Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
19- Contract Documents - Knife River Belgrade - Cottonwood Road from Babcock Street to Durston Road
i Executed Contract Documents Cottonwood Road From Babcock St. to Durston Rd. Bozeman, Montana ;ram Prepared for: City of Bozeman, 2019 �i i 1 . City of Bozeman Cottonwood Road From Babcock Street to Durston Road Bozeman, Montana Contract Documents Prepared by Staci Venner, P.E. Project Manager Checked by lkcp�- ApriWerth, P.E. Project Manager QA/QC Approval .-, gv�' Jeff Key, P.E. President Date Approved 4/17/2019 RMYROBERT PECCIA & ASSOCIATES P.O.Box 5653 P.O.Box 5100 3810 Valley Commons Drive#4 3147 Saddle Drive 102 Cooperative Way#300 Bozeman,MT 59718 Helena,MT 59604 Kalispell,MT 59903 (406)284-2665 (406)447-5000 (406)752-5025 (406)447-5653 FAX (406)752-5024 FAX TABLE OF CONTENTS—EXECUTED CONTRACT DOCUMENTS COTTONWOOD ROAD,BABCOCK TO DURSTON SECTION 1. CONTRACT DOCUMENTS Notice of Award Agreement Performance Bond Payment Bond Insurance Certificates SECTION 2. BIDDING DOCUMENTS Bid Proposal Bid Bond Power of Attorney Non-Discrimination Affirmation Form SECTION 3. BIDDING INFORMATION Addendum No. 1,2&3 Pre-Bid Meeting Minutes&Sign-in Sheet Plan Holder's List Summary of Bid Received Certified Bid Tabulations Recommendation of Award SECTION 4. BIDDING REQUIREMENTS Bidder's Checklist Invitation to Bid Instructions to Bidders Bid Proposal(original) Bid Bond(blank) Non-Discrimination Affirmation Form(blank) SECTION 5. GENERAL CONDITIONS Standard General Conditions(EJCDC C-700) RPA Supplementary Conditions SECTION 6. SPECIAL.PROVISIONS Contents listed at front of the Special Provisions SECTION 7. TECHNICAL SP . IFi ATIONS Contents listed at front of the Technical Specifications SECTION 8. PREVAILING WAGE RATES APPENDIX A. MISCELLANEOUS FORM 1. Notice to Proceed 2. Approval of Subcontractors 3. Substitution Request Form 4. Schedule of Values for Contract Payment 5. Application and Certificate of Payment 6. Work Directive Change 7. Change Order 8. Contractor's Certificate of Completion 9. Certificate of Substantial Completion 10. Affidavit on Behalf of Contractor 11. Consent of Surety Company to Final Payment APPENDIX B. GEOTECHNICAL REPORT APPENDIX C. 404 NATIONWIDE PERMIT Nationwide Permit and Conditions MDEQ Section 401 Water Quality Certification and Conditions CONSTRUCTION DRAWINGS-Bound separately SECTION 1. CONTRACT DOCUMENTS 1 1 1 NOTICE OF AWARD Dated: �� ► v� �� 1 TO: Knife River-Belgrade 1 ADDRESS: PO Box 9,Belgrade,MT 59714 PROJECT: Cottonwood Road from Babcock St.to Durston Rd. CONTRACT FOR:Base bid and Alternate#1 bid 1 ( You are notified that your Bid opened on May 14, 2019, for the above Contract has been considered. You are the Q apparent Successful Bidder and have been awarded a Contract for the: Cottonwood Road Project from Babcock to ( Durston. The Contract Price of your Contract is: Written Amount Dollars$5,207,849.50 (includes Base bid of$4,875,559.00 with Alternate#1 bid of$332,290.50) Five Million Two Hundred Seven Thousand Eight Hundred Forty-Nine Dollars and 50 Cents. l Five(5)copies of each of the proposed Contract Documents(except Drawings)accompany this Notice of Award. c Three(3)sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen(15)days of the date of this Notice of Award, that is,by June 18,2019. 1. You must deliver to the OWNER Five (5) fully executed counterparts of the Agreement including all the Contract Documents and Drawings. 2. You must deliver with the executed Agreement the Contract Security(Bonds)as specified in the Instruction to Bidders(Articles 8-10),and the General Conditions(paragraph 5.01). 3. List other conditions precedent: You must deliver with the executed Agreement the Certificates of Insurance as specified in the General Conditions(Article 5)and Supplementary Conditions(Article 1). Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned,to annul this Notice of Award,and to declare your Bid Security forfeited. Within ten(10)days after you comply with these conditions,OWNER will return to you two fully signed counterpart of the Agreement with the Contract Documents attached. 6 CITY OF BO VMAN,MONTANA ATTEST:(Wo� B ' C,J 0.• ■��i 2 BY: BY: 1 . . JTY MANAGE A) (CITY CLERK) ••� - DATE: • / NOTICE OF AWARD ;t .,1883 ..• �� , � , . Page 1 of I Cp. r10 AGREEMENT FORM THIS AGREEMENT is dated as of the lye day of�_ in the year 2019, 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. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The proposed work on Cottonwood Road is from Babcock Street to Durston Road. The Base Bid includes roadway widening along Cottonwood Road, new corridor lighting and signals, new storm drain facilities, utility adjustments. Other items of work in the Base Bid include street excavation, subexcavation, gravel base courses, asphalt pavement, curb and gutter, sidewalk, signing, pavement markings, topsoil, and seeding.Alternate Bid#1 includes removal and replacement ofthe surfacing section on the existing lanes on Cottonwood Road. The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Cottonwood Road from Babcock Street to Durston Road. Article 2. CONTRACT TIME. 2.1 The Worlc will be completed within 211 (190 Base bid &21 Alt.#1 bid)days after the date when the contract time commences to run as provided in the General Conditions. Final payment will be withheld until final completion and acceptance of the Work, as stipulated in this Agreement. 2.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence in this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving, in a legal or arbitration proceeding,the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof,OWNER and CONTRACTOR agree that as liquidated damages for delay(but not as a penalty) CONTRACTOR shall pay OWNER five hundred dollars ($ 500.00) for each calendar day that work continues past the contract time, until such work is substantially complete. Article 3. CONTRACT PRICE. 3.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents the sum(subject to adjustment as provided in the Contract Documents) of Five Million Two Hundred Seven Thousand Eight Hundred Forty-Nine Dollars and 50 Cents (S 5,207,849.50). Includes Base bid of$4,875,559.00 with Alternate #I bid of $332,290,50. AGREEMENT Pagel of G Article 4. PAYMENT PROCEDURES. CONTRACTOR shall submit applications for payment in accordance with the General Conditions. Applications for payment will be processed as provided in the General Conditions. 4.1 Progress Payments. OWNER will make progress payments monthly on account of the contract price on the basis of CONTRACTOR'S application for payment as recommended by ENGINEER. All progress payments will be on the basis of the progress of the Work measured by the schedule of values provided for in the General Conditions. 4.1.1 The OWNER may retain five (5) percent of the amount due the CONTRACTOR in accordance with the General Conditions and as outlined herein. 4.2 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraph 14.07 of the General Conditions, OWNER shall pay the remainder of the contract price as recommended by ENGINEER as provided in said paragraph 14.07. Article 5. INTEREST. All monies not paid when due hereunder shall bear interest at the simple rate established by the Federal Cost of Money Rate commencing at the time of a claim. Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1 CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, locality, and with all local conditions and federal, state and local laws, ordinances, rules and regulations that in any manner may affect cost, progress or performance of the Work. 6.2 CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Special Provisions of Contract Documents,and accepts the determination set forth in the Contract Documents of the extent of the technical data contained in such reports and drawings, and has personally completed his own field investigations. 6.3 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations,tests, reports and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site that otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, AGREEMENT Page 2 of 6 within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.02 of the General Conditions;and no additional examinations, investigations,explorations,tests,reports,studies or similar information or data are or will be required by Contractor for such purposes. 6.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.04 of the General Conditions. 6.5 CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 6.6 CONTRACTOR has given ENGINEER written notice of all conflicts,errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. 6.7 CONTRACTOR hereby affirms it will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability in the performance ofwork performed for the city of Bozeman. This prohibition shall apply to the hiring and treatment of the CONTRACTOR'S employees and to all subcontracts it enters into in performance of the agreement with the city of Bozeman. Article 7. CONTRACT DOCUMENTS. The Bid Documents,together with this Agreement,form the Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR are attached to this Agreement, made a part hereof and consist of the following: 7.1 This Agreement. 7.2 Exhibits to this Agreement (if any). 7.3 Performance Bond, Payment Bond, and Bid Bond. 7.4 Invitation to Bid. 7.5 Instructions to Bidders and Bid Proposal. 7.6 Certificates of Insurance. 7.7 General Conditions. 