sump structures used and all fuel to complete by- pass pumping until the new sewer system is accepted and place in operation. 3.26 Asbestos Inspection: Measurement for Asbestos Inspection shall be on a lump sum basis as provided in the Bid Form for providing a Montana accredited asbestos inspection and inspection report. Payment for Asbestos Inspection shall be made at the lump sum price provided in the Bid Form. Payment shall include all labor, materials, tools, equipment and all incidentals to provide the inspection and report by a Montana accredited asbestos inspector as required in Section 00910 of the Project Manual. NOTE: Removal of existing AC pipe is NOT included in the measurement and payment for the Asbestos Inspection. If the accredited inspection report indicates the proposed activities to be an "asbestos project", as indicated in Section 00910, then the Cost of the Work of permitting and removal of ACM facilities will be paid with the Miscellaneous Work Allowance item in accordance with Part 12.01.C.2.b. of Section 00700 - Standard General Conditions of the Construction Contract 3.27 Remove Existing Sanitary Sewer Main: Measurement for Removal of Existing Sanitary Sewer Main shall be on the basis of the length in linear feet of pipe removed and properly disposed of as designated in the plans. Measurement shall be independent of pipe size and material, with the exception of AC pipe IF the East Tamarack Street Reconstruction Measurement Et Payment Section 01200 KLJ Project 16417100 Page 8 of 12 length of AC pipe removed exceeds the threshold of an "asbestos project" as defined in Section 00910 of the Project Manual. if removal of any AC pipe is required, but the length is below the specified threshold for an "asbestos project", then its removal will be measured and paid in accordance with this pay item. Payment for Removal of Existing Sanitary Sewer Main shall be made at the contract unit price per linear foot in the Bid Form, and shalt include all material, labor, toots, equipment and incidentals necessary to complete the Work. Payment shall also include all costs associated with proper disposal offsite, including hauling and tipping fees. No adjustments in measurement and payment will be made for different pipe sizes or materials encountered in the field that may contradict what is shown or inferred in the Plans. 3.28 Connect to Existing Sewer Manhole: Connections to Existing Sewer Manholes shall be measured on the basis of each connection made as indicated on the Plans. However, this does not include connections associated with Doghouse style manholes. Such connections for Doghouse style manholes shall be considered incidental to the Work necessary to install those structures. Payment for Connections to Existing Sewer Manholes shalt be on the basis of the unit price per each in the Bid Form. Payment shalt include furnishing and installing all materials required to complete the work as described in the plans and specifications. Payment under this item shall include all couplings, coring, making the connection, grouting, all excavation, shoring, sheeting, dewatering, backfitl and compaction; and all labor, equipment, toots and incidentals required to complete the item. 3.29 Abandon Sanitary Sewer Manhole in Place: Measurement for Abandon Sanitary Sewer Manhole in Place shalt be on the basis of each such structure abandoned in place as designated in the plans. Payment for Abandon Sanitary Sewer Manhole in Place shall be made at the contract unit price per each in the Bid Form. Payment shall include all labor, materials, tools, equipment and incidentals necessary to complete the Work as detailed in the plans. 3.30 Jack Et Bore Steel Casing: Measurement for Jack Et Bore installation of steel casing shall be on the basis of linear feet of jacked and bored steel casing pipe for each size casing. Payment for Jack Et Bore installation of steel casing shall be on the basis of the unit price per linear foot for each size casing as specified in the Bid Form. Payment shall include all materials, toots, labor, equipment and necessary extras to jack and bore the required size steel casing. Payment shall also include sealing both ends of the casing pipe around the carrier pipe. 3.31 Sanitary Sewer Main Installed Through Steel Casing: Measurement for Sanitary Sewer Main Installed Through Steel Casing shall be on the basis of the length of pipe in linear feet installed through the casing pipe. East Tamarack Street Reconstruction Measurement Et Payment Section 01200 KLJ Project 16417100 Page 9 of 12 Payment for Sanitary Sewer Main Installed Through Steel Casing shall be on the basis of the unit price per linear foot in the Bid Form. Payment shall include all materials, tools, labor, equipment and necessary extras to install the main through the casing. Payment shall also include all casing spacers, lubricants and other appurtenances necessary to install the pipe. 3.32 Sanitary Sewer Service Replacement: Measurement for Sanitary Sewer Service Replacement shalt be on the basis of the length in linear feet of sanitary sewer service pipe replaced as indicated on the Plans. Payment for Sanitary Sewer Service Replacement shall be made at the contract unit price per linear foot in the Bid Form, and shall include all labor, equipment, tools and materials necessary to complete the Work as indicated in the Plans. Payment shall include excavation, bedding, backfill, shoring, dewatering and all other work necessary or incidental to complete the Work. Payment shall also include the service tees or wyes, all service pipe and other fittings from the main up to the point of connection to existing service lines, and making the actual connection. 3.33 Cleanout: Measurement for Cleanouts shall be on the basis of the each installed as indicated on the Plans. Payment for Cleanouts shall be made at the contract unit price per each in the Bid Form, and shall include all labor, equipment, tools and materials necessary to complete the Work as indicated in the Plans and as detailed in the COBMODS. Payment shall include excavation, bedding, backfill, shoring, dewatering and all other work necessary or incidental to complete the Work. Payment shall also include all fittings, spool/riser pipes, monument boxes concrete slab collar, sleeves, and non-shrink backfill. The wye fitting used to branch off to the clean out shall be covered in the unit price bid per linear feet for Sanitary Sewer Service Replacements. 3.34 Dewaterinp: Measurement of Dewatering shall be on a lump sum basis as provided in the Bid Form. Payment for Dewatering shall be made at the lump sum price provided in the Bid Form and shall include all equipment, labor, tools, materials and all incidentals necessary to implement and maintain groundwater control measures to accomplish the Work for which its required. Payment shall include construction of all wells and sumps, gravel, piping, pumps, generators, fuel and all other incidentals necessary to maintain groundwater below the necessary excavation bottoms. Payment shalt also include all necessary permitting and fees as specified in Section 01560 of the Project Manual. 3.35 BM60 (4X2" SDR11 HDPE, Bundled with 20 Ga. Tracer Wire): Measurement of BM60 shall be on the basis of the length in linear feet of the bundled conduit installed. Measurement is not made on lengths of individual conduits. Payment for BM60 shall be made at the contract unit price per linear foot in the East Tamarack Street Reconstruction Measurement £t Payment Section 01200 KLJ Project 16417100 Page 10 of 12 Bid Form and shall include all labor, equipment, tools, materials and all incidentals necessary to complete the installation as shown on the Plans and specified in the Project Manual. Payment shall also include all tracer wire, pull tape, sealing of conduit, potholing and locating utility crossings and acceptance testing. 3.36 BHF (30X48X36) T: Measurement of BHF shall be on the basis of each unit installed as indicated on the Plans. Payment for BHF shall be made at the contract unit price per each in the Bid Form and shall include all labor, materials, tools and equipment necessary to complete the Work as detailed in the Plans and specified in the Project Manual. Payment shall also include pea gravel, cover bolts, ground rod and clamp and all other incidentals necessary to complete the Work. 3.37 Underground Utility Crossings: No separate measurement and payment,shall be made for utility crossings of any kind. Utility crossings are considered incidental to the Work and shall be a subsidiary obligation of the Contractor to perform as necessary to execute the Project. END OF SECTION East Tamarack Street Reconstruction Measurement Et Payment Section 01200 KLJ Project 16417100 Page 11 of 12 THIS PAGE INTENTIONALLY LEFT BLANK East Tamarack Street Reconstruction Measurement& Payment Section 01200 KLJ Project 16417100 Page 12 of 12 SECTION 01300 SUBMITTALS PART 1 - GENERAL 1.01 CONSTRUCTION SCHEDULES A. Submit to Engineer a progress schedule under Sections 2.05, 2.07, and 6.04 of the General Conditions. B. Submit to Engineer adjusted progress schedules under Section 6.04 of the General Conditions. C. Submit to Engineer, value schedules under Sections 2.05, 2.07 and 14.01 of the General Conditions. 1.02 SUBMITTAL PROCEDURES A. Submit shop drawings to Engineer under Sections 2.05 and 6.17 of the General Conditions. Submit all shop drawings for Contractor, subcontractor(s) and supplier(s). B. Review all shop drawings prior to submittal in accordance with Section 6.17 of the General Conditions. Submittals shall bear a stamp or specific written indication that Contractor has satisfied its responsibilities under the Contract Documents with respect to the review of the submittal. C. Submit in writing any substitutions to previously approved items for review by Engineer. D. Within 15 days after Notice to Proceed, submit a complete list of products proposed for use, providing manufacturer's name, trade name, and model or catalog numbers, and manufacturer data. Submittals may be either electronic in PDF form or paper. If by paper, submit the number of copies needed by Contractor, plus three copies for Engineer use. E. Where specified, submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Where specified, submit samples of finishes including colors, textures, and patterns. F. In accordance with the approved submittal schedule and at least ten (10) days prior to his need for approval, Contractor shall forward to Engineer all items to be incorporated into the Work. G. Transmit each submittal in accordance with Engineer's accepted format, by completing the transmittal form included at the end of this section, in its entirety. East Tamarack Street Reconstruction Submittals Section 01300 KLJ Project 16417100 Page 1 of 6 H. Sequentially number the transmittal form. Revise submittals with original number and a sequential alphabetic suffix. I. For each submittal review, allow 15 days excluding delivery time to and from Contractor. J. Provide space for Contractor, Engineer and Architect review stamps. K. When revised for resubmission, identify all changes made since previous submission. L. Submittals not requested will not be recognized or processed. 1.03 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES A. Contractor shalt submit shop drawings, equipment and materials data as required in Section 6.17 of the General Conditions concerning the specific item as soon as practical. Contractor may proceed, only at his own risk, with manufacture or installation of any equipment or work covered by said drawings, etc. until they are approved, and no claim, by Contractor, for extension of the contract time will be granted by reason of his failure in this respect. B. Submittal of incomplete or unchecked shop drawings will not be acceptable. Shop drawing submittals which do not clearly show Contractor's review stamp or specific written indication of Contractor review will be returned to Contractor for resubmission. C. Required submittals include but not limited to are: 1. Permits: Submit to Engineer at the preconstruction conference a copy of all permits required for the construction activities. 2. Subcontractors: Contractor shall supply a list of all suppliers and subcontractors in accordance with Instructions to Bidders. 3. Materials: Submit product data and/or testing results of all materials to be used for construction. 4. Product Data: Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this project. a. Shop drawings or equipment drawings, including dimensions, size and location of connections to other work, and weight of equipment. b. Catalog information and cuts. C. Complete manufacturer's specifications, including materials description and paint system. 5. Equipment List and Rental Rates: At the preconstruction conference, Contractor shall supply a list of all equipment owned or rented that will be used on this project. The equipment list shall include the make, East Tamarack Street Reconstruction Submittals Section 01300 KLJ Project 16417100 Page 2 of 6 model, year, horsepower and capacity of each piece of equipment. The list shall also include rental rates and operating rates for each piece of equipment determined per the requirements of these contract documents. 