7.8 Supplementary Conditions. 7.9 Wage Rates. AGREEMENT Page 3 of 6 7.10 Special Provisions including Measurement and Payment. 7.11 Technical Specifications. 7.12 Montana Public Works Specifications, Sixth Edition, and City of Bozeman Modifications to Montana Public Works Standard Specifications, latest edition (by reference). 7.13 Montana Department of Transportation Standard Specifications for Road and Bridge Construction, 2014 Edition, and all subsequent Supplemental Specifications(by reference). 7.14 Appendices. 7.15 Addenda listed on the Bid forms. 7.16 Contractor's executed Bid forms. 7.17 Documentation submitted by CONTRACTOR prior to Notice of Award. 7.18 Notice of Award. 7.19 Notice to Proceed. 7.20 Any modification, including Change Orders and Work Directive Change, duly delivered after execution of Agreement. 7.21 Any Notice of Partial Utilization. 7.22 Consent of Surety. 7.23 Approval of Subcontractors. 7.24 Substitution Request Form. 7.25 Schedule of Values. 7.26 Notice of Substantial Completion. 7.27 Notices of Final Completion and Acceptance. 7.28 Non-discrimination affirmation form. 7.29 Drawings. There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be altered, amended or repealed by a modification (as defined in the General Conditions). Article 8. NO DAMAGES FOR DELAY— OTHER CONTRACTORS It shall be the affirmative duty of each and every CONTRACTOR on the project to cooperate and coordinate the scheduling and progress of its work with that of all other CONTRACTORS.Under no circurnstances shall the OWNER be liable for any darnages for delay. It is further stipulated and agreed that the terms of this provision shall govern any other Contract Document as defined in this Agreement. Article 9. MISCELLANEOUS. 9.1 Terms used in this Agreement which are defined in the General Conditions shall have the meanings indicated in the General Conditions. 9.2 This Agreement and all of the covenants hereof shall inure to the benefit of and be binding upon the OWNER and the CONTRACTOR respectively and his partners,successors,assigns, and legal representatives. Neither the OWNER nor the CONTRACTOR shall have the right AGREEMENT Page 4 of 6 to assign, transfer or sublet his interest or obligations hereunder without written consent of the other party. The OWNER reserves the right to withdraw at any time from any subcontractor where Work has proven unsatisfactory the right to be engaged in or employed upon any part of the Work. 9.3 In the event it becomes necessary for either party to this Agreement to retain an attorney to enforce any of the terms or conditions of this Agreement or to give any notice required herein, then the prevailing party or the party giving notice shall be entitled to reasonable attorney's fees and costs. 9.4 Any amendment of modifications ofthis Agreement or any provisions herein shall be made in writing and executed in the same manner as this original document and shall after execution become a part of this Agreement. AGREEMENT Page 5 of 6 IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. (CO TRACTOR) •`�� �-GROU �'- �RP09y Tit7el L�Si95�� / (JOINT VENTURE) By (SEAL &) (ATTEST) Title City of Bozeman (OWNE ) By (CITY MANA E ) (SEAL &) TTEST) APPROVED AS TO FORM: CITY ORNEY 1 883 ( ) r N co.biIc >< ,. AGREEMENT Page 6 of 6 E J C D C ENCINEERS 101NT COMIZACT oocu+ENTSGO)AMITTEE PERFORMANCE BOND CONTRACTOR(name and address): SURETY(name and address of principal place of business): Knife River-Belgrade Liberty Mutual Insurance Company P.O.Box 9 175 Berkeley Street,Boston,MA 02116 Belgrade,MT 59714 & Travelers Casualty and Surety Company of America One Tower Square,Hartford,CT 06183 OWNER(name and address): City of Bozeman CONSTRUCTION CONTRACT Effective Date of the Agreement: Amount: $5,207,849.50 Description(name and location): Cottonwood Road from Babcock Street to Durston Road BOND Bond Number: 190043133/107097129 t` Date(not earlier than the Effective Date of the Agreement of the Construction Contract):G° I17 11 Amount: $5,207,849.50 Modifications to this Bond Form: ❑X None ❑ See Paragraph 16 Surety and Contractor,intending to be 1eplI`VV6(M d,0ereby,subject to the terms set forth below,do each cause this Performance Bond to be duly exe, �ed3. ..... t �hized officer,agent,or representative. PO CONTRACTOR CONTRACTOR AS PRINCIPAL _ SEAL ;SURETY 199 -I.ibet y Mutual Insurance Company& Kni ver-Bel ade (s a) ;'Travelers Casualty and Surety Company of America (sea.) Con r ct r Name a d Co oat /�s, * S�ty's Naamme-and Corporate Seal Bye r fU I�s� T By: � Signature Signature(attach power of attorney) Pamela L. Michalies-Asst. Sec. Blake S.Bohlig - Print Name Print Name Attomey-in-Fact Title Title Attest: Attes Signat/u,�re- ig ature 6rV)&-rf Witness Title Title (Votes:(1)Provide supplemental execution by any additional parties,such as joint venturers.(2)Any singular reference to Contractor,Surety,Owner,or other party shall be considered plural where applicable. E1CDC°C-610,Performance Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. 1 of 3 1. The Contractor and Surety, jointly and severally, bind to be secured with performance and payment bonds executed themselves, their heirs, executors, administrators, successors, and by a qualified surety equivalent to the bonds issued on the assigns to the Owner for the performance of the Construction Construction Contract, and pay to the Owner the amount of Contract,which is incorporated herein by reference. damages as described in Paragraph 7 in excess�of the Balance of the Contract Price incurred by the Owner as a result of the 2. If the Contractor performs the Construction Contract,the Surety Contractor Default;or and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in 5.4 Waive its right to perform and complete, arrange for Paragraph 3. completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 3. If there is no Owner Default under the Construction Contract, the Surety's obligation under this Bond shall arise after: 5.4.1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as 3.1 The Owner first provides notice to the Contractor and practicable after the amount is determined,make payment the Surety that the Owner is considering declaring a Contractor to the Owner;or, Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor, and 5.4.2 Deny liability in whole or in part and notify the Surety to discuss the Contractor's performance. If the Owner Owner,citing the reasons for denial, does not request a conference, the Surety may, within five (5) business days after receipt of the Owners notice,request such a 6. If the Surety does not proceed as provided in Paragraph 5 with conference. If the Surety timely requests a conference, the reasonable promptness, the Surety shall be deemed to be in default Owner shall attend. Unless the Owner agrees otherwise, any on this Bond seven days after receipt of an additional written notice conference requested under this Paragraph 3.1 shall be held from the Owner to the Surety demanding that the Surety perform its within ten (10) business days of the Surety's receipt of the obligations under this Bond, and the Owner shall be entitled to Owner's notice. If the Owner, the Contractor, and the Surety enforce any remedy available to the Owner. If the Surety proceeds as agree, the Contractor shall be allowed a reasonable time to provided in Paragraph 5.4,and the Owner refuses the payment or the perform the Construction Contract,but such an agreement shall Surety has denied liability,in whole or in part,without further notice not waive the Owners right, if any, subsequently to declare a the Owner shall be entitled to enforce any remedy available to the Contractor Default; Owner. 3.2 The Owner declares a Contractor Default, terminates 7. If the Surety elects to act under Paragraph 5.1,5.2,or 5.3,then the Construction Contract and notifies the Surety;and the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and 3.3 The Owner has agreed to pay the Balance of the the responsibilities of the Owner to the Surety shall not be greater Contract Price in accordance with the terms of the Construction than those of the Owner under the Construction Contract. Subject to Contract to the Surety or to a contractor selected to perform the the commitment by the Owner to pay the Balance of the Contract Construction Contract. Price,the Surety is obligated,without duplication for: 4. Failure on the part of the Owner to comply with the notice 7.1 the responsibilities of the Contractor for correction of requirement in Paragraph 3.1 shall not constitute a failure to comply defective work and completion of the Construction Contract; with a condition precedent to the Surety's obligations,or release the Surety from its obligations, except to the extent the Surety 7.2 additional legal, design professional, and delay costs demonstrates actual prejudice. resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 5;and S. When the Owner has satisfied the conditions of Paragraph 3,the Surety shall promptly and at the Surety's expense take one of the 7.3 liquidated damages, or if no liquidated damages are following actions: specified in the Construction Contract,actual damages caused by delayed performance or non-performance of the Contractor. 5.1 Arrange for the Contractor, with the consent of the Owner,to perform and complete the Construction Contract; 8. If the Surety elects to act under Paragraph 5.1, 5.3, or 5.4, the Surety's liability is limited to the amount of this Bond. 5.2 Undertake to perform and complete the Construction Contract itself,through its agents or independent contractors; 9. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction 5.3 Obtain bids or negotiated proposals from qualified Contract,and the Balance of the Contract Price shall not be reduced contractors acceptable to the Owner for a contract for or set off on account of any such unrelated obligations. No right of performance and completion of the Construction Contract, action shall accrue on this Bond to any person or entity other than arrange for a contract to be prepared for execution by the the Owner or its heirs, executors, administrators, successors, and Owner and a contractor selected with the Owners concurrence, assigns. EJCDC°C-610,Performance Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. 2 of 3 10. The Surety hereby waives notice of any change, including for damages to which the Contractor is entitled, reduced by all changes of time, to the Construction Contract or to related valid and proper payments made to or on behalf of the subcontracts,purchase orders,and other obligations. Contractor under the Construction Contract. 11. Any proceeding, legal or equitable, under this Bond may be 14.2 Construction Contract: The agreement between the instituted in any court of competent jurisdiction in the location in Owner and Contractor identified on the cover page,including all which the work or part of the work is located and shall be instituted Contract Documents and changes made to the agreement and within two years after a declaration of Contractor Default or within the Contract Documents. two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this 14.3 Contractor Default: Failure of the Contractor, which Bond,whichever occurs first. If the provisions of this paragraph are has not been remedied or waived, to perform or otherwise to void or prohibited by law, the minimum periods of limitations comply with a material term of the Construction Contract. available to sureties as a defense in the jurisdiction of the suit shall be applicable. 14.4 Owner Default: Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required 12. Notice to the Surety, the Owner, or the Contractor shall be under the Construction Contract or to perform and complete or mailed or delivered to the address shown on the page on which their comply with the other material terms of the Construction signature appears. Contract. 13. When this Bond has been furnished to comply with a statutory 14.5 Contract Documents:All the documents that comprise or other legal requirement in the location where the construction was the agreement between the Owner and Contractor. to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and 15. If this Bond is issued for an agreement between a contractor and provisions conforming to such statutory or other legal requirement subcontractor, the term Contractor in this Bond shall be deemed to shall be deemed incorporated herein. When so furnished,the intent be Subcontractor and the term Owner shall be deemed to be is that this Bond shall be construed as a statutory bond and not as a Contractor. common law bond. 16. Modifications to this Bond areas follows: 14. Definitions 14.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made including allowance for the Contractor for any amounts received or to be received by the Owner in settlement of insurance or other claims E1CDC®C-610,Performance Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. 3 of 3 EJ CD U`_ iWtWEERS 1Dltii VC11" Mct 000UMEMSCOM11,4IrrEE PAYMENT BOND CONTRACTOR(name and address): SURETY(name and address of principal place of business): Knife River-Belgrade Liberty Mutual Insurance Company P.O.Box 9 175 Berkeley Street,Boston,MA 02116 Belgrade,MT 59714 & Travelers Casualty and Surety Company of America One Tower Square,Hartford,CT 06183 OWNER(name and address): City of Bozeman CONSTRUCTION CONTRACT Effective Date of the Agreement:Llly J11 Amount: $5,207,849.50 Description(name and location): Cottonwood Road from Babcock Street to Durston Road BOND Bond Number: 190043133/107097129 l I Date(not earlier than the Effective Date of the Agreement of the Construction Contract): y 5 Amount:$5,207,849.50 Modifications to this Bond Form: Q None ❑ See Paragraph 18 Surety and Contractor, intending to be legally,�411ni Apereby,subject to the terms set forth below,do each cause this Payment Bond to be duly executed� l n®I[Il9l[( b#gicer,agent,or representative. GORP�q ' 7i 9j;•. C)o CONTRACTOR AS PRINCIPAL S�/i / �UREV 1990 Libert}CMutual Insurance Company& Knife v -Belgrade (.seal) .'TravSSrs Casualty and Surety Company of America (seal) Contra tor' Name and o po ate S al ,2i'� . .Sulsly's Name and Corporate Sea l � � � t By: BY Signature Signature(attach power of o rney) Pamela L. Michalies-Asst. Sec. Blake S.Bohlig Print Name Print Name Attorney-in-Fact Title Title Attest: , ///1 Attest Signature Signature j Witness Title Title Notes: (I)Provide supplemental execution by any additional parties,such as joint venturers.(2)Any singular reference to Contractor,Surety,Owner,or other party shall be considered plural where applicable, E)CDC®C-615,Payment Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. 1 of 3 6. If a notice of non-payment required by Paragraph 5.1.1 is 1. The Contractor and Surety, jointly and severally, bind given by the Owner to the Contractor,that is sufficient to themselves, their heirs, executors, administrators, satisfy a Claimants obligation to furnish a written notice of successors, and assigns to the Owner to pay for labor, non-payment under Paragraph 5.1.1. materials, and equipment furnished for use in the performance of the Construction Contract, which is 7. When a Claimant has satisfied the conditions of Paragraph incorporated herein by reference,subject to the following 5.1 or 5.2, whichever is applicable, the Surety shall terms. promptly and at the Surety's expense take the following actions: 2. If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies, and holds 7.1 Send an answer to the Claimant,with a copy to the harmless the Owner from claims, demands,liens,or suits Owner, within sixty (60) days after receipt of the by any person or entity seeking payment for labor, Claim,stating the amounts that are undisputed and materials, or equipment furnished for use in the the basis for challenging any amounts that are performance of the Construction Contract,then the Surety disputed;and and the Contractor shall have no obligation under this Bond. 7.2 Pay or arrange for payment of any undisputed amounts. 3. If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this 7.3 The Surety's failure to discharge its obligations Bond shall arise after the Owner has promptly notified the under Paragraph 7.1 or 7.2 shall not be deemed to Contractor and the Surety (at the address described in constitute a waiver of defenses the Surety or Paragraph 13) of claims, demands, liens, or suits against Contractor may have or acquire as to a Claim, the Owner or the Owner's property by any person or except as to undisputed amounts for which the entity seeking payment for labor,materials,or equipment Surety and Claimant have reached agreement. If, furnished for use in the performance of the Construction however, the Surety fails to discharge its Contract,and tendered defense of such claims,demands, obligations under Paragraph 7,1 or 7.2,the Surety liens,or suits to the Contractor and the Surety. shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to 4. When the Owner has satisfied the conditions in Paragraph recover any sums found to be due and owing to 3,the Surety shall promptly and at the Surety's expense the Claimant. defend,indemnify,and hold harmless the Owner against a duly tendered claim,demand,lien,or suit, 8. The Surety's total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney's S. The Surety's obligations to a Claimant under this Bond fees provided under Paragraph 7.3,and the amount of this shall arise after the following: Bond shall be credited for any payments made in good faith by the Surety. 5.1 Claimants who do not have a direct contract with the Contractor, 9. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance 5.1.1 have furnished a written notice of non- of the Construction Contract and to satisfy claims, if any, payment to the Contractor, stating with under any construction performance bond. By the substantial accuracy the amount claimed Contractor furnishing and the Owner accepting this Bond, and the name of the party to whom the they agree that all funds earned by the Contractor in the materials were, or equipment was, performance of the Construction Contract are dedicated furnished or supplied or for whom the to satisfy obligations of the Contractor and Surety under labor was done or performed, within this Bond,subject to the Owner's priority to use the funds ninety (90) days after having last for the completion of the work. performed labor or last furnished materials or equipment included in the 10. The Surety shall not be liable to the Owner,Claimants,or Claim;and others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be 5.1.2 have sent a Claim to the Surety (at the liable for the payment of any costs or expenses of any address described in Paragraph 13). Claimant under this Bond, and shall have under this Bond no obligation to make payments to or give notice on 5.2 Claimants who are employed by or have a direct behalf of Claimants, or otherwise have any obligations to contract with the Contractor have sent a Claim to Claimants under this Bond. the Surety (at the address described in Paragraph 13). 