6. Manufacturer Installation Instructions: Submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, to Engineer in quantities referenced or specified herein. a. Installation or placing drawings for equipment, drives, and bases. b. Supporting calculations for equipment and associated supports specified to be designed by equipment manufacturers or suppliers. C. Wiring and control diagrams of systems and equipment. d. Requirements for routine maintenance required prior to startup. 7. Manufacturer Certificates: Submit certification by manufacturer to Engineer, in quantities specified for product data. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. 8. Construction Traffic Control Plan: Provide a construction traffic control plan subject to review and approval by Engineer. 9. Quality Control Plan: Provide a quality control plan in accordance with the following: a. Manufacturers' Certification of Proper Installation: Where manufacturer's certification is required in the Specifications, the manufacturer shall provide certification stating: i. The product or system has been inspected by a manufacturer's authorized representative whom has certified the product or system has been installed in accordance with the manufacturer's recommendations. ii. Applicable safety equipment has been properly installed; the proper electrical and mechanical connections have been made; and the product or system has been serviced with the proper lubricants. iii. Proper adjustments have been made and the product or system is ready for functional testing, startup, and operation. b. Certification of Compliance: Where specified, furnish certification of compliance for products specified to a recognized standard or code prior to the use of such products in the work. i. Products used on the basis of a certification of compliance may be sampled and tested at any time. Products not conforming to such requirements will be subject to rejection East Tamarack Street Reconstruction Submittals Section 01300 KLJ Project 16417100 Page 3 of 6 whether in-place or not. ii. Engineer reserves the right to refuse permission for use of products on the basis of a lack of a certification of compliance. C. Functional Test Certification: Where a certification of functional testing is specified for certain facilities or equipment, Contractor (as applicable to the facilities or equipment furnished) shall provide written documentation that: i. Necessary hydraulic structures, piping systems, valves, and similar facilities have been successfully tested. ii. Necessary equipment systems and subsystems have been checked for proper installation, started, and successfully tested to indicate they are operational. iii. Adjustments and calibrations have been made. iv. The facilities are ready for performance testing, or for startup and intended operation, as applicable. V. Each manufacturer having furnished equipment in a system has reviewed and provided acknowledgment of this certification for its respective equipment as part of the functional test for the overall system. d. Performance Test Reports: Prepare and submit performance test reports where specified for equipment and systems. 10. Quality Control Testing Results. Provide copies of quality control testing results within 48 hours after completion. 11. Operation and Maintenance Instructions: Manufacturer's printed instructions shalt include operating instructions, maintenance literature, lubrication requirements, and parts lists. 12. Mix Designs: Submit manufacturers' product mix design to ENGINEER for review and approval. Mix designs shall include either a mix report by a certified testing laboratory or the specified number of laboratory test results. 1.04 ENGINEER'S REVIEW A. Engineer shall return submittals to Contractor within 14 days of receiving submittal. B. Engineer will review each submittal a maximum of two (2) times. Engineer's time allocated to each subsequent review will be deducted from Contractor's payments as Liquidated Damages/Unscheduled Employment of Engineer as described in the Special Provisions. C. Engineer's time allocated to reviewing "or equal" items submitted following a previously approved submittal will be deducted from Contractor's subsequent East Tamarack Street Reconstruction Submittals Section 01300 KLJ Project 16417100 Page 4 of 6 progress payment as Liquidated Damages / Unscheduled Employment of Engineer as described in the Special Provisions. 1.05 SUBSURFACE INFORMATION AND UTILITIES A. Records or logs of borings or test holes made by CONTRACTOR, if any. B. Results of exploratory excavations made to verify locations and nature, shape, dimensions, etc., of existing utilities and facilities; where possible, indicate this information on a clean copy of the Contract Drawings. C. Field Relocation: Clearly show proposed relocations of new or existing facilities, or related work affected by the relocation, on clean copy of the Contract Drawings and submitted prior to performing the relocation. D. Easements: Copy of easements and other agreements obtained from utilities and property OWNERs as required to carry out the work. E. Connecting Work: Proposed methods of connecting new work to existing facilities, where not detailed or specified in the construction documents. F. Cutting and Patching: Written notice requesting consent to perform cutting which may affect structural safety or normal functioning of existing facilities. G. Recommendations indicating changed conditions, alternative materials or methods, time when uncovered work may be observed, and other information necessary to evaluate substitutions when work conditions necessitate change of materials or methods. PART 2 - PRODUCT \\Not Used PART 3 - EXECUTION \\Not Used END OF SECTION East Tamarack Street Reconstruction Submittals Section 01300 KLJ Project 16417100 Page 5 of 6 THIS PAGE INTENTIONALLY LEFT BLANK. East Tamarack Street Reconstruction Submittals Section 01300 KLJ Project16417100 Page 6 of 6 CD v C o F ® 01) LL .> M Q U ® z � � O a i N O® � v Nc' % _ on n Z a_ _O � � � Z o ® 3 O o�j Z Z Z ® v o roa ca co 0 �; 4 o (yn lI°1 4L•+ �' Z O Ln ne C tvJ Ur p O LU Z O LL. uj 'j a CL cu a o 0 Ln U O L J Ln V W ++ fC _ Z ® d O C ® o N U w art a E LULU LO Ln W 4. D L M W 3 o E N u L H co 0 Z Q 0 a (, LL- L- O a LLIu O D N u (a u y CJ ® O U Z I— o 0 E LL JO LLI 4 Q) n g +� LU U V) 1- vLU v LU ® ` Z V z � N v I— �N L O O C7 N—I L" n J Z Q m O N LLI c F- o a u �z 0 M E LL a o ,z 0 � o O E I� NLo I� Z Z L Ln � _O ai OV o ro O N u N LLJC a ' O p +�+ V CL O � i C C Ln M N � OL ® LaJ 10 7�5 uo V + D C v~i V7 Z c Ln E z Q ' v o N 0 Q r� 00 N = L n4(!3 vi v fZ-• Z 00LLI v N C Z N �a o O F s rt � � � a cn vy wu Y Y z a J m J J Q z O F- z w F- z w C7 a a DATE: RFI NO. RH - RIE-QUEST FOR INFORM AA AMA TO: KLJ Author RFI: AUTHOR COMPANY: ATTN: SHANE STRONG, PE 1982 Stadium Drive, Suite. 3 Author Title: Bozeman, MT 59715 KLJ PROJECT NUMBER: 16417100 KLJ PROJECT LOCATION: IMPORTANCE: KLJ PROJECT DESCRIPTION: BOZEMAN, MT ANSWER COMPANY: EAST TAMARACK STREET RECONSTRUCTION ANSWERED BY: SUBJECT: DISCIPLINE: CATEGORY: CONTRACTOR DOCUMENT REFERENCE: (If Applicable) QUESTION: REQUESTED BY: SUGGESTION: (If applicable) RESPONSE: RESPONSE DATE: CC: RFI Log& File File: NOTE: INCLUDE DRAWINGS, PHOTOS, PRODUCT DATA, SHOP DRAWINGS, AND OTHER INFORMATION NECESSARY TO FULLY DESCRIBE ITEMS NEEDING INTERPRETATION. SUPPLEMENTARY DRAWINGS PROVIDED BY THE CONTRACTOR SHALL INCLUDE DIMENSIONS, THICKNESSES, STRUCTURAL GRID REFERENCES, AND DETAILS OF AFFECTED MATERIALS ASSEMBLIES AND ATTACHMENTS East Tamarack Street Reconstruction RFI Form Section 01300B KLJ Project 16417100 Page 1 of 1 PAGE INTENTIONALLY BLANK SECTION 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE PART 1 - GENERAL 1.01 DESCRIPTION A. This section describes the Contractor quality control testing requirements and Owner's quality assurance program. 1.02 REFERENCES A. The following ASTM publication is a part of this specification: ASTM E 329 Evaluation of Testing and Inspection Agencies as Used in Construction B. City of Bozeman Design Standards and Specifications Policy C. MPWSS D. COBMODS PART 2 - PRODUCT \\Not Used PART 3 - EXECUTION 3.01 GENERAL A. Be responsible for quality control tests and inspections to control contractor production and construction processes. Include in the Contractor quality control system an internal organization, plans, and procedures to produce the specified end product. Assure the system covers all construction operations, both on-site and off-site, and is keyed to the construction sequence. Quality control testing frequency is at Contractor discretion, except where tests are specifically required in the technical specifications for individual products. B. Contractor shall select a qualified testing agency to perform quality assurance testing. (ASTM E329 is referenced as a guide to the selection of a qualified testing agency.) The Contractor will pay for third party quality assurance testing. Quality assurance testing frequency is as specified in 3.1.E, Table 1. C. Quality assurance testing for individual products (i.e. pipes, manholes, etc.) shall be performed as required in the technical specifications. Contractor shall refer to MPWSS and COBMODS which are included in this Project Manual by reference. D. The Engineer or Engineer's Representative shall witness all required Quality Assurance testing. Contractor shall give Engineer 48-hour notice of readiness of the work for testing. No Quality Assurance testing will be accepted without Engineer having witness such tests. East Tamarack Street Reconstruction Quality Assurance Section 01400 KLJ Project 16417100 Page 1 of 4 E. Table 1, shown below, outlines the minimum frequency of quality assurance testing which may be performed by Contractor's designated independent testing firm or Engineer for acceptance. Table 1 - Materials Testing Requirements EARTHWORKS Test Test Method Minimum Required Specification/Material Fre uenc Trench Backfill Moisture-Density Lab testing 1 Submittal/soil type per MPWSS 02221 encountered 1 Submittal/borrow source Trench Compaction In-Place Density (MPWSS 1 test/100LF*/2 ft. of 02221/1.4) vertical depth beginning 1 ft. 95% Minimum above crown of pipe *1 test/day minimum Trench Compaction In-Place Density (MPWSS 1 test/2 ft. of vertical depth (laterals, structures, 02221/1.4) beginning 1 ft. above crown valves, hydrants and 95% Minimum of pipe within 2 ft. from edge manholes) of structure, valve, hydrant, or manhole Pipe Bedding Type I Bedding gradation Et 1 Submittal Plasticity Index / Type II Bedding Gradation (MPWSS 02221) Subgrade and Moisture-Density Lab testing per 1 Submittal per soil type Embankment MPWSS 02230 encountered/ 1 Submittal per borrow source Compaction of In-Place Density (MPWSS 1 test/lift/100 LF and top 6- subgrade under 02230/1.3) inches curbs, gutters, and 95% Minimum sidewalks Compaction of In-Place Density (MPWSS 1 test/lift/50 LF and top 6- subgrade and 02230/1.3) inches, alternating lanes embankment for 95% Minimum roadways East Tamarack Street Reconstruction Quality Assurance Section 01400 KLJ Project 16417100 Page 2 of 4 EARTHWORKS Test Test Method Minimum Required Specification/Material Fre uenc Sub Base Course Gradation - Moisture Density - 1 Submittal Fractured Faces (Crushed) - LA Abrasion, LL, PL, and PI Lab testing per MPWSS 02234) Compaction of Sub Base In-Place Density (MPWSS 1 test/lift/100 LF under curbs and gutters 02234/1.3) 95% Minimum Compaction of Sub Base In-Place Density (MPWSS 1 test/lift/50 LF Course for roadways 02234/1.3) 95%Minimum Crushed Base Course Gradation - Moisture Density - 1 Submittal Fractured Faces (Crushed) - LA Abrasion, LL, PL, and PI Lab testing per MPWSS 02235 Compaction of In-Place Density (MPWSS 1 test/lift/100 LF crushed base course 02235/1.3) under curbs, gutters, 95% Minimum and sidewalks Compaction of In-Place Density (MPWSS 1 test/lift/50 LF crushed base course 02235/1.3) for roadways 95%Minimum ASPHALT CONCRETE PAVEMENT Test Test Method Minimum Required Specification/Material Frequency Asphalt Concrete Mix design 1 Submittal Pavement (Base Gradation 1 test/first day or 1/2000 TN Course and Surface Asphalt Oil Content 1 test/first day or 1/2000 TN Course) Marshall Test 1 test/day or 1/2000 TN Rice Specific Gravity 1 test/day or 1/2000 TN (MPWSS 02510) Compaction of In-Place Density/Thickness 4 cores/1000 TN Asphalt Concrete (MPWSS 02510) Min. 3 cores/project with Pavement <1000 TN East Tamarack Street Reconstruction Quality Assurance Section 01400 KLJ Project 16417100 Page 3 of 4 PORTLAND CEMENT CONCRETE PAVEMENT Test Test Method Minimum Required Specification/Material Frequency Portland cement Mix design 1 Submittal Concrete Portland Cement Air, Slump, and 7-Day and 28- 1 Test/Day or Concrete Day compressive strength Every 50 CY Pavement (MPWSS 02515) Portland Cement Air, Slump, and 7-Day and 28- 1 Test/Day or Concrete Day compressive strength Every 50 CY Flatwork and Curb Et (MPWSS 02515) Gutter 3.02 CONTRACTOR COOPERATION WITH QUALITY ASSURANCE AGENCY A. Assure Owner's personnel and quality assurance agency have access to all work areas at all times work is in progress. Provide any special facilities or equipment to access work areas at Contractor expense. B. Notify Engineer of the work ready for quality assurance testing. Establish and update as the construction schedule to provide Engineer estimated sampling/testing dates and times. C. Owner and Engineer reserve the right to provide additional testing upon their own discretion. If needed, Contractor shall cooperate and assist Owner and/or Engineer in collection of additional samples. At a minimum this may include excavation of test pits for compaction test verifications for each lift of trench backfill, embankment material or aggregate base material. Contractor shall provide a minimum of 24 hours' notice to Owner and Engineer, prior to covering work to allow time for quality verification. PART 4 - MEASUREMENT AND PAYMENT 4.01 PAYMENT FOR TESTING A. The Contractor shall make payment for all testing as outlined above. Mix designs for Portland Cement Concrete and Flowable Fill, mix designs for Asphalt Concrete, and all initial aggregate quality tests are quality control tests and are at Contractor expense. Testing costs are incidental to the work and to be included in the unit price bid for the respective item. Engineer shall have received written testing results from Contractor's testing agency prior issuance of payment. END OF SECTION East Tamarack Street Reconstruction Quality Assurance Section 01400 KLJ Project 16417100 Page 4 of 4 SECTION 01560 ENVIRONMENTAL QUALITY CONTROL PART 1 - GENERAL 1.01 DESCRIPTION A. The work shall consist of installing measures or performing work to control and protect the environmental quality of the project site and to minimize the pollution of the water and air during the construction operations in accordance with these specifications. 