11. The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders,and other obligations. EJCDCR C-615,Payment Bond Copyright Co 2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. 2 of 3 12. No suit or action shall be commenced by a Claimant under 8. The total amount due and unpaid to the this Bond other than in a court of competent jurisdiction in Claimant for labor, materials, or equipment the state in which the project that is the subject of the furnished as of the date of the Claim. Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a 16.2 Claimant: An individual or entity having a direct Claim to the Surety pursuant to Paragraph 5.1.2 or 5.2,or contract with the Contractor or with a (2) on which the last labor or service was performed by subcontractor of the Contractor to furnish labor, anyone or the last materials or equipment were furnished materials,or equipment for use in the performance by anyone under the Construction Contract,whichever of of the Construction Contract. The term Claimant (1)or(2) first occurs. If the provisions of This paragraph also includes any individual or entity that has are void or prohibited by law, the minimum period of rightfully asserted a claim under an applicable limitation available to sureties as a defense in the mechanic's lien or similar statute against the real jurisdiction of the suit shall be applicable. property upon which the Project is located. The Intent of this Bond shall be to include without 13. Notice and Claims to the Surety, the Owner, or the limitation in the terms of "labor, materials, or Contractor shall be mailed or delivered to the address equipment" that part of the water, gas, power, shown on the page on which their signature appears. light, heat, oil, gasoline, telephone service, or Actual receipt of notice or Claims,however accomplished, rental equipment used in the Construction shall be sufficient compliance as of the date received. Contract, architectural and engineering services required for performance of the work of the 14. When this Bond has been furnished to comply with a Contractor and the Contractor's subcontractors, statutory or other legal requirement in the location where and all other items for which a mechanic's lien may the construction was to be performed, any provision in be asserted in the jurisdiction where the labor, this Bond conflicting with said statutory or legal materials,or equipment were furnished. requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal 16.3 Construction Contract: The agreement between requirement shall be deemed incorporated herein. When the Owner and Contractor identified on the cover so furnished,the intent is that this Bond shall be construed page, including all Contract Documents and all as a statutory bond and not as a common law bond. changes made to the agreement and the Contract Documents. 15. Upon requests by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and 16.4 Owner Default: failure of the Owner, which has Owner shall promptly furnish a copy of this Bond or shall not been remedied or waived, to pay the permit a copy to be made. Contractor as required under the Construction Contract or to perform and complete or comply 16. Definitions with the other material terms of the Construction Contract. 16.1 Claim: A written statement by the Claimant including at a minimum: 16.5 Contract Documents: All the documents that comprise the agreement between the Owner and 1. The name of the Claimant; Contractor. 2. The name of the person for whom the labor was done, or materials or equipment 17. If this Bond is issued for an agreement between a furnished; contractor and subcontractor,the term Contractor in this 3. A copy of the agreement or purchase order Bond shall be deemed to be Subcontractor and the term pursuant to which labor, materials, or Owner shall be deemed to be Contractor. equipment was furnished for use in the performance of the Construction Contract; 18.Modifications to this Bond are as follows: 4. A brief description of the labor, materials, or equipment furnished; S. The date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; 6. The total amount earned by the Claimant for labor,materials,or equipment furnished as of the date of the Claim; 7. The total amount of previous payments received by the Claimant;and EJCDC®C-615,Payment Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. 3 of 3 Surety Acknowledgment State of Minnesota } } ss. County of Hennepin } On this y day of 3MP 20��, before me personally came Blake S. Bohli>;, to me known,who being by me duly sworn, did depose and say that he 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 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 he signed his name to it by like order. SKEL LY NICOLE BRUGGEMAN Notary Public NOTARY PUBLIC-MINNESOTA Commission Number 31076676 Il CommssionExpiresJanuary31,2021 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. Liberty Liberty Mutual Insurance Company Mutual, The Ohio Casualty Insurance Company Certificate No:8196930.190003 SURETY 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 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, Nicole Langer,Blake S.Bohlig,Kelly Nicole Bruggeman,Brian D.Carpenter,Heather R.Goedtel,Michelle Halter,Jessica Hoff,Craig Olmstead all of the city of Bloomington state of Minnesota each individually if there be more than one named,its true and lawful attorney-in-fad 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 Paver 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 28th day of September , 2018 Liberty Mutual Insurance Company INSUR I,( INS& � trtSu q The Ohio Casualty Insurance Company j2v,0aP0R4TQy(1m QJ _f1poRgT'Pvyo UP�oaPOR4Tgy(i West American Insurance Company 1912 0 2 1919 o Q 1991 o � t/NN� rn dJl9sS•OCHUs; .4 ZO��NAMPS�,da3� �S �NDIA14" ,Ab ���/^ C �11 * *� �y1 • f N ''M * >� By: rn David M.Carey,Assistant Secretary :3 .fl State of PENNSYLVANIAss > 3 as County of MONTGOMERY M Cn aD On this 28th day of September 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o FU 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 — > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. c W � 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. o- a o C 0) p, PAS OM p N Q�S�or+wF rF( COMMONWEALTH OF PENNSYLVANIA Q O Notarial Seal /�\ O C .� OF Teresa Pastella,Notary Public v ` O 2 Upper Marion Twin.,Montgomery County By: C M �4, �a�P My Commission Expires March 28,2021 3 E y`�NsyLva o Teresa Pastella,Notary Public O m NO2q�N0; Member,Pennsylvania Association of Notaries a C:) (U N rA 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 Insurance o.E Company,and West American Insurance Company which resolutions are now in full face and effect reading as follows: o(D ai ARTICLEIV-OFFICERS:Section 12.Powerof Attorney. :� o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President-a.0 a_ > may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all >o m c undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full IT N > paver to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall "0O Z 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 the provisions of this E M 00 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. CC o 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,and subject to such limitations as the chairman or the president may prescribe, l shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,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 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 executed such instruments shall be as binding as if signed by the president and attested by the secretary. 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 attorneys4n- 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 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 the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty 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—N-11—day of P�1NS4 PY-Y INS& 1NSU,Qq J2`oaroriyTo2m Q a°oaPo�r- VP2 oaP."41 $ ` 1912 0 0 1919 1991 d�ssaDHue da OyAMPst a� vNDIANV a3 Y Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 062018 Travelers Casualty and Surety Company of America AA► 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 Blake S.Bohlig of BLOOMINGTON 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. 11-11k— �NfD�A(Yj, JP��Y qq.° i KkRTFOFA OWL 9� e Nurrfofao, (a�ro�uC r CONN. n J� ».. �s � ero J3 f�► State of Connecticut City of Hartford ss. Robert L.Raney,Sehtor 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. WV— T� My Commission expires the 30th day of June,2021 T*Aq � L C o duo * 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 day of , V°�y Jpl(Y qN° mp�p,!* Kevin E.Hughes,Assistant Secretary fv verify the authenticity of this Power of Attorney,please tail us at 1-800-411-3880. Please refer to the above-named Attorney-in-Fact and the details of the bond to which the power is attached. i t ( COMMERCIAL INSURANCE ( Libe ( Thank youfor • • • ( Liberty ( Welcome to Liberty Mutual Commercial Insurance. ( Please accept this confirmation of coverage for the following lines of business: ( ( Type of Coverage Policy Number Policy Company Name NAIC# Period ( Owners Contractors = Liberty Liability Policy TF2-641-445464-089 Mutual Fire Insurance Co 23035 ( Please review the documents and requests for additional information included with this confirmation. If you have any questions,call or email me or your Account Executive: ( ( !Nola Benoit, Mark Coel, rSuzy Stoner, ( Account Manager Underwriting Consultant I Senior Account Analyst [`:� (866)585-0993 (312)631 -2672 (312)631 -2631 nola.benoit(Dlibertymutual.com rnarl<.coel@,Iibertyniutual.com Isuzy.stoner(cpliberivmutual.com OCP Policyholder Detail ( Policyholder Name and Address: Limits of Liability: City of Bozeman 20 East Olive $1,000,000 Occurrence Bozeman, MT 59715 $2,000,000 Aggregate Contractor Name and Address Contract Number and Location ( Knife River Project:28194021 ( PO BOX 9 Cottonwood Road from Babcock Street to Durston Road Belgrade, MT 59714 City of Bozeman, MT Job Description: Excavation,Asphalt Paving,Concrete, Sewer Line and Electrical Additional Insured: Robert Peccia and Associates,their Consultants, Directors, Officers, Partners, Employees, and Agents Premium: $4,648 ( ( ( ( ( ( ( ® DATE(MMIDDIYYYY) ACORO EVIDENCE OF PROPERTY INSURANCE 06n0/2019 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 PHONE COMPANY AIC o Exl: Marsh USA Inc. Zurich American Insurance Co 333 South 7lh Street,Suite 1400 Minneapolis,MN 55402-2400 CN102299309—BR113.19-20 FAX EMAIL (A/C,No): ADDRESS: CODE: SUB CODE: AGENCY CUSTOME ID#: INSURED LOAN NUMBER POLICY NUMBER Knife River-Belgrade CPP3704500-17 PO Box 9 Belgrade,MT 59714 EFFECTIVE DATE EXPIRATION DATE CONTINUED UNTIL 01101/2019 01/01/2020 TERMINATED IF CHECKED THIS REPLACES PRIOR EVIDENCE DATED: PROPERTY INFORMATION LO CATI O NIDES C R I PTI ON Re:Contract Amount$5,207,849.50.Cottonwood Road from Babcock Street to Durslon Road. 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 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 I I BASIC BROAD SPECIAL COVERAGE I PERILS I FORMS AMOUNT OF INSURANCE DEDUCTIBLE 'All Risk'Blanket Real and Personal Property including 25,000,000 25,000 Boiler Machinery,earthquake,flood and wind perils. Leased/Rented Contractors Equipment($2,500,000 per item,$5,000,000 per occurrence) 5,000,000 25,000 Builder's Risk/installation(See Attached) 25,000,000 5,000 REMARKS(including Special Conditions City of Bozeman Montana;Robert Peccia and Associates;Allied Engineering Services,Respec;Kadar,LLC;PJB,LLC;Valley West HOA;The Blackleal'Group,LLC;and Bozeman School District 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.009288975-01 NAME AND ADDRESS X ADDITIONAL INSURED LENDER'S LOSS PAYABLE Lj LOSS PAYEE MORTGAGEE City of Bozeman LOAN# 20 East Olive Street Bozeman,MT 59715 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjeetctuoo ACORD 27(2016/03) ©1993-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN102299309 LOC#: Minneapolis ALA 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—$25,000,000(Deductible$5,000) Paving,Decking of Bridges—$25,000,000 Limit(Deductible S5,000) SevrerMater 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-S15,000,000(Subject to a minimum S5,000 deductible) Other deductibles may apply as per policy terms and conditions. ACORD 101 (2008101) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD �•� MONTCON-09 JSTIGEN ACORO" CERTIFICATE OF LIABILITY INSURANCE DATE 617/2019 YY) /7/2 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). CONTACT PRODUCER NAME: — Billings Office FAX PHONE Payynewest Insurance,Inc. (Alc,No,Ezt>:(406)238-1900 (A/C,Ne):(406)245-9887 P.O,Box 30638 E-MAIL DD IESS: Billings,MT 59107-0638 INSURERS AFFORDING COVERAGE NAIC N INSURERA:Safety National Casualty Corporation 15105 INSURED INSURER B: JTL Group,Inc.DBA Knife River-Belgrade INSURERC: A Member of the MCCF PO Box 9 INSURER D: Belgrade,MT 59714 INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS T. INSD WVD MMIDD (MMIDDIYYYYL COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S CLAIMS-MADE OCCUR DAMAGE TORENTED —_ PREMISES Ea occurrence $ MED EXP(Any one ersan $ 4 PERSONAL&ADV INJURY S GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY PRO ❑ LOC PRODUCTS-COMP/OP AGG $ JECT OTHER: $ COMBINED AUTOMOBILE LIABILITY accideSINGLE LIMIT accident) $ ANY AUTO BODILY INJURY Perperson) $ _-- OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ HIRED NON-OWNED PROPERTY AMAGE AUTOS ONLY AUTOS ONLY Per accident $ _ $ UMBRELLA LIAR OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ S WORKERS COMPENSATION SOU E ER H AND EMPLOYERS'LIABILITY Y I N ANY PROPRIETORIPARTNER/EXECUTIVE r—] NIA E.L.EACH ACCIDENT S OFFIC ER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under I DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Workers Compensation SP4059683 1/1/2019 1/1/2020 Coverage A Statutory DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe 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). Cottonwood Road from Babcock Street to Durston Road 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. 20 East Olive Street Bozeman,MT 59715 AUTHORIZED REPRESENTATIVE <fbt*r\__) ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ' ® DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 06/11/2019 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: PHONE 333 South 7lh Street,Suite 1400 (A/C.N Ext): AA/c No): Minneapolis,MN 55402-2400 A DRIESS: Attn:MDU.CertRequesl@marsh.com INSURER S AFFORDING COVERAGE NAIC# CN102299309-JTLBE-GAX-19-20 INSURER A:Liberty Mutual Fire Ins Co 23035 INSURED INSURER B:Associated Electric&Gas Ins Services Ltd 3190004 Knife River-Belgrade PO Box 9 INSURER C:Liberty Insurance Corporation 42404 Belgrade,MT 59714-0009 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: CHI-009288971-02 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE POLICYNUMBER MM/DD/YYYY MMIDD/YYYY A X COMMERCIAL GENERAL LIABILITY TB2-641-005097-049 01/01/2019 01/01/2020 EACH OCCURRENCE $ 2,000,000 DAMAGE TO TED CLAIMS-MADE FI OCCUR PREMISES(Ea occurrence) $ 1,000,000 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 2,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 4,000,000 POLICY Ffl PRO LOC PRODUCTS-COMP/OPAGG $ 4,000,000 JE OTHER: $ A AUTOMOBILE LIABILITY AI2-641-005097-059 01/01/2019 01/01/2020 COMBINED SINGLE LIMIT Ea ccident $ 2,000,000 a XIANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED X NON-OWNED PROPERTYDAMAGE $ AUTOS ONLY AUTOS ONLY Per accident UMBRELLA LIAB OCCUR XL5063408P 01/01/201g 01/01/2020 EACH OCCURRENCE $ 5,000,000 X EXCESS LIAB HCLAIMS-MADE AGGREGATE $ 5,000,000 DED T RETENTION$ $ C WORKERS COMPENSATION WA7-64D-005097-019(AOS) / 61/0112 220 X STATUTE EORH AND EMPLOYERS'LIABILITY 1,000,000 ANYPROPRIETOR/PARTNER/EXECUTIVE YE NIA Liability(Mandatory in NH) P y Y Onlers E.L.EACH ACCIDENT $ OFFICER/MEMBEREXCLUDED7 "MT Employers �' 1,000,000 Y E.L.DISEASE-EA EMPLOYEE $ 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:Cottonwood Road from Babcock Street to Durston Road. City of Bozeman Montana;Robert Peccia and Associates;Allied Engineering Services,Respec;Kadar,LLC;PJB,LLC;Valley West HOA;The Blackleaf Group,LLC;and Bozeman School District 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 20 01 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 20 East Olive Street THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Bozeman,MT 59715 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc, Manashi Mukherjee �ir�Qw,�vo►�; @ 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN102299309 LOC#: Minneapolis Ac"R o ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Marsh USA Inc. Knife 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:Al2-641-005097-059 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE 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 the 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 LlabilityCoverage,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 II - 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 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Policy Number: AI2-641-005097-059 Issued By: Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO 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 COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Schedule Name of 0ther Person(s)/ Email Address or mailing Number Organ!zatl on(s): address: Days Notice: Per schedule of certificate holders Per schedule of certificate holders 90 on file with the .Company on file 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 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 01 0511 ©2011, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. POLICY N U MBER:TB2-641-005097-049 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to 1. All work, including materials, parts or include as an additional insured the person(s) or equipment furnished in connection with such organization(s) shown in the Schedule, but only with work, on the project (other than service, respect to liability for "bodily injury', "property maintenance or repairs) to be performed by or damage" or "personal and advertising injury' on behalf of the additional insured(s) at the caused, in whole or in part, by. location of the covered operations has been 1. Your acts or omissions; or completed; or 2. The acts or omissions of those acting on your 2. That portion of "your work" out of which the behalf; injury or damage arises has been put to its in the performance of your ongoing operations for intended use by any person or organization the additional insured(s) at the location(s) other than another contractor or subcontractor designated above. engaged in performing operations for a principal as a part of the same project. However: C. With respect to the insurance afforded to these 1. The insurance afforded to such additional additional insureds, the following is added to insured only applies to the extent permitted by Section III—Limits Of Insurance: law; and If coverage provided to the additional insured is 2. If coverage provided to the additional insured is required by a contract or agreement, the most we required by a contract or agreement, the will pay on behalf of the additional insured is the insurance afforded to such additional insured will amount of insurance: not be broader than that which you are required 1. Required by the contractor agreement;or by the contract or agreement to provide for such additional insured. 