1.02 GENERAL PROVISIONS A. Contractor in executing the work shall maintain affected areas within and outside project boundaries free from environmental pollution that would be in violation of Federal, State, or local regulations. B. Do not impair operation of existing systems. Prevent construction material, pavement, concrete, earth, volatile and corrosive wastes, and other debris from entering sewers, pump stations, or other structures. Maintain original site drainage whenever possible. 1.03 WATER POLLUTION CONTROL A. General Conditions: 1. Contractor's construction activities shall be performed by methods that will prevent the entrance, or accidental spillage, of solid matter, contaminants, debris, and other objectionable pollutants and wastes into streams, flowing or dry watercourses, lakes, and underground water sources. Such pollutants and wastes shall include, but are not restricted to, refuse, garbage, cement concrete, sanitary waste, industrial waste, radioactive substances, oil and other petroleum products, aggregate processing tailings, mineral salts, and thermal pollution. 2. No herbicide shall be applied within 25 feet of water bodies unless specifically labeled for use in or next to water. Mechanical or biological control methods also can be used. Herbicide shall be applied in compliance with Federal, State, and local regulations. Use of coil carriers with herbicides shall be avoided. 3. Servicing and refueling of construction equipment shall be restricted to areas more than 250 feet away from a water body. B. Compliance with Applicable Laws and Regulations 1. Contractor shall comply with all applicable Federal, State, and local laws, orders, and regulations concerning the control and abatement of water pollution. East Tamarack Street Reconstruction Environmental Quality Control Section 01560 KLJ Project 16417100 Page 1 of 10 C. Other Provisions: 1. All construction debris shall be disposed of on land in such a manner that it cannot enter a waterway or wetland. 2. Equipment for handling and conveying materials during construction shall be operated to prevent dumping or spitting the materials into the water except as approved herein. 3. During construction and subsequent operation of this facility, no petroleum products, chemicals, or other deleterious materials shall be allowed to enter or be disposed of in such a manner so that they could enter the water and precautions shall be taken to prevent entry of these materials into the water. 4. All work in waterways shall be performed in such a manner so as to minimize increases in suspended solids and turbidity which may degrade water quality and damage aquatic life outside the immediate area of operation. 5. Only clean riprap materials shall be utilized in order to avoid the percolation of fines which would result in excessive local turbidity and the riprap shall be placed in such a manner so as to provide a reasonably solid mass with no appreciable variation in thickness or slope. 6. Close coordination shall be maintained by Contractor with downstream water users, advising them of any water quality changes to be caused by the construction. 7. Concrete trucks shall be washed at a site and in such a manner that wash water cannot enter the waterway. D. Dewatering Procedures: 1. Contractor shall construct, maintain, and operate cofferdams, channels, flume drains, sumps, pumps, or other temporary diversion and protection works. Furnish materials required, install, maintain, and operate necessary pumping and other equipment for the environmentally safe removal and disposal of water from the various parts of the work. Maintain the work free from water. 2. Where an excavation extends below the water table, dewater in a manner that will prevent loss of fines from the foundation. Maintain stability of slopes and bottom of the excavations, and perform construction operations in the dry. Use screened wells or equivalent methods for dewatering. Control seepage along the bottom of excavations, which may require ditches and pipe drains leading to sumps from which water shall be pumped and properly discharged. East Tamarack Street Reconstruction Environmental Quality Control Section 01560 KLJ Project 16417100 Page 2 of 10 3. Contractor is also advised that a dewatering permit is required from the Montana Department of Environmental Quality (MDEQ) for construction dewatering operations. Contractor is responsible for obtaining such a permit and complying with all applicable conditions of the permit. The permit can be obtained by submitting the proper application to the MDEQ, Water Quality Division. Copies of the completed application, Contractor's dewatering plan, and the issued permit shall be submitted to Engineer before dewatering operations are started in accordance with Section 01300 - Submittals. 1.04 STORMWATER DISCHARGE PERMIT A. Federal law requires an appropriate storm water discharge permit be obtained prior to the start of construction of this project. Contractor shall meet all requirements for storm water discharges from construction activities as administered by the Montana Department of Environmental Quality (MDEQ) and the U.S. Environmental Protection Agency (USEPA). Contractor shall submit for storm water discharge permit coverage under the General Permit for Storm Water Discharges Associated with Construction Activity prior to the start of construction. The Notice of Intent (NOI) application and Storm Water Pollution Prevention Plan (SWPPP) form may be obtained from the MDEQs website: www.deq.state.mt.us/wginfo/MPDES/StormwaterConstruction.asp The NOI and SWPPP shall be submitted to: Department of Environmental Quality Water Protection Bureau PO Box 200901 Helena, MT 59620-0901 (406) 444-3080 Submit copies of the NOI, SWPPP, and MDEQ acknowledgement letter to Engineer prior to the start of construction. Contractor will be responsible for implementing and maintaining the best management practices for the permit and payment for this work will be considered incidental to the work. In addition, Contractor shall be responsible for all damages, monetary or other, resulting from any violation stemming from Contractor's activities and Contractor shall hold Owner and Engineer harmless for any violation of this permit as a result of Contractor's activities. Contractor shall also notify the MDEQ when the construction is complete using the Notice of Termination (NOT) form also provided on the MDEQs website so that the permit can be terminated. Contractor shall be responsible for all application and annual fees of this permit, as well as all costs associated with monitoring as required by this permit. The annual fee is applicable until the site has been stabilized and the MDEQ has been notified and Notice of Termination has been submitted. East Tamarack Street Reconstruction Environmental Quality control Section 01560 KLJ Project 16417100 Page 3 of 10 i Questions concerning the storm water discharge permit requirements may be addressed to the MDEQ at the telephone number listed above. Written instructions and general permit information are also available on MDEQs website. B. Erosion and Sediment Control Plan: The SWPPP shall address erosion and sediment control work and measures. Such best management practices (BMP's) shall include but not be limited to the following: 1. Control of Earthwork Activities a. The excavation and moving of soil materials shall be scheduled so that the smallest possible areas will be protected from erosion for the shortest time practical. b. Excavated materials or other construction materials shall not be stockpiled or deposited near or on stream banks, lake shorelines, or other watercourse perimeters where they can be washed away by high water or storm runoff or can in any way encroach upon the actual watercourse itself. C. All areas along the bank disturbed or newly created by the construction activity, shall be seeded with vegetation both in kind and in quantity (this will include both herbaceous and woody species) that are indigenous to the area for protection against subsequent erosion and to minimize adverse impacts to fish and wildlife resources. This may require maintenance such as reseeding, watering, implementation of grazing restrictions, fencing, etc., to ensure the survival of the replacement vegetation. d. All surplus dredged or excavated materials shall be placed on an upland site above the ordinary high water line in a confined area, not classified as a wetland, to prevent the return of such materials to the waterway. e. All earthwork operations shall be carried out in such a manner that sediment runoff and soil erosion are controlled. f. Protect inlets, culverts, ditches, and drainage swales as required to control erosion until vegetation is restored. 2. Seeding: Seeding to protect disturbed areas shall be used as specified in the Contract Documents. 3. Mulching: Mulching shall be used to provide temporary protection to soil surfaces from erosion. 4. Vegetation Conservation: Except where clearing is required for any permanent works, approved construction roads, or excavation operations, all trees, native shrubbery, and vegetation shall be preserved and shall be protected from damage by the construction operations and equipment. Contractor shall move equipment on access routes within the right-of-way in a manner which will prevent damage to crops, range land, or property. Undisturbed buffer strips of natural vegetation shall be left East Tamarack Street Reconstruction Environmental Quality Control Section 01560 KLJ Project 16417100 Page 4 of 10 on banks and bottoms of waterways and at road crossings until start of construction. 5. Diversions: a. Diversions shall be used to divert water away from work areas and/or to collect runoff from work areas for water quality treatment and safe release. b. Diversions or channel changes required by Contractor to complete the work shall be completed in a manner to minimize erosion and to leave the stream course essentially unchanged. C. Contractor shall remove all diversions, culverts, bridges and other temporary work following completion of the work and shall restore the area disturbed to essentially the same configuration as it was prior to construction or to the final lines and grades as shown on the Contract Documents. 6. Stream Crossings: Contractor shall not be permitted to ford live streams. Adequate culverts, bridges, or other works shall be installed by Contractor so that all equipment and vehicles can operate and work can be completed without fording or working in the live stream channel. 7. Sediment Basins: Sediment basins shall be used to settle and filter out sediment from eroding areas, and to protect properties and streams below the construction areas. 8. Sediment Barriers: Temporary and permanent slope breakers and sediment barriers (e.g. soil berms or staked bales of hay) shall be installed to reduce water erosion on slopes greater than five percent as at stream crossings. 