2. Available under the applicable Limits of B. With respect to the insurance afforded to these Insurance shown in the Declarations; additional insureds, the following additional whichever is less. exclusions apply: This endorsement shall not increase the This insurance does not apply to "bodily injury' or applicable Limits of Insurance shown in the "property damage"occurring after: Declarations. SCHEDULE CG 2010 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 2 SCHEDULE(continued) Name Of Additional Insured Person(s) Location(s)Of Covered Operations Or Organization(s): 1.Any person or organization with whom you have All locations as required by a written contract or agreed in writing in a contract or agreement, prior to an agreement entered into prior to an "occurrence" or "occurrence"or"offense",that such person or offense. organization be added as an additional insured on your policy; and 2.Any other person or organization you are required to add as an additional insured under the contract or agreement described in item (1) above Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 2010 0413 O Insurance Services Office, Inc., 2012 Page 2 of 2 POLICY NUMBER:TB2-641-005097-049 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to B. 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" caused, 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 hazard'. 1. Required bythe contract or agreement; or However: 2. Available under the applicable Limits of 1. The, insurance afforded to such additional Insurance shown in the Declarations; insured only applies to the extent permitted by whichever is less. law; and This endorsement shall not increase the applicable 2. If coverage provided to the additional insured is Limits of Insurance shown in the Declarations. 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 prav�ide for such additional insured. SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations Any person or organization with whom you have agreed All locations as required by a written contract or in writing in a contract or agreement, prior to an agreement entered into prior to an "occurrence"or "occurrence"or"offense",that such person or offense. organization be added as an additional insured on your policy; and 2.Any other person or organization you are required to add as an additional insured under the contact or agreement described in item (1) above. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 37 0413 0 Insurance Services Office,Inc., 2012 Page 1 of 1 Policy Number TB2,641-005097-049 Issued by LIBERTY MUTUAL FIRE INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO 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 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)1 Email Address or mailing address: Number Days Notice: Or anization(s): Per Schedule of certificate 90 holders on file 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 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 01 05 11 ©2011 Liberty Mutual Group of Companies.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. PO LICY N U MBER:TB2-641-005097-049 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- obligated to pay as damages caused by rences" under Section I — Coverage A, and for all "occurrences" under Section I —Coverage A, and medical expenses caused by accidents under for all medical expenses caused by accidents Section I — Coverage C, which can be attributed under Section I — Coverage C, which cannot be only to ongoing operations at a single designated attributed only to ongoing operations at a single construction project shown in the Schedule below: designated construction project shown in the 1. A separate Designated Construction Project Schedule below: General Aggregate Limit applies to each des- 1. Any payments made under Coverage A for ignated construction project, and that limit is damages or under Coverage C for medical equal to the amount of the General Aggregate expenses shall reduce the amount available Limit shown in the Declarations. under the General Aggregate Limit or the 2. The Designated Construction Project General Products-completed Operations Aggregate Aggregate Limit is the most we will pay for the Limit, whichever is applicable;and sum of all damages under Coverage A, ex- 2. Such payments shall not reduce any cept damages because of "bodily injury' or Designated Construction Project General "property damage" included in the "products- Aggregate Limit. completed operations hazard", and for medi- C. When coverage for liability arising out of the cal expenses under Coverage C regardless of the number of: "products-completed operations hazard" is prov- ided, any payments for damages because of a. Insureds; "bodily injury' or "property damage" included in the b. Claims made or"suits"brought;or "products-completed operations hazard" will c. Persons or organizations making cladms or reduce the Products-completed Operations Agg- bringing"suits". regate Limit, and not reduce the General Agg- regate Limit nor the Designated Construction 3. 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 Designated Con- has been abandoned, delayed, or abandoned and struction Project General Aggregate Limit for then restarted, or if the authorized contracting that designated construction project. Such parties deviate from plans, blueprints, designs, payments shall not reduce the General Ag- specifications or timetables, the project will still be gregate Limit shown in the Declarations nor deemed to be the same construction project. shall they reduce any other Designated Con- struction Project General Aggregate Limit for E. The provisions of Section III—Limits Of Insurance any other designated construction proect not otherwise modified by this endorsement shall shown in the Schedule below, continue to apply as stipulated. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Construction Project Gen- eral Aggregate Limit. CG 25 03 05 09 O Insurance Services Office, Inc., 2008 Page 1 of 2 SCHEDULE Designated Construction Project(s): All Construction projects not located at premises owned, leased or rented byaNamed Insured. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 25 03 05 09 ©Insurance Services Office, Inc., 2008 Page 2 of 2 POLICY NUMBER:TB2-641-005097-049 COMMERCIAL GENERAL LIABILITY CG 2417 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTUAL LIABILITY - RAILROADS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART With respect to operations performed for, or affecting, party to pay for "bodily injury' or"property dam- a Scheduled Railroad at a Designated Job Site, the age" to a third person or organization. Tort li- definition of "insured contract" in the Definitions sec- ability means a liability that would be imposed tion is replaced by the following: by law in the absence of any contract or 9. "Insured Contract" means: agreement. a. A contract for a lease of premises. However, Paragraph f. does not include that part of any that portion of the contract for a lease of prem- contract or agreement: ises that indemnifies any person or organiza- (1) That indemnifies an architect, engineer or tion for damage by fire to premises while rented surveyor for injury or damage arising out of: to you or temporarily occupied by you with (a) Preparing, approving or failing to pre- permission of the owner is not an "insured con- pare or approve maps, shop drawings, tract"; opinions, reports, surveys, field orders, b. A sidetrack agreement; change orders or drawings and specifi- c. Any easement or license agreement; cations; or d. An obligation, as required by ordinance, to (b) Giving directions or instructions, or fail- indemnify a municipality, except in connection ing to give them, if that is the primary with work for a municipality; cause of the injury or damage; e. An elevator maintenance agreement; (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for f. That part of any other contract or agreement an injury or damage arising out of the in- pertaining to your business (including an in- sured's rendering or failure to render pro- demnification of a municipality in connection fessional services, including those listed in with work performed for a municipality) under Paragraph (1) above and supervisory, in- which you assume the tort liability of another spection, architectural or engineering activi- ties. SCHEDULE Scheduled Railroad: Designated Job Site: Any railroad for which you are performing operations All jobsites. and for which no Railroad Protective Liability Policy has been purchased for the railroad byyou, or any railroad for which "your work" has been completed or put to its intended use. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) CG 241710 01 ©ISO Properties, Inc., 2000 Page 1 of 1 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 nor negate cancellation of the policy. Schedule Name of Other Person(s)1 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-05097-019 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 ( ( ( ( f ( ( ( ( ( SECTION 2. ( ( ( BIDDING DOCUMENTS ( ( ( ( ( r f BID PROPOSAL Cottonwood Road from Babcock St. to Durston Rd. City of Bozeman ALL BIDDERS MUST CONTACT ROBERT PECCIA & ASSOCIATES OFFICE AT THE ADDRESS STIPULATED IN THE INVITATION TO BID TO.OBTAIN THE "OFFICIAL" ( CONTRACT DOCUMENTS BOOKLET. f The undersigned Bidder, having familiarized themselves with the conditions of the work and the 4 contract documents, the site where the work is to be performed, local labor conditions and all laws, E regulations, municipal ordinances, and other factors which may affect the performance of the Work, and having satisfied themselves of the expense and difficulties attending performance of the work: 1 Hereby proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City of 4 Bozeman in the form included in the Contract Documents, to perform and furnish all Work as specified 4 or indicated in the Contract Documents including labor, materials, equipment and services necessary to complete all general construction work, for the prices and within the times indicated in this Bid and in ( accordance with the other terms and conditions of the Contract Documents including all Addenda, for a ( project entitled Cottonwood Road from Babcock St. to Durston Rd. The undersigned Bidder hereby agrees to commence work under this contract on the date to be specified in a written Notice to Proceed from the Owner and to fully complete the project within the following specified times thereafter as stipulated in the Specifications. Time is of the essence in completing this project. Bidder further agrees to pay liquidated damages for each consecutive day work continues past r the contract time. Liquidated damages will be the sum as specified in the Special Provisions plus reimbursement for engineering services per consecutive calendar day the work continues past the contract time. The work shall be completed within the allotted contract times as specified in the Special 1 Provisions. The undersigned Bidder hereby certifies that: 1) this Bid is genuine and is not made in the interest of, or in the behalf of, any undisclosed person, firm, or corporation, and is not submitted in conformity with ( any agreement or rules of any group, association, organization, or corporation; 2) the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid; 3) the Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and 4) the Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over the Owner. The undersigned Bidder agrees to complete the Work in accordance with the Contract Documents for the following prices: BID PROPOSAL Page 1 of 11 BID PROPOSAL—STANDARD BID Cottonwood Road from Babcock St. to Durston Rd. Oil Item Estimated Unit Description Unit Price Total tal Price o0 e� M. D� — No. Quanti 1. 1 LS Mobilization,Bonding, and o •� Submittals (May not exceed 5% of $ Total Base Bid) 2. 1 LS Construction Surveying, Staking, and $ 6 7, 1�p�.� $ 67,ZSOo� Testing 3. 1 LS Traffic Control DOO' $ 1 y0 OuD 4. 1 LS Erosion Control and Permits .• oa $ ko,000 $ yo 5. 1 LS Dewatering $ 01 SAID $ MOO 6. 35 EA Remove Tree eo as $ 3W_ $ /�.S o�— 7. 15 EA Trim Tree $ o� $ ',$75 8. 2,420 CY Topsoil-Strip, Salvage, and Reuse eo 00 $ 3 g $ 9y 3$0 Ia 9. 200 CY Topsoil-Imported o° p° 10. 400 CY Imported Trench Backfill $ 15� $ � Go0 --• 11. 289 LF Remove Sanitary Pipe ° 12. 288.8 LF 12"PVC SDR-35 San.Pipe o $ 6�, $ » 9� 13. 2,746.5 LF 18"PVC PS-46 San. Pipe 78�. $ pO ,� $ D BID PROPOSAL Page 2 of 11 BID PROPOSAL—STANDARD BID Cottonwood Road from Babcock St. to Durston Rd. Item Estimated Unit Description Unit Price Total Price No. Quantity 14. 9 EA 60" Sanitary Manhole eo •o 15. 1 EA 60" Sanitary Interior Drop Manhole CJa .a $ I2,Bod $ /111 _ 16. 1 EA 60" Sanitary Exterior Drop Manhole o0 00 $ 11, 5, - $ l6,2P=- 17. 7 EA Modify Manhole $ �,2�0 $ �s68o - 18. 10 EA Adjust Manhole oo eo $ 375� $ 7so- 19. 21 EA Adjust Water Valve ee to $ ?f^ $ 5 775- 20. 28 EA Adjust Curb Stop $ ^o $ y 1�^e 21. 1 EA Adjust Cleanout -- 22. 5 EA Adjust Water Main 7 DSO ^o $ 8 7SDoo $ , 23. 28 EA Adjust Water Service $ OSD 0 $ �9 yOd^o 24. 1 EA Remove and New Hydrant Assembly $ g'S o^ 85Z00 $ 25. 1 LS Remove Drainage $ $ RV 4 0 26. 115.7 LF 12" PVC Storm Pipe 60 00 $ 80_ $ 9,As6 - 27. 16.0 LF 15" PVC Storm Pipe eo 00 $ 160� $ z,s6o.- BID PROPOSAL Page 3 of 11 c BID PROPOSAL—STANDARD BID Cottonwood Road from Babcock St. to Durston Rd. Item Estimated Unit Description Unit Price Total Price No. Quantity 28. 189.0 LF 12" RCP Class 5 Storm Pipe o0 $ `3 _ $ O7 00 29. 147.5 LF 15" RCP Class 5 Storm Pipe o0 30. 34 LF Concrete Inlet Chase oo eo $ 375-— $ A,73'0 31. �-- EA Square Storm Drain Inlet 400 4 $ OSa,_ $ 11f _. 32. 1 EA Double Storm Drain Inlet ao 33. 3 EA 48" Combination Manhole and Curb eo ao Inlet $ Y�;.70 $ /1j810 34. 4 EA 48" Standard Straight Manhole op o0 $ $ /y, ADO— If 35. 1 LS Subsurface Detention System 00 $ oYD�� $ to �- 36. 37 SY Drainage Geotextile op ea $ a $ / °7 37. 19 CY Pipe Bedding Type 2 0o do $ 38. 5,456 SF Rigid Board Insulation op 7 D ea 39. 47 CY Flowable Fill $ i30 00 o - 40. 24,000 CY Street Excavation(Above Subgrade) oo y °^ $ f $ — 41. 2,000 CY Imported Borrow $ 6sao $ 130 o0 ODO" BID PROPOSAL Page 4 of 11 BID PROPOSAL—STANDARD BID Cottonwood Road from Babcock St. to Durston Rd. Item Estimated Unit Description Unit Price Total Price No. Quantity 42. 4,250 CY Subexcavation and Replacement op o0 Below Subgrade(Imported 6" $ 6d— $ .ZS,Si aDO Minus 43. 1,457 SY Separation Geotextile 10 $ r- 44. 23,775 SY Geosynthetic $ Y $ 106, 981 45. 12,822 CY Sub-Base Course(6"Minus) $ a?^° $ Olt 11Y 00 46. 3,754 CY Crushed Base Course(1.5"Minus) $ 3192. $ ao �S°- 47. 5,711 TON Asphalt Pavement, PG 58-28 $ 71_° $ q11' nz a 48. 18,681 SY Asphalt Seal and Chip Coat $ oo $ 37 6�°o 49. SY Concrete Sidewalk 6" Thick(With $ 60oo $ Sy,`1180°•- 9�8 3" Thick Gravel Base) 0. =- SY Detectable Warning Panels $ S' $ 3�}7S'00 �Jam. C7 51. 8,125 LF Concrete Curb and Gutter $ 13 0° $ jbs �- 52. 60 SY Concrete Double Gutter(7" Thick) po eo $ $ sl6o_ 53. 78 SY Concrete Apron Fillets(7" Thick) do $ 7S` $ S.Ss� 54. 622 SY Concrete Median Cap(4" Thick) vo 00 $ 3 — $ Al BID PROPOSAL Page 5 of 11 BID PROPOSAL—STANDARD BID Cottonwood Road from Babcock St. to Durston Rd. Item Estimated Unit Description Unit Price Total Price No. Quantity $$ 57. 16 LF Retaining Wall oo . $ No'— $ "D�o 58. 1 LS Remove Pavement Markings l$��1'J0 ap $ '� $ 59. 1 LS Pavement Markings C 00 $ sow $ 3 4i= 60. 1 LS Signing o0 550,E 61. 13,000 SY Hydraulic Seeding 84 ao $ $ lo g, 00� 62. 14 EA Adjust Sprinkler System o0 00 $ 3, �,� $ 13,70 70 63. 120 LF 4" PVC Schedule 40 Pipe(Irrigation eo ao Sleeve) $ 6 $ 7A 64. 820 LF 6" PVC Schedule 80 Pipe(Irrigation sp eo Sleeve) $ '� $ 7 7V 65. 2 EA Monument Box oo ao $ 66. 2 EA Property Pin ed $ LSD�' $ �0 67. 1 LS Buried Electrical(Concrete o0 ^o foundations, conduits, pull boxes, $ 38S6000 $ 38,5;400 borings, cables,wires, conductors) 68. 1 EA Emergency Preemption System op e� $ S DD 69. 1 EA Radar Detection System sa 40 $ �$DID $ ti ov0 BID PROPOSAL Page 6 of I I BID PROPOSAL—STANDARD BID Cottonwood Road from Babcock St. to Durston Rd. Item Estimated Unit Description Unit Price Total Price No. Quantity 00 oa 70. 32 EA Colored Luminaire Standard(25' 00 Tall with 6'Mast Arm) $ $ 71. 9 EA Colored Luminaire Standard (35' 00 ,o Tall with 10'Mast Ann) $ �j'You _ $ 39J 72. -44i, EA Colored LED Assembly(for Signal ed vo 143 and Luminaire) $ � r— 73. 2 EA Service Assembly(30 AMP and 60 AMP) $ 3,87S" $ 7 74. 18 EA Signal Indications-Traffic 00 v� $ !,09 $ 75. 10 EA Signal Indications-Pedestrian rp 76. 1 EA Controller, Cabinet, and Concrete Pedestal $ S/,lam— $ 5/000 77. 7 EA Colored Signal Standard-Type 1 eo 00 $ $ 8 78. 2 EA Colored Signal Standard- Type 2 00 0_0 (35'Mast Arm with 15'Luminaire) $ !s,DLL^ $ ,30 OGV 79. 1 EA Colored Signal Standard-Type 3 da eo (55'Mast Arm) $ !�,D00 $ 80. 1 EA Colored Signal Standard- Type 3 o0 oG (60'Mast Arm) $ lB,oLr�— $ !8 81. 1 LS Remove and Reset Signal 00 ao 82. 10 EA Push Button-Pedestrian/Tactile �,p od $ ! 60 — $ 19,000_ BID PROPOSAL Page 7 of 11 BID PROPOSAL—STANDARD BID Cottonwood Road from Babcock St. to Durston Rd. 1 Item Estimated Unit Description Unit Price Total Price M No. Quantity M 83. 1 EA Broadband Antenna pa M 84. 1 EA Remove and Salvage Luminaire, ao 00 M Miscellaneous Electrical $ //000 $ 14 6w— 85. 2.0 CY Rip Rap—Class 1 Random oa M $ 86. 100,000 UNIT Miscellaneous Work M 87. 1 LS Temporary Water Supply o o ao $ .3Y o00 $ 3 y,000- 88. 