1.05 CHEMICAL POLLUTION A. Contractor shalt dispose of chemical pollutants produced as a by-product of the project Work such as drained lubricating or transmission oils, greases, soaps, asphalt, etc. in an appropriate manner off-site. This requirement shall include any and all materials used for clean-up of such materials. B. Sanitary facilities such as chemical toilets or septic tanks shall not be placed adjacent to live streams, wells, or springs. They shall be located at a distance of 200 feet or as required to prevent contamination of any well or water course. C. The term pesticide as used in these Specifications shalt include all herbicides, insecticides, fungicides, and rodenticides. Should Contractor find it necessary to use pesticides in the areas of Work under this contract, a plan for such use shall be submitted to Engineer for written approval. Contractor shall not proceed prior to approval by Engineer. D. Pesticides used shall only be those registered with the Environmental Protection Agency in compliance with the Federal Environmental Pesticide Control Act of 1972 and other Federal pesticide acts. East Tamarack Street Reconstruction Environmental Quality Control Section 01560 KLJ Project 16417100 Page 5 of 10 1.06 AIR POLLUTION A. Contractor shalt comply with applicable Federal, State, and local regulations concerning the prevention and control of air pollution and the burning of brush, slash or other materials. In no case shall unapproved materials, such as tires, plastics, rubber products, asphalt products, or other materials that create heavy black smoke or nuisance odors, be burned. Trash burning will not be permitted and smoke of any kind shalt be minimized. B. Fire prevention measures shall be taken to prevent the start or the spreading of fires resulting from the project Work. C. In the conduct of construction activities and operation of equipment, Contractor shall utilize such practicable methods and devices as are reasonably available to control, prevent, and otherwise minimize atmospheric emissions or discharges of air contaminates. D. Equipment and vehicles that show excessive emissions of exhaust gases shall not be operated until corrective repairs or adjustments are made. 1.07 DUST ABATEMENT A. All public access, haul roads, or detour routes used during construction of the project shall be sprinkled with water as required to fully suppress dust. Contractor shall prevent dust which has originated from the work operation from damaging crops, cultivated fields, rangeland, trees, and dwellings, or causing a nuisance. Contractor shall be held liable for any damage resulting from dust originating from work operations under these Contract Documents. B. Contractor shall sweep paved areas as deemed necessary by Engineer to control soil dust, specifically on any detour routes. 1.08 NOISE POLLUTION A. Contractor shall comply with applicable Federal, State, and local laws, orders, and regulations concerning the prevention, control, and abatement of excessive noise. B. The use of jackhammers, pile driving, or other operations producing high-intensity impact noise may not be performed at night unless Contractor receives prior approval of Owner and nearby property owners. 1.09 PRESERVATION OF HISTORICAL AND ARCHAELOGICAL DATA A. Federal legislation provides for the protection, preservation, and collection of scientific, prehistorical, historical, paleontological, and archeological data (including relics and specimens) which might otherwise be lost due to alteration of the terrain as a result of any Federal construction project. B. Contractor agrees that, should Contractor or any of Contractor's employees in the performance of this contract discover evidence of possible scientific, prehistorical, historical, paleontological, or archeological data, he will cease Work East Tamarack Street Reconstruction Environmental Quality Control Section 01560 KLJ Project 16417100 Page 6 of 10 and notify Owner and Engineer immediately giving the location and nature of the finding. Contractor shall exercise care so as not to damage artifacts or fossils uncovered during excavation operations and shall provide the cooperation and assistance necessary to preserve the findings for removal. C. Where appropriate by reason of a discovery, Owner may order delays in the time of performance, or changes in the Work, or both. If such delays, or changes, or both, are ordered, Contractor may be allowed an adjustment of the Contract Time(s), pursuant to Article 12 of the General Conditions. If Engineer concludes that the Contract Documents require changes due to archaeological features, Owner shall, pursuant to Article 10 of the General Conditions, order any changes in the Work and corresponding adjustments in the contract price required solely because of the archaeological features encountered. D. Contractor agrees to insert this paragraph in all subcontracts which involve the performance of Work on the project site. 1.10 WASTE MATERIAL DISPOSAL A. Contractor shall, at all times, keep the construction area, including storage areas used by Contractor, free from accumulations of waste materials and rubbish. Maintain areas covered by the Contract and affected public properties free from accumulations of waste; debris, and rubbish caused by construction operations. Remove excavated materials from the site, or stockpile where shown or directed by Engineer. B. Excess excavated material not required or suitable for backfill, and other waste material including but not restricted to refuse garbage, sanitary wastes, industrial wastes, oil and other petroleum products shall be disposed of by Contractor. Waste material must be disposed of in licensed landfills or at other sites for which local, county, or State approval is obtained. C. Contractor may make arrangements for disposal subject to submission of proof that the owner(s) of the proposed site(s) has a valid fill permit issued by the appropriate governmental agency. D. It shall be the responsibility of Contractor to make any necessary arrangements pertinent to the locations and regulations of waste material disposal. Any fees or charges required to be paid for disposal of materials shall be included in Contractor's bid. E. Cleaning and disposal shall comply with local ordinances and pollution control laws. Do not burn or bury rubbish or waste materials on the project site. Do not dispose of volatile wastes such as mineral spirits, oil, chemicals, or paint thinner on-site or in storm or sanitary drains. Disposal of wastes into streams or waterways is prohibited. Provide acceptable containers for collection and disposal of waste materials, debris, and rubbish. F. Disposal of construction debris shall meet the requirements of the Montana Solid Waste Management Act (MCA-75-10-201 et seq.). The regulations pursuant to the Act are in ARM 16.14.501 et seq. and are referred to as the Montana Refuse East Tamarack Street Reconstruction Environmental Quality Control Section 01560 KLJ Project 16417100 Page 7 of 10 Disposal Regulations. The statute and regulations are administered and enforced by the MDEQ. 1.11 OSHA REGULATIONS A. General: Contractor will be required to comply with current Occupational Safety and Health Administration Construction Standards for Excavations. B. Any conflicting information between the OSHA document and these Contract Documents shall be revised so that the OSHA document requirements supersede and take precedence over all other conflicting information. Contractor shall be required to obtain copies of the OSHA document and to complete a review of the same to avoid misinterpretation of their regulations. C. Hazardous Atmospheres: Contractor shall prevent employee exposure to potentially harmful levels of atmospheric contaminants and assure acceptable atmospheric conditions by complying with the requirements of 29 CFR, Part 1926, Subpart P. Monitoring equipment shall be supplied as a requirement of this project. 1.12 CONTAMINATED MATERIALS A. General: if contaminants are encountered, Contractor shalt provide notice to Owner, Engineer, and the Montana Department of Environmental Quality (MDEQ). B. Procedures at Petroleum and Solvent Contaminated Soils/Groundwater Sites: Any contaminated soil material shall be disposed of property. Measures shall be taken to address the following requirements: 1. Contractor shall comply with all applicable OSHA regulations to protect the health and safety of their employees from known or suspected hazards in the Work environment. For a Contractor working near any discovered contaminated areas during the process of Work, Contractor shall be required to demonstrate employee training similar to the requirements of 29 CRF 1910.120(e)(3) for "routine and non-routine site employees" on a hazardous waste site. Contractor shall be required to properly secure the site to protect and prevent exposure of the general public to the contaminated materials. 2. The pipe zone and bedding zone shall be sealed at each end of the determined petroleum or solvent contaminated material zone with impervious soil/bentonite trench plugs to prevent migration of the contaminant from the area. 3. The pipe materials shall be stored, handled, and installed to prevent contact with any contaminants, and where directed by Engineer, prevent migration of the contaminants from the area. Owner/Engineer may revise the pipe, gaskets, and other materials as necessary to protect Work from the contaminants. Contractor shall be compensated for the increased material and labor costs associated with these pipe modifications. East Tamarack Street Reconstruction Environmental Quality Control Section 01560 KLJ Project 16417100 Page 8 of 10 4. The temporary site storage of the petroleum or solvent contaminated material shall require securing the material from access by all unauthorized parties. The material shall be covered and provisions taken to prevent migration of the contaminants from the source material by rainstorms or other events. The material shall be placed either on an impervious liner material, or on the asphalt street surface. The material shall not be mixed with non-contaminated materials. All work related to providing trained personnel, providing for worker protection, and to the handling of contaminated soils as per these specifications shall be done as incidental Work and no separate payment shall be made. C. Procedures at Other Contaminated Soil Sites: When contaminants other than petroleum or solvent products are encountered during the project (such as hazardous substances or wastes), the situation will be addressed by Owner at the time of discovery. D. Dewatering Activities: For areas where it is determined that Work will be in contaminated groundwater (containing hazardous materials), the dewatering procedure and progress of Work shall be addressed by Owner at the time of discovery. Special handling of contaminated groundwater may require special provisions to protect Contractor's workers, the general public, and the environment. For those activities required to address contaminated groundwater not already covered by a pay item in Section 00300, compensation for Contractor's efforts will be handled as a Change Order. 1.13 NOXIOUS WEEDS A. During construction, Contractor shall take steps to prevent the spread of noxious weeds. Contractor shall arrive at the construction site with clear, weed-free equipment. B. Contractor shall comply with Montana statutes governing movement of noxious weeds. C. Noxious weeds shall be controlled within the project area rights-of-way during construction. 1.14 THREATENED, ENDANGERED, AND SENSITIVE SPECIES AND HABITATS A. Contractor agrees that, should Contractor or any of Contractor's employees in the performance of this contract, discover evidence of possible threatened, endangered, candidate, and sensitive species and habitats, Contractor will cease work and notify Owner and Engineer immediately, giving the location and nature of the finding. Owner may issue stop work orders if construction encounters threatened, endangered, candidate, or sensitive species and habitats. East Tamarack Street Reconstruction Environmental Quality Control Section 01560 KLJ Project 16417100 Page 9 of 10 Construction will continue only after consultation with the Montana Department of Fish, Wildlife and Parks. PART 2 - PRODUCTS \\Not Used PART 3 - PRODUCTS \\Not Used END OF SECTION East Tamarack Street Reconstruction Environmental Quality Control Section 01560 KLJ Project 16417100 Page 10 of 10 SECTION 01590 EROSION CONTROL PART 1 - GENERAL 1.01 DESCRIPTION A. Work performed under this section shall include determining the need for and obtaining coverage under a General Permit for Storm Water Discharges Associated with Construction Activity, installing and maintaining any and all erosion control measures, and complying with all terms of the permit. B. This section in no way supersedes or replaces the requirements of the General Permit. Contractor should refer to current permit language for specific guidance. 1.02 SUBMITTALS A. When required by federal, state or local regulations, submit a Notice of Intent (N01), Storm water Pollution Prevention (SWPP) plan, Notice of Termination (NOT) and any supporting documentation and fees to the appropriate regulatory agency per the terms of the permit. B. Submit a copy of any submittals to the regulatory agency to Engineer. Include the completed N01, SWPP plan, NOT and any pertinent correspondence from the agency. PART 2 - PRODUCT 2.01 GENERAL A. Furnish temporary and permanent erosion control measures meeting the requirements of the SWPP plan and permit terms. B. The items listed in this section are for reference only and should not be construed as a complete list of erosion control measures. Contractor is responsible for determining the appropriate erosion control measures and installing them per the SWPP plan and the manufacturer's recommendations. 2.02 TEMPORARY EROSION CONTROL MEASURES A. Silt Fence 1. Supply silt fence in the locations specified in the SWPP plan or construction drawings. a. Wood Posts East Tamarack Street Reconstruction Erosion Control Section 01590 KLJ Project 16417100 Page 1 of 8 i. Wood posts shall be of sufficient length to be driven into the ground a minimum of 18" and fully support the fencing materials. ii. Post shall be 2" minimum for round posts and 1 1/2" by 1 1/2" for rectangular posts. iii. Wood posts exposed to the weather for more than 12 months shall be Penta or Green Treated. b. Steel Posts i. Steel shall weigh a minimum of 1.3 pounds per foot and shall be of sufficient length to be driven into the ground and minimum of 18" and fully support the fencing materials. ii. Steel posts shall have a metal plate welded near the bottom such that when the post is driven to the proper depth, the plate will be below the ground level for added stability. iii. Steel posts shall have projections to aid in fastening the wire or fabric. C. Wire Backing (where applicable) i. When backing for a filter fabric silt fence is required, a steel wire fence fabric shall be used. A woven wire fence shall conform to ASTM A116, Class 1 zinc coating for wire. ii. The woven wire support fence shall be at least 32 inches high and a maximum opening size of 6 inches by 6 inches. The wire shall be a minimum of 14 gage grade 60. d. Filter Fabric i. Silt fence fabric shall conform to AASHTOM288 silt fence Specification. ii. Filter fabric shalt be composed of fibers consisting of tong chain synthetic polymers composed of at least 95 percent by weight of polyolefins, polyesters or polyomides. The fibers shall be formed into a network such that the filaments or yarns retain dimensional stability relative to each other. iii. The filter fabric shall be free of any treatment or coating which might adversely alter its physical properties after installation. iv. The fabric shall be free of defects or flaws that significantly affect its physical and/or filtering properties. V. The fabric shall have a minimum width of 36 inches. vi. The filter fabric shalt be furnished with suitable wrapping for protection against moisture and extended ultraviolet exposure prior to placement. East Tamarack Street Reconstruction Erosion Control Section 01590 KLJ Project 16417100 Page 2 of 8 B. Straw Wattles 1. Supply straw wattles of the size and at the locations specified in the SWPP plan or construction drawings. a. Wattles shall consist of hay or straw, free of noxious weeds, or wood excelsior that ,has been compressed and stuffed into degradable netting. b. Wood Stakes i. Wood posts shall be of sufficient length to be driven into the ground a minimum of 12" and fully support the wattle materials. ii. Post shalt be 2" minimum for round posts and 1 1/2" by 1 '/2" for rectangular posts. iii. Wood posts exposed to the weather for more than 12 months shalt be Penta or Green Treated. C. Steel Stakes i. Steel shall weigh a minimum of 1.3 pounds per foot and shall be of sufficient length to be driven into the ground and minimum of 12" and fully secure the wattle. C. Earthen Berms 1. Construct earthen berms of the size and at the locations specified in the SWPP. D. Inlet Protection 1. Supply inlet protection at all inlet structures in the form of rock wattles or other manufactured products. a. Straw wattles are not acceptable inlet protection on paved surfaces. b. Rock Wattles i. Rock Wattles shall be a minimum of 8" diameter with uniform aggregate sizes of 1 '/2" diameter or greater. ii. Wrapping shalt be robust enough to prevent breakage for the duration of the project. iii. Sandbags and recycled concrete will not be acceptable. 2. Manufactured products shall be installed and maintained per the manufacturer's recommendations. E. Construction Entrance/Exits East Tamarack Street Reconstruction Erosion Control Section 01590 KLJ Project 16417100 Page 3 of 8 1. Temporary gravel or cattle guard entrance/exits shall be constructed at all exit locations where vehicles and equipment will enter, cross, or use paved roads as access for hauling or leaving the project site. a. Aggregate Stabilized Entrance/Exit i. Filter fabric shall prevent the passage of particles passing US Standard Sieve No. 30 or larger. ii. Aggregate shall be between 1" and 3" in diameter with a minimum of 75% fractured faces. iii. The gravel entrance/exits will allow for any mud or dirt on vehicles to fall off before leaving the project site. If necessary, Contractor shall clean equipment before it travels on a paved roadway. b. Cattle Guard i. Cattle guards shall be a minimum of 25' along the travel way and 12' wide. ii. Cattle guards must be constructed of angled steel. Round pipe will not be acceptable. iii. Cattle guards but be adequate to carry construction traffic. iv. Cattle guard entrances must be capable of capturing sediment and preventing it from leaving the site. F. Concrete Washout Area 1. Contractor shall identify a concrete washout location and ensure that all personnel, sub-contractors and suppliers utilize the location as specified in the SWPP. 2. Concrete washout areas shall be prevented from draining into stormwater infrastructure or discharging off-site. 2.03 PERMANENT EROSION CONTROL MEASURES A. Seeding and Hydraulic Seeding 1. Permanent seeding shall be completed per the contract documents 2. Mulching and other applications are specified in the contract documents B. Erosion Control Blanket (ECB) 1. Provide and install erosion control blanket of the type and in the locations specified in the SWPP or contract documents. a. Staples East Tamarack Street Reconstruction Erosion Control Section 01590 KLJ Project 16417100 Page 4 of 8 i. Supply staples constructed of 11 gauge steel wire or heavier. ii. U-Shaped staples shall allow for a minimum of 8" embedment and measure at least 1" across the top. iii. T-shaped staples shall allow for 8" of embedment and measure at least 4" across the top. C. Outlet Protection 1. Provide outlet protection as specified in the construction documents. a. Rip Rap shall be per the contract documents. b. Filter fabric shall be per the contract documents. PART 3 - EXECUTION 3.01 EXAMINATION A. BMP's shall be inspected as specified by the terms of the permit until a NOT is filed. B. Contractor is responsible for erosion control, siltation, and water pollution during all work suspensions until a NOT is filed. 3.02 INSTALLATION A. Install and maintain erosion control measures in accordance with the manufacturer's instruction. B. Install temporary erosion control before each construction stage. Maintain all temporary erosion control until it is no longer needed or conflicts with the work. If devices that conflict with the work are removed, replace these devices at the end of each shift. Re-grade temporary sites to match the surrounding terrain after the devices are removed. Repair or replace damaged, inadequate, or non- functioning devices. Temporary pollution control measures required due to Contractor's negligence, carelessness, or failure to install permanent controls are at Contractor expense. C. Temporary Erosion Control Measures 1. Silt Fence a. Silt Fence is to be installed along the contour to intercept sheet flows and allow impoundment behind the fence and should be installed in a manner to prevent water from flowing around the ends. b. Drainage areas shall be limited to 1/4 acre for every 100 linear feet of fencing. East Tamarack Street Reconstruction Erosion Control Section 01590 KLJ Project 16417100 Page 5 of 8 C. Fence fabric shall be buried in a "J" configuration to a minimum depth of 6 inches in a trench with appropriate backfitl compacted in such a manner to prevent flow beneath silt fence. d. Posts shall be on the downstream side of the fence fabric. e. Wire support fence, if used, shall also be buried a minimum of 2 inches. f. Silt fence fabrics shall be spliced together only at support posts with a minimum of 18 inches of overlap and in such a manner to prevent silt from passing between the two ends. g. Posts shall be spaced a maximum of 8' apart. Contractor is responsible for determining proper spacing based on the application. h. Fabric shall be affixed to posts using staples, wire nails or in accordance with the manufacturer's recommendations. Wire staples shall be a No. 17 gauge minimum and shall have a minimum 0.75 in. wide crown and 0.5 in. long legs. Staples shall be evenly placed with at least 4 per post. Nails shall be a minimum of 14 gauge, 1 inch long, with 0.75 button heads. Nails shalt be evenly spaced with at least four per post. 2. Straw Wattles a. Straw wattles shalt be installed long the contour to intercept sheet flows and allow impoundment behind the wattle and should be installed in such a manner to prevent water from flowing around the ends. b. Drainage areas shall be limited to 1/4 acre for every 100 linear feet of wattle. C. Wattles shalt be trenched in 3" with soil compacted along the upstream side in a manner to prevent flow from passing beneath the wattle. d. Wattles shall be staked at a maximum spacing of 4'. Contractor is responsible for determining proper spacing based on the applications e. Stakes shall be driven into the ground a minimum of 12" and extend above the wattle a minimum of 3". f. Seams shall be done in such a manner to prevent from passing between the wattles. i. Wattles shalt be tightly abutted, hooked, or overlapped a minimum of 2' and tied together depending on the application. ii. Contractor is responsible for determining the proper technique for their application. 3. Earthen Berms a. Earthen berms shall be installed long the contour to intercept sheet flows and allow impoundment behind the wattle and should East Tamarack Street Reconstruction Erosion Control Section 01590 KLJ Project 16417100 Page 6 of 8 be installed in such a manner to prevent water from flowing around the ends. b. Drainage areas shall be limited to 1/4 acre for every 100 linear feet of berm. C. Berms shalt be constructed of compacted erosion resistant soil. d. Slopes shall be limited to a maximum of 2' horizontal for every 1' vertical. e. Berms shall be sized to prevent overtopping. 4. Construction Entrance/ Exit a. Aggregate Stabilized Entrance/Exit i. Filter fabric shall be installed below aggregate ii. Entrance shall be a minimum of 50' along the travel way and 12' wide. iii. Aggregate shall be a minimum of 12" deep. D. Permanent Erosion Control Measures 1. Erosion Control Blanket (ECB) a. Blanket shall be anchored per the manufacturer's recommendations. Trenching shall be a minimum of 12" by 12". b. Blankets shall be laid with long axis in the direction of the flow. C. Blankets shall be overlapped a minimum of 6" in either direction with upstream layers above downstream layers. d. Staples shalt be spaced no more than 3' in any direction. 3.03 MAINTENANCE A. Contractor is responsible to maintain BMP's in accordance with the permit until a NOT is filed. B. If, on the basis of Owner's/Engineer's observation, regular maintenance is not being performed or erosion control measures are deemed unsatisfactory, progress payments will be held until Contractor provides Engineer with proof of maintenance or repair/replacement of the measures. C. Any materials that are tracked off-site shall, at a minimum, be cleaned up at the end of each work day. D. Construction entrance/exits shall, at a minimum, be maintained weekly during normal construction operations. 3.04 STABLIZATION A. Contractor is responsible for final stabilization of the site and filing the Notice of Termination (NOT). East Tamarack Street Reconstruction Erosion Control Section 01590 KLJ Project 16417100 Page 7 of 8 1. Final stabilization if as defined by the General Permit and NOT requirements. 2. Contractor shall receive written concurrence from Engineer that the site has been permanently stabilized prior to submitting a NOT. 3. Contractor is responsible for removing all temporary erosion control measures prior to filing the NOT. END OF SECTION East Tamarack Street Reconstruction Erosion Control Section 01590 KLJ Project 16417100 Page 8 of 8 SECTION 01700 CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 DESCRIPTION This section shall replace Section 01700 of the Montana Public Works Standard Specifications. 1.02 SECTION INCLUDES A. Damage to Existing Structures - (1.03) B. Closeout Procedures - (1.04) C. Final Cleaning - (1.05) D. Final Inspection - (1.06) E. Final Project Releases - (1.07) F. Project Record Documents - (1.08) G. Operation and Maintenance Data - (1.09) H. Maintenance Summaries - (1.10) 1. Warranties, Bonds and Affidavits - (1.11) J. Post Construction Inspection - (1.12) K. Accessories - (2.01) L. Spare Parts and Maintenance Materials - (2.02) 1.03 DAMAGE TO EXISTING STRUCTURES A. Prior to final acceptance by Owner, Contractor shall repair or otherwise return to original condition any parts of the existing or newly constructed facilities which have been damaged during construction. 1.04 CLOSEOUT PROCEDURES A. Contractor shall submit written certification that the Contract Documents have been reviewed, the work has been inspected, and that the work is complete in accordance with the Contract Documents and is ready for Engineer's final inspection. East Tamarack Street Reconstruction Contract Closeout Section 01700 KLJ Project 16417100 Page 1 of 6 B. Contractor shall provide any submittals to Engineer and/or Owner that are required by governing or other authorities. C. Contractor shall submit the final Application for Payment identifying the total adjusted Contract Sum, previous payments, and the sum remaining due. 1.05 FINAL CLEANING A. Contractor shall remove all waste and surplus materials, rubbish, and construction facilities resulting from construction operations from the site. B. Contractor shall execute final cleaning prior to the final inspection according to the following provisions: 1. Clean, sweep, wash, and polish work and equipment provided under the Contract, including finishes. 2. Remove debris including dirt, sand, and gravel from sewers, pipelines, and structures. 3. Broom clean paved surfaces; rake clean other surfaces. 4. Remove from the rights-of-way, easements, and other property utilized for construction, temporary structures and materials, equipment, and appurtenances not required as part of, or appurtenant to, the completed work. 5. Leave water courses, gutters, and ditches open and in condition satisfactory to Engineer and Owner. C. Should Contractor not remove rubbish or debris or not clean the facilities and site as specified above, Owner reserves the right to have final cleaning done at the sole expense of Contractor. 1.06 FINAL INSPECTION A. Contractor shall request a final inspection in writing prior to the anticipated date of completion. B. Work will not be considered ready for final inspection until it has been completed and Contractor has certified that all items are properly operating and in strict compliance with the Contract Documents. C. Contractor or his project supervisor shall be at the job-site during the final inspection. D. Engineer will present to Contractor, after the final inspection, a list of any items not meeting contract requirements. This list will be confirmed in writing by Engineer and all items on it must be made acceptable before final payment will be made. East Tamarack Street Reconstruction Contract Closeout Section 01700 KLJ Project 16417100 Page 2 of 6 1.07 FINAL PROJECT RELEASES A. Contractor shalt submit Consent of Surety to Final Payment and lien release/waiver affidavit prior to final payment. B. Contractor shalt furnish Contractor's Certificate and Release certifying completion of the project, construction Contract Document compliance, and waiving of claims not previously made in writing. 1.08 PROJECT RECORD DOCUMENTS A. Contractor shall submit Record Documents as outlined in Article 6 of the General Conditions and as specified in Section 01720 of the Project Manual. B. Unless otherwise specified, record drawings shall be full size and maintained in a clean, dry, and legible condition. Marking of the drawings shalt be kept current. C. Contractor shall submit record documents to Engineer with claim for Final Application for Payment. Final payment will not be made without submittal and acceptance of complete record drawings. 1.09 OPERATION AND MAINTENANCE DATA A. Contractor shall prepare binder covers with the printed title "OPERATION AND MAINTENANCE DATA", the title of project, and all subject matter contained in the binder when multiple binders are required. Unless specified otherwise, furnish three (3) copies of complete instruction manuals for installation, operation, maintenance, and lubrication requirements for each unit or common units of mechanical and electrical equipment or system. Contractor shall assemble the 0 Et M Manuals into one set for the entire project. B. Manuals shalt be customized to describe the equipment actually furnished, and shalt not include extraneous data for models, options, or sizes not furnished. Manufacturer's preprinted literature may be accepted provided it has been customized to clearly indicate the models, options, and sizes actually furnished, and that equipment models not furnished have been clearly crossed out or deleted. C. Assemble each copy of the manual in one or more three-ring, hardback type binders. 1. Clearly label each binder to designate the system or equipment for which it is intended, and the Specification section where the equipment is specified. 2. Provide each binder with title page, typed table of contents with page numbers, and heavy section dividers paralleling the equipment Specifications. 3. Where more than one binder is required, they shall be labeled "Vol. 1", "Vol. 2", and so on. Place the table of contents for the entire set, East Tamarack Street Reconstruction Contract Closeout Section 01700 KLJ Project 16417100 Page 3 of 6 identified by volume number, in each binder. 4. Punch all data for binding and composition; arrange printing so that punching holes do not obliterate data. D. Material in manuals shall be suitable for photographic reproduction. Where copies of identical material are included, clarity and quality of copies shall equal the original. 1.10 MAINTENANCE SUMMARIES: A. in addition to the 0 Et M Manuals, Contractor shall provide Maintenance Summaries in a format of the form approved by Owner; submit at same time as prescribed above for the OPERATION AND MAINTENANCE (0 Et M) MANUALS. B. The term "Maintenance Operation" as used in the TYPICAL MAINTENANCE SUMMARY FORM is defined to mean any routine operation required to ensure the satisfactory performance and longevity of the equipment. Examples include Lubrication, belt tensioning, adjustment of pump packing glands, and routine adjustments. 1.11 WARRANTIES, BONDS AND AFFIDAVITS A. Contractor shall submit all written warranties, bonds, and affidavits, along with notarized copies, as required to Owner prior to final payment. Contractor shall include and assemble documents from all subcontractors, suppliers, and manufacturers. B. Warranties shall not start until the item being warranted has been: 1. Placed in operation and has been accepted by Owner. 2. Work is complete on any work item found defective. 3. The repair of inoperative items or adjustments to proper working condition of items not operating properly at time of final inspection has been completed. C. Contractor shall submit three (3) sets prior to the application for final payment, bound in 8 1/2 x 11-inch pages, in binders with durable plastic covers. The binder shall be titled "WARRANTIES, BONDS AND AFFIDAVITS" and include the project title. D. In general, warranties shall begin upon the date of Substantial Completion. For Items of Work delayed beyond the date of Substantial Completion, Contractor shall provide an updated submittal within ten days after acceptance, listing the date of acceptance as the start of warranty period. East Tamarack Street Reconstruction Contract Closeout Section 01700 KLJ Project 16417100 Page 4 of 6 1.12 POST CONSTRUCTION INSPECTION A. Prior to the expiration of the two (2) year warranty period, from date of Final Acceptance, Engineer will inspect the project to determine whether corrective work is required. Contractor will be notified in writing of all deficiencies. Corrective work must start on noted deficiencies within ten (10) days of receipt of notification to Contractor. PART 2 - PRODUCT 2.01 ACCESSORIES A. Contractor shalt furnish to Owner, upon acceptance of equipment, all accessories required to place each item of equipment in full operation including, but not limited to, hydrant wrenches, valve keys, special toots, adequate oil and grease as required for first lubrication of equipment (after field testing), light bulbs, fuses, hand wheels, chain operators, and other items as required for initial operation. B. Extra Materials: 1. Furnish, tag, and box for shipment and storage the spare parts, special tools, and other extra materials specified in the individual Specification sections. 2. Deliver all extra materials prior to 90 percent project completion to the project site. 3. Notify Engineer upon arrival of extra materials. 2.02 SPARE PARTS AND MAINTENANCE MATERIALS A. Contractor shall provide products, spare parts, and maintenance materials in quantities specified in individual specifications sections, in addition to that used for construction of Work. Coordinate with Owner, deliver to Owner and obtain receipt prior to final payment. B. Parts and materials shall be furnished in manufacturer's unopened cartons, boxes, crates or other protective covering suitable for preventing corrosion or deterioration for the maximum length of storage which may be normally anticipated. They shall be clearly marked and identified for each individual piece of equipment on which the part wilt be used. C. Contractor shall be fully responsible for loss or damage to parts and materials until they are transmitted to Owner. PART 3 - EXECUTION \\Not Used END OF SECTION East Tamarack Street Reconstruction Contract Closeout Section 01700 KLJ Project 16417100 Page 5 of 6 THIS PAGE,INTENTIONALLY LEFT BLANK. East Tamarack Street Reconstruction Contract Closeout Section 01700 KLJ Project 16417100 Page 6 of 6 SECTION 01720 RECORD DOCUMENTS PART 1 - GENERAL 1.01 SCOPE A. The work under this Section includes, but is not necessarily limited to, the compiling, maintaining, recording and submitting of project record documents as herein specified. B. Record documents include, but are not limited to: 1. Drawings; 2. Specifications; 3. Change orders and other modifications to the Contract; 4. Engineer field orders or written instructions, including Requests for Information (RFI) and Clarification Memorandums; 5. Reviewed shop drawings, product data and samples; 6. Testing records. C. The Contractor shall maintain on the Project site throughout the Contract Time an up to date set of Record Drawings. 1.02 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Storage 1. Store documents and samples in the Contractors field office, apart from documents used for construction. 2. Provide files and racks for storage of documents. 3. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with format of these Specifications. C. Maintenance 1. Maintain documents in a clean, dry, legible condition and in good order. 2. Do not use record documents for construction purposes. East Tamarack Street Reconstruction Record Documents Section 01720 KLJ Project 16417100 Page 1 of 4 3. Maintain at the site for the Owner and Engineer one copy of all record documents. D. Make documents and samples available at all times for inspection by Engineer. E. Failure to maintain the Record Documents in a satisfactory manner may be cause for withholding of a certificate for payment. 1.03 QUALITY ASSURANCE A. Unless noted otherwise, Record Drawings shall provide dimensions, distances and coordinates to the nearest 0.1 foot. B. Unless noted otherwise, Record Drawings shall provide elevations to the nearest 0.01 foot for all pertinent items constructed by the Contractor. C. The Contractor shall prepare the Record Drawings from a post-construction, field run survey. The Record Drawings shall provide elevations to the nearest 0.01 foot for all manhole inverts, manhole rims, inlet inverts and rims, and other pertinent items constructed by the Contractor. The Record Drawings shalt provide dimensions, distances, and coordinates to the nearest 0.1 foot and horizontal angles to the nearest 10 seconds. 1.04 RECORDING A. Label each document"PROJECT RECORD"in neat, large printed letters. B. Recording 1. Record information concurrently with construction progress. 2. Do not conceal any work until required information is recorded. 1.05 RECORD DRAWINGS A. All sewer mains (type and size) and other appurtenances such as manholes, sewer laterals, cleanouts, inlets, bend fittings, valves, etc. shall be located and tied to the Project Basis of Survey. Also, show the distances between manholes, invert and rim elevations, and easements. B. Legibly mark drawings to record actual construction,including: 1. All Construction a. Changes of dimension and detail. b. Changes made by Requests for Information (RFI), field order, clarification memorandums or by change order. East Tamarack Street Reconstruction Record Documents Section 01720 KLJ Project 16417100 Page 2 of 4 C. Details not on original Drawings. 2. Site Improvements, Including Underground Utilities a. Horizontal and vertical locations of all exposed and underground utilities and appurtenances, both new facilities constructed, and those utilities encountered, referenced to permanent surface improvements. b. Location of and dimensions of roadways and parking areas, providing dimensions to back of curb when present. C. The locations shall be referenced to at least two easily identifiable, permanent landmarks (e.g., power poles, valve markers, etc.) or benchmarks. d. The Record Drawings shall include the horizontal angle and distance between manhole covers. 3. Structures a. Depths of various elements of foundation in relation to finish first floor datum or top of wall. b. Location of internal and buried utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 1.06 SPECIFICATIONS A. Legibly mark each section to record: 1. Manufacturer, trade name, catalog number, and supplier of each product and item of equipment actually installed. 2. Changes made by Requests for Information (RFI), field order, clarification memorandums, or by change order. 1.07 SUBMITTAL A. At contract closeout, deliver Record Documents to the Engineer for the Owner. B. Accompany submittal with transmittal letter, in duplicate,containing: 1. Date 2. Project title and number East Tamarack Street Reconstruction Record Documents Section 01720 KLJ Project 16417100 Page 3 of 4 3. Contractor's name and address 4. Title and number of each record document 5. Signature of Contractor or Contractors authorized representative PART 2 - PRODUCT \\ Not Used PART 3 - EXECUTION \\ Not Used END OF SECTION East Tamarack Street Reconstruction Record Documents Section 01720 KLJ Project 16417100 Page 4 of 4 t 1 I i 1 1 i i 1 i iir SECTION 02373 RIPRAP PART 1 - GENERAL 1.01 DESCRIPTION A. Contractor shall furnish natural or quarried stone meeting or exceeding the material properties specified herein and shall provide all labor, equipment, and materials required to prepare receiving slopes and to place riprap materials as specified herein and as shown on the Drawings. PART 2 - PRODUCTS 2.01 RIPRAP A. Rock for riprap shall consist of hard, dense, sound, and angular, natural or quarried rock fragments free from soil, shale, and organic matter. The stone shall be resistant to deterioration by moisture or alternate cycles of wetting and drying. It shall have a minimum specific gravity of 2.6. Shale or stone with discernible laminations, seams or cracks shall not be acceptable. Rounded cobbles, boulders, and streambed gravels shall not be acceptable as riprap. Neither breadth nor thickness of individual stones shall be less than one-third of their length. B. Each load of riprap shall be reasonably well-graded from the smallest to the largest size specified. Stones smaller than the specified ten percent (10%) size shall not be permitted in an amount exceeding ten percent by weight of each load. RIPRAP GRADATION REQUIREMENTS Weight of Equivalent Individual Spherical Percent Smaller Class Stone Diameter By Weight I 100 lb 1.05 ft 100% 60 lb 0.88 ft 70-90% 25 lb 0.66 ft 40-60% 2 lb 0.27 ft 0-10% II 700 lb 2.00 ft 100% 500 lb 1.79 ft 70-90% 200 lb 1.32 ft 40-60% 20 lb 0.61 ft 0-10% East Tamarack Street Reconstruction Riprap Section 02373 KLJ Project 16417100 Page 1 of 4 PART 3 - EXECUTION 3.01 SLOPE AND GROUND PREPARATION A. Slopes and ground on which riprap is to be placed shalt be shaped to receive the full thickness of the specified riprap. The slopes shall be firm and stable and not steeper than the natural angle of repose of the material, or as shown on the plans. Wherever possible, placement of riprap shall be on undisturbed material. Where this is not possible, the underlying material shalt be compacted to at least 90% of maximum ASTM D-698 density. B. The riprap edge treatment shall be as shown on the plans. The receiving slope shall be excavated or otherwise prepared for the thickened riprap edge treatment and/or separation/stabilization fabric anchorage and shall be approved by the Engineer prior to the placement of the fabric which is specified beneath the riprap blanket. C. One layer of separation/stabilization fabric shall be placed on surfaces to receive riprap where called for on the Construction Plans and the fabric placement shall be approved by the Engineer prior to commencement of rip- rap placement. Separation/stabilization fabric shall be "Mirafi HP570" or approved equal. Placement of the fabric shalt be per the manufacturer's recommendations. 3.02 RIPRAP PLACEMENT A. Riprap shall be placed by dumping from a backhoe bucket. Placement shall commence at the tower edge and proceed toward the upper limit of the riprap or rock zone. B. Contractor shalt limit the height of drop from the backhoe bucket and otherwise perform the riprap placement so that the separation/stabilization fabric slope liner is not torn or punctured. It shall generally be unacceptable to shove or push stones into place after they have been dumped from the backhoe bucket. C. Separation/stabilization fabric which is torn or ruptured during riprap placement shalt be uncovered, replaced or repaired, and recovered as per the manufacturer's requirements. At the contractor's option, a 3 to 4-inch layer of well-graded, coarse gavel may be spread uniformly over the separation/stabilization fabric prior to placement of riprap to reduce the likelihood of punctures and tears to the fabric. if the protective gravel blanket is used over the fabric, the subgrade surface shall be prepared correspondingly lower, such that the finished surface of the riprap blanket is at the finish elevation specified on the plans when the full specified riprap blanket thickness has been placed over the gravel blanket. D. The full specified thickness of the riprap blanket shalt be placed in one operation. The largest individual stones shall be placed singly and directly on the receiving slope so as not to rest wholly on smatter stones. East Tamarack Street Reconstruction Riprap Section 02373 KLJ Project 16417100 Page 2 of 4 E. The riprap blankets shall have a dense, homogeneous consistency with no areas of predominately larger or smaller stones. Smaller stones and fragments shall be utilized to fill voids. The exposed face of the riprap shall not vary more than approximately 0.5 feet from a plane surface. END OF SECTION East Tamarack Street Reconstruction Riprap Section 02373 KLJ Project 16417100 Page 3 of 4 THIS PAGE INTENTIONALLY LEFT BLANK. East Tamarack Street Reconstruction Riprap Section 02373 KLJ Project 16417100 Page 4 of 4 SECTION 02740 JACK AND BORE CROSSINGS PART 1 - GENERAL 1.01 DESCRIPTION A. The work covered by this Section includes furnishing all labor, materials, and equipment required to bore and jack casings and to properly complete pipeline construction as described herein and/or shown on the construction drawings. B. Contractor shall be responsible for maintaining the specified line and grade, and for preventing settlement of overlying structures, or other damage due to the tunneling operations. 1.02 RELATED SECTIONS A. Section 02730 - Sanitary Sewer Collection Systems 1.03 REGULATORY REQUIREMENTS A. General: Supply all materials and perform all work in accordance with applicable American Society for Testing Materials (ASTM), American Water Works Association (AWWA), American National Standards Institute (ANSI) or other recognized standards. Latest revisions of all standards are applicable. If requested by Owner, submit evidence that manufacturer has consistently produced products of satisfactory quality and performance over a period of at least 2 years. 1.04 SUBMITTALS A. Submit shop drawings, product data, and experience. B. Material Submittals: Contractor shall provide shop drawings and other pertinent specifications and product data as follows: 1. Shop drawings for casing pipe showing sizes and connection details. 2. Casing Spacers. 3. Materials and method of sealing ends of casing pipe C. Experience Submittals: Boring and jacking casing is deemed to.be specialty contractor work. If Contractor elects to perform the work, Contractor shall provide evidence as required by the General Conditions. A minimum of five continuous years of experience in steel casing construction is required of East Tamarack Street Reconstruction Jack and Bore Crossings Section 02740 KLJ Project 16417100 Page 1 of 10 the casing installer. Evidence of this experience must be provided with the shop drawings for review by Owner and their Engineers. 1.05 DELIVERY, STORAGE, AND HANDLING A. Material shall be unloaded in a manner that will avoid damage and shall be stored where it will be protected and will not be hazardous to traffic. Contractor shall repair any damage caused by the storage. Material shalt be examined before installation and neither damaged nor deteriorated material shall be used in the work. PART 2 - PRODUCTS 1.06 MATERIALS AND CONSTRUCTION A. Casing for Pipe Greater than 3 inches in diameter: 1. The casing shall be new and unused pipe. The casing shall be made from steel plate having a minimum yield strength of 35,000 psi. The steel casing pipe shall meet ASTM A139, Grade B. Pipe shall be standard weight according to ANSI 836.10. Ends shall be prepared for welding. 2. All casing pipe shall have a factory applied coal-tar epoxy coating for corrosion protection. Coating thickness shall be 32 mils DFT. Coating shall be Amercoat 78HB or approved equal. 3. The thicknesses of casing pipes shown below are minimum thicknesses. Actual thicknesses shall be determined by the casing installer, based on evaluation of the required forces to be exerted on the casing when jacking. Any buckling of the casing due to jacking forces shalt be repaired at no additional cost to Owner. 4. The diameters of casing shown below and shown on the drawings are minimum. Larger casings, with Owner's approval, may be provided at no additional cost to Owner, for whatever reasons Contractor may decide, whether casing size availability, line and grade tolerances, soil conditions, etc. 5. Casing Sizes: STEEL CASING REQUIREMENTS Pipe Diameter Casing Diameter Wall Thickness (inches) (inches) (inches) 24 36 0.375 B. Casing for pipe less than or equal to 3 inches in diameter: Casing shall be East Tamarack Street Reconstruction Jack and Bore Crossings Section 02740 KLJ Project 16417100 Page 2 of 10 polyvinyl chloride pipe which has a minimum wall thickness equal to Schedule 80. C. Casing Spacers: Casing spacers shall meet one of the following requirements: 1. Standard Casing Spacers: Casing spacers shall be flanges, bolt-on style with a two-section stainless steel shell (min. 14 gauge T304 stainless steel) lined with a ribbed PVC liner, minimum 0.090-inch thick also having a hardness of 85-90 durometer. Runners shall be attached to stainless steel risers (10 gauge T304 stainless steel) which shall be properly welded to the shell. All bolts shall be stainless steel with stainless steel lock nuts and stainless steel washers. The height of the runners and risers shall be manufactured such that the pipe does not float within the casing. The spacers shall prevent the pipe bells from touching the inside of the casing. The spacers shall be constructed so insulation is provided between the stainless steel shell and the pipe, and the pipe and the casing. Casing spacers shall be Model CCS as manufactured by Cascade Waterworks Manufacturing Company or Model SSI as manufactured by Advance Products Fr Systems, Inc. 2. Bell Restraining Casing Spacers: Carrier pipe shall be restrained through use of restrained casing spacers. Restrained casing spacers shall meet all requirements of Standard Casing Spacers above. In addition to the above requirements, restrained casing spacers shall include 5/8" SS "All Thread" rod with 5/8" SS nuts to join two casing spacers on either side of each bell and spigot joint. D. Carrier Pipe: Carrier pipe shall meet requirements as specified in Section 02730 of the COBMODS. Carrier pipe shall be restrained by the use of joint restraint casing spacers. E. End Seals: Casing ends seals shall be made of 1/8-inch thick flexible, molded, synthetic rubber with two stainless steel bands and clamps. Split seals are not acceptable. End Seals shalt be Model C by Pipeline Seal and Insulator, Inc. or approved equal. 2.02 EQUIPMENT A. A cutting head shall be attached to a continuous auger mounted inside the casing pipe. PART 3 - EXECUTION East Tamarack Street Reconstruction Jack and Bore Crossings Section 02740 KLJ Project 16417100 Page 3 of 10 3.01 GENERAL A. Interpretation of soil investigation reports and data, investigating the site and determination of the site soil conditions prior to bidding is the sole responsibility of Contractor. Any subsurface investigation by the Bidder or Contractor must be approved by the appropriate authority having jurisdiction over the site. B. Casing construction shall be performed so as not to interfere with, interrupt or endanger roadway surface and activity thereon, and minimize subsidence of the surface, structures, and utilities above and in the vicinity of the casing. Support the ground continuously in a manner that will prevent loss of ground and keep the perimeters and face of the casing, passages and shafts stable. Contractor shall be responsible for all settlement resulting from casing operations and shall repair and restore damaged property to its original or better condition'at no cost to Owner. C. Face Protection: The face of the excavation shall be protected from the collapse of the soil into the casing. D. Casing Design: Design of the bore pit and required bearing to resist jacking forces are the responsibility of Contractor. The excavation method selected shall be compatible with 'expected ground conditions. The lengths of the casing shown on the Drawings are the minimum lengths required. The length of the casing may be extended for the convenience of Contractor, at no additional cost to Owner. Due to restrictive right-of-way and construction easements, boring and jacking casing lengths less than the nominal 20-foot length may be necessary. E. Highway Crossings: 1. Contractor shalt be held responsible and accountable for the ; coordinating and scheduling of all construction work within the highway right-of-way. 2. Work along or across the highway department rights-of-way shall be subject to inspection by such highway department. 3. All installations shall be performed to leave free flows in drainage ditches, pipes, culverts or other surface drainage facilities of the highway, street or its connections. 4. No excavated material or equipment shall be placed on the pavement or shoulders of the roadway without the express approval of the highway department. East Tamarack Street Reconstruction Jack and Bore Crossings Section 02740 KLJ Project 16417100 Page 4 of 10 5. In no instance will Contractor be permitted to leave equipment (trucks, backhoes, etc.) on the pavement or shoulder overnight. Construction materials to be installed, which are placed on the right- of-way in advance of construction, shall be placed in such a manner as not to interfere with the safe operation of the roadway. 6. Contractor shall be responsible for providing Owner sufficient information to obtain a blasting permit in a timely manner. F. Railroad Crossings 1. Contractor shall secure permission from the Railroad to schedule work so as not to interfere with the operation of the Railroad. 2. Contractor shall follow all requirements of Norfolk Southern's NSCE- 8 Specifications. 3. Pipeline and crossing to be installed and maintained in accordance with the last approved American Railway Engineering and Maintenance of Way Association Specifications for Pipelines Conveying Flammable and Non-Flammable Substances. 4. Additional insurance is required for each railroad crossing. Contractor shall furnish the Railroad with such additional insurance as may be needed; cost. of the same shall be borne by Contractor. 5. All work on the Railroad right-of-way, including necessary support of tracks, safety of operations and other standard and incidental operation procedures may be under the supervision of the appropriate authorized representative of the Railroad affected and any decisions of this representative pertaining to construction and/or operations shall be final and construction must be governed by such decisions. 6. If, in the opinion of the Railroad, it becomes necessary to provide flagging protection, watchmen or the performance of any other work in order to keep the tracks safe for traffic, Contractor shall coordinate such work and shall reimburse the Railroad, in cash, for such services, in accordance with accounting procedures agreed on by Contractor and affected Railroad before construction is started. 7. No blasting shall be permitted. 3.02 GROUNDWATER CONTROL A. Contractor shall control the groundwater throughout the construction of East Tamarack Street Reconstruction Jack and Bore Crossings Section 02740 KLJ Project 16417100 Page 5 of 10 the casing. B. Methods of dewatering shall be at the option and responsibility of Contractor. Maintain close observation to detect settlement or displacement of surface facilities due to dewatering. Should settlement or displacement be detected, notify Owner immediately and take such action as necessary to maintain safe conditions and prevent damage. C. When water is encountered, provide and maintain a dewatering system of sufficient capacity to remove water on a 24-hour basis keeping excavations free of water until the backfitl operation is in progress. Dewatering shall be performed in such a manner that removal of soil particles is held to a minimum. Dewater into a sediment trap. 3.03 SAFETY A. Provide all necessary bracing, bulkheads, and shields to ensure complete safety to all traffic, persons and property at all times during the work. Perform the work in such a manner as to not permanently damage the roadbed or interfere with normal traffic over it. B. Observe all applicable requirements of the regulations of the authorities having jurisdiction over this site. Conduct the operations in such a manner that all work will be performed below the level of the roadbed. C. Perform all activities in accordance with the Occupational Safety and Health Act of 1970 (PL-596), as amended, applicable regulations of the Federal Government, OSHA 29CFR 1926 and applicable criteria of ANSI AIO.16-81, .'Safety Requirements for Construction of Tunnel Shafts and Caissons". i 3.04 BORING AND JACKING A. Shaft: 1. Conduct boring and jacking operations from a shaft excavated at one end of the section to be bored. Where conditions and accessibility are suitable, place the shaft on the downstream end of the bore. 2. The shaft shalt be rectangular and excavated to a width and length required for ample working space. If necessary, sheet and shore shaft property on all sides. Shaft sheeting shalt be timber or steel piling of ample strength to safely withstand all structural loadings of whatever nature due to site and soil conditions. Keep preparations dry during all operations. Perform pumping operations as necessary. East Tamarack Street Reconstruction Jack and Bore Crossings Section 02740 KLJ Project 16417100 Page 6 of 10 r 3. The bottom of the shaft shall be firm and unyielding to form an adequate foundation upon which to work. In the event the shaft bottom is not stable, excavate to such additional depth as required and place a gravel sub-base or a concrete sub-base if directed by Owner due to soil conditions. B. Jacking Rails and Frame 1. Set jacking rails to proper line and grade within the shaft. Secure rails in place to prevent settlement or movement during operations. The jacking rails shall cradle and hold the casing pipe on true line and grade during the progress of installing the casing. 2. Place backing between the heels of jacking rails and the rear of the shaft. The backing shall be adequate to withstand jacking forces and loads. 3. The jacking frame shall be of adequate design for the magnitude of the job. Apply thrust to the end of the pipe in such a manner to impart a uniformly balanced load to the pipe barrel without damaging the joint ends of the pipe. C. Boring and jacking of casing pipes shall be accomplished by the dry auger boring method without jetting, sluicing or wetboring. D. Auger the hole and jack the casing through the soil simultaneously. E. Bored installations shalt have a bored-hole diameter essentially the same as the outside diameter of the casing pipe to be installed. F. Execute boring ahead of the casing pipe with extreme care, commensurate with the rate of casing pipe penetration. Boring may proceed slightly in advance of the penetrating pipe and shalt be made in such a manner to prevent any voids in the earth around the outside perimeter of the pipe. Make all investigations and determine if the soil conditions are such as to require the use of a shield. G. As the casing is installed, check the horizontal and vertical alignment frequently. Make corrections prior to continuing operation. For casing pipe installations over 100 feet in length, the auger shall be removed, and the alignment and grade checked at minimum intervals of 60 feet. H. Any casing pipe damaged in jacking operations shall be repaired, if approved by Owner, or removed and replaced at Contractor's own expense. I. Lengths of casing pipe, as long as practical, shall be used except as East Tamarack Street Reconstruction Jack and Bore Crossings Section 02740 KLJ Project 16417100 Page 7 of 10 restricted otherwise. Joints between casing pipe sections shall be butt joints with complete joint penetration, single groove welds, for the entire joint circumference, in accordance with AWS recommended procedures. Prior to welding the joints, Contractor shall ensure that both ends of the casing sections being welded are square. J. Contractor shall prepare a contingency plan which will allow the use of a casing lubricant, such as bentonite, in the event excessive frictional forces jeopardize the successful completion of the casing installation. K. Once the jacking procedure has begun, it should be continued without stopping until completed, subject to weather and conditions beyond the control of Contractor. L. Care should be taken to ensure that casing pipe installed by boring and jacking method will be at the proper alignment and grade. M. Contractor shall maintain and operate pumps and other necessary drainage system equipment to keep work dewatered at all times. N. Adequate sheeting, shoring and bracing for embankments, operating pits and other appurtenances shall be placed and maintained to ensure that work proceeds safely and expeditiously. Upon completion of the required work, the sheeting, shoring and bracing should be left in place, cut off, or removed, as designated by Owner. 0. Trench excavation, all classes and type of excavation, the removal of rock, muck, debris, the excavation of all working pits and backfill requirements of Section 02315 - Excavation, Trenching, £t Backfill for Utility Systems. P. All surplus material shall be removed from the right-of-way and the excavation finished flush with the surrounding ground. Q. Grout backfill shall be used for unused holes or abandoned pipes. 3.05 FREE BORING A. Where the Drawings indicate a pipeline is to be installed by boring without casing, Contractor shall construct the crossing by the free bore method. The free bore method shall be accomplished by the dry auger boring method without jetting, sluicing, wet boring, or by "punching". B. The diameter of the free bore shall not exceed the pipe bell outside diameter or the pipe barrel outside diameter plus 1-inch, whichever is greater. East Tamarack Street Reconstruction Jack and Bore Crossings Section 02740 KLJ Project 16417100 Page 8 of 10 C. Free boring, where indicated on the Drawings, is to be performed at Contractor's option. Contractor may choose to construct the crossing by the conventional bore and jack casing methodology. D. Contractor shall be responsible for any settlement of the roadway caused by the free bore construction activities. E. If Contractor elects to free bore, and an acceptable installation does not result for any reason, Contractor shall install a casing pipe by the bore and jack method. 3.06 VENTILATION AND AIR QUALITY A. Provide, operate and maintain for the duration of casing project a ventilation system to meet safety and OSHA requirements. 3.07 ROCK EXCAVATION A. In the event that rock is encountered during the installation of the casing pipe which, in the opinion of Owner, cannot be removed through the casing, Owner may authorize Contractor to complete the crossing by a method established in a change order. B. At Contractor's option, Contractor may continue to install the casing and remove the rock through the casing at no additional cost to Owner. 3.08 INSTALLATION OF PIPE A. After construction of the casing is complete, and has been accepted by Owner, install the pipeline in accordance with the Drawings and Specifications. B. Check the alignment and grade of the casing and prepare a plan to set the pipe at proper alignment, grade and elevation, without any sags or high spots. C. The carrier pipe shall be held in the casing pipe by one of the following f� methods: 1. The carrier pipe shall be held in the casing pipe by the use of hardwood blocks spaced radially around the pipe and secured together so that they remain firmly in place. The spacing of such blocks longitudinally in the casing pipe shall not be greater than 10 feet. 2. The pipe shall be supported within the casing by use of casing East Tamarack Street Reconstruction Jack and Bore Crossings Section 02740 KLJ Project 16417100 Page 9 of 10 spacers sized to limit radial movement to a maximum of 1 inch. Provide a minimum of one casing spacer per nominal length of pipe. Casing spacers shall be attached to the pipe at maximum 18 to 20- foot intervals. D. Seal ends with one-piece synthetic rubber specially formulated for sealing casing/carrier pipe. 3.09 SHEETING REMOVAL A. Remove sheeting used for shoring from the shaft and off the job site. The removal of sheeting, shoring, and bracing shall be done in such a manner as not to endanger or damage either new or existing structures, private or public-properties, and also to avoid cave-ins or sliding in the banks. END SECTION East Tamarack Street Reconstruction Jack and Bore Crossings Section 02740 KLJ Project 16417100 Page 10 of 10