3 EA Adjust Vault 00 co 00 STANDARD BID PRICE: $ -1J 875 S5-4 co TiousIt (Standard Bid Price-Written in Words) fay/ M;�l.on E�91,f Hanclrer� -Se .,Iv Five Thoaso"l f:vt Nu K.l��� ,�;�fy Nike Do�lars a•+� zero cenfs BID PROPOSAL Page 8 of 11 BID PROPOSAL—ALTERNATE#1 Cottonwood Road from Babcock St. to Durston Rd. Item Estimated Unit Description Unit Price Total Price No. Quantity 1-A. 1 LS Mobilization,Bonding, and OOP Submittals(May not exceed 5% of $ DDO $ Total Base Bid 2-A. 1 LS Construction Surveying, Staking, and eo 00 Testing $ ya]y D $ q, 7S d 3-A. 1 LS Traffic Control co $ 8,5w — $ 8,soo 40-A. 2,535 CY Street Excavation(Above Subgrade) $ IN b° $ yS 6 30 o0 44-A. 7,609 SY Geosynthetic $ A/ T $ 311 10 46-A. 1,274 CY Crushed Base Course(1.5"Minus) $ 3�S-0 47-A. 2,451 TON Asphalt Pavement,PG 5 8-2 8 'VP O° $ 17/,S70 48-A. 7,916 SY Asphalt Seal and Chip Coat $ $ (S g3 58-A. 1 LS Remove Pavement Markings 00 o0 $ /D D00 $ so ALTERNATE#1 BID PRICE: $ 3311 ;17,9 Tl,Kt NN,,r,(rrql Tl+, T•v�, T�o�cS�hor/ Ywo f�K�+o�rtcf lI(, �y �o//45 aW/ 67`{�.CemA (Alternate#1 Bid Price-)Written in Words) BID PROPOSAL Page 9 of 11 BID PROPOSAL—ALTERNATE #2 Cottonwood Road froin Babcock St. to Durston Rd. Item Estimated Unit Description Unit Price Total Price No. Quantity I-B. I LS Mobilization,Bonding, and ao 00 Submittals (May not exceed 5% of $ 100— $ Total Base Bid) 89-B. I LS Irrigation Well D mo ap $ $,,� b $ DD ALTERNATE#2 BID PRICE: 6!• 4f 71tvkj4Kv, TN/-et Nmm Wr e, 0O11rgr3 aN/ 2"'w cowls (Alternate#2 Bid Price- Written in Words) BID PROPOSAL Page 10 of 11 BID PROPOSAL (cont.) The foregoing unit bid prices shall include all labor, materials, equipment, overhead, profit, insurance, and all incidentals required to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The Bidder agrees that this Bid shall be good and may not be withdrawn for a period of sixty(60) calendar days after the scheduled opening time. Bidder hereby acknowledges receipt of the following Addenda, which have been considered in preparation of this Bid: Addendum No. D14 F Dated Q L--d ZD 19 Addendum No. -rw o Dated o 9 2 01 Addendum No� Dated HTTig The undersigned Bidder acknowledges that this information, which was developed by the Engineer, is for design purposes only. The Contractor shall be solely responsible for information required to bid the project. By signing this Proposal, the Contractor acknowledges that he has adequate information independently verified by the Contractor, to prepare and offer this bid. Submitted this 'rn day of , 2019. Firm Name: ��J ( F E T� 1✓G2— E2121��C— By SIG A OF BIDDER) Title: V i Business Address:I / 0, FO`j-9 [�KG.�►�'E- ��� J`J9� Montana Contractor's Registration No. ng ,) Phone No.: 3 Bid Security Attached: Yes BID PROPOSAL Page 11 of 11 EJCDC= PENAL SUM FORM ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE Did Bond Any singular reference to Bidder,Surety,Owner or other party shall be considered plural-where applicable. BIDDER(Name and Address): Knife River-Belgrade P.O.Box 9,Belgrade,MT 59714 SURETY(Nance,and Address of Principal Place of Business): Liberty Mutual Insurance Company 175 Berkeley Street,Boston, MA 02116 OWNER(Name andAddress): City of Bozeman BID Bid Due Date: May 14,2019 Description (Project Name—Include Zocation):Cottonwood Road from Babcock St. to Durston Rd. BOND Bond Number: Bid Bond Date: May 14, 2019 $ 10% Penal sum Ten Percent of Amount Bid (rigures) (Words) Sure and Bidder,intending to be legally l�ptrtl ,�yy,,subjcot to the terms set forth below,do each cause this Bid Bond to be duly executed by an authdiiel o�tPeOe�; itt,�or representative. �oR 0 BIDDER _ �`: TY Seal Knife River-Belgrade = `( L•ibet y Mutual Insurance Company ( ) Bidder's N and Corp e I 99 Sure—'s Name d Corporate Seal g �; L y' �r,, ��.�` Signature(Attach Power of ttorneyj Signature r,till,,� Pamela L. Michalies-Asst. Sec. Blake S. Bohlig PrintName PrintName Attorney-in-Fact Title 1 Title V j Attest; Attest: Signature V/ Signature Witness Title Title Note:Addresses are to be used for giving any required notice. ,Provide execution by any additional parties, such as joint venturers, f necessary. BlCDCQD C1330,Did Bond(Penn(sum I'ol'ID),Published 2013- (EA 0711 Prepared by the r-noncersJoint ContmetDocuments Committee. 00430-1 T r a ti �n�YIJ.[LS��. Surety Acknowledgment State of Minnesota I } ss. County of Hennepin I On this 14th day of May 2019,before me personally came Blake S. Bohli , to me known, who being by me duly sworn, did depose and say that he is the Attorney-in-Fact of Liberty Mutual Insurance Company described in and which executed the above instrument; that 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 he signed his name to it by like order. UQU&Wksr— Notary Public Ili '0:=— '0' NE HALTE' PublicsotaN ion Expires 2023 nureln,and they have no authority to ❑lna the Company except In the manner and to the extent herein stated. Mutual, Liberty Mutual Insurance Company Mutual, The Ohio Casualty Insurance Company Certificate No:8196930-190003 SURETY 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 Stale 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, Nicole Langer,Blake S.Bohlig,Kclly Nicole Bruggeman,Brian D.C enter,Heather R.Goedtel,Michelle Halter,Jessica Hoff,Craig Olmstead all of the city of Bloomington state of Minnesota each individually if there be more than one named,its true and lawful attorney-in-fad 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 Paver 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 28th day of September , 2018 . I 1NSUR �1V INS& 1NSu Liberty Mutual Insurance Company aPORq of o° ° Jp p R The Ohio Casualty Insurance Company J =° T�Q m 2°°aPorz'OIFo yn 20°aPORgrFoym West American Insurance Company 1912 0 " 1919 o m 1991 e dVl9ss4CHUs-�.da3 ZO ZF`h 61 F.1 �e�a3O `( �N°IANp L� � 7 r c'"`:' m 8j7 * 1� dy1 * 8Na s�,M * ��d By c David M.Carey,Assistant Secretary State of PENNSYLVANIA IN � CountyofMONTGOMERY ss rn co J m On this 28th day of September 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o 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 — I > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. uJ 's 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. a�i Q -a IC, UI PAS C 1 Q��P �- �>.oNwFq TF� COMMONWEALTH OF PENNSYLVANIA � 1 Q V0 I �O ti u° !Z T�. Notarial Seal a�%�<'�-lc �� O OF Teresa Pastella,Notary Public O O IC 1 Upper Marion Twp.,Montgomery County By• /p ?� My commission Expires March 2a.2021 0) t17 v INN �Hsr0P �o eresa Pastella,Notary Public 3 E q�l PVO� Member,PennsyNania Association of Nolaries O W 0-C:) This Power of Alto rney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Insurance w LA �.S Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: 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 to such limitation as the Chairman or the President a1 m> may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all >o undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full t N 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 executed,such instruments shall "oQ 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 the provisions of this E_M 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. c o0 ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. 00 Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the resident may shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, ~ bonds,recognizances and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to tend the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. 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- fad as may be necessary to ad on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Commpanys 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 the same force and effect as though manually affixed, I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of atiomey of which the foregoing is a full,true and correct copy of the Power of Attomey 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 14th day of May 2019 . V 1NSIJ �Y INS,p 1NS(/ jJ=`oRVOAaT�4, eJp`oxv°r�lf"R9y \`P 101?gRgyC 1912 c1 " c R 1 _ Fo m 0 1919 1991 - acH09`~aLS SDi�yNArars e�D�o Y NDIANP L� By: Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 062018 NON-DISCRIMINATION AFFIRMATION FORM Lf F I ✓fr2�C-,�bt7F-fname of entity submitting] hereby affirms it will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability in the performance of work performed for the'eity of Bozeman, if a contract is awarded to it, and also recognizes the eventual contract, if awarded, will contain a provision prohibiting discrimination as described above and that this prohibition shall apply to the hiring and treatment of the 0 C- [name of entity submitting] employees and to all subcontracts it enters into in performance of the agreement with the city of Bozeman. Signature of Bidder- Person au ionzed to sign on behalf of the bidder SECTION 3. BIDDING INFORMATION ADDENDUM NO. 1 Cottonwood Road from Babcock St. to Durston Rd. City of Bozeman, Montana Date of Addendum: April 18,2019 Bid Opening Date: May 14,2019 at 4:00 p.m. E Construction permits have not been acquired on the Valley West open space(Parcels#3,4,and#5).Remove sidewalk items of work from 40+90 RT. to 58+70 RT. These items may be added back into the Contract ( when the construction permits are acquired. This addendum modifies the Contract Documents and Construction Drawings for the Cottonwood Road ( project from Babcock Street to Durston Road in Bozeman,Montana, as set forth herein: d Q 1. BID PROPOSAL: Bid item#49 Concrete Sidewalk. Revise the quantity from 2,137 SY to 908 SY. Bid Item#50 Detectable Warning Devices. Revise the quantity from 20.9 SY to 15.0 SY. Remove Bid Item#55 Concrete Stairs. Remove Bid Item#56 Handrail. 2. CONSTRUCTION DRAWINGS: ( Sheets C-9, C-10, & C-11: Remove callouts for `New Concrete Sidewalk & Detectable Warning Panels' from 40+90 RT. to 58+70.73 RT. Remove callouts for `New Concrete Stairs &Handrails' from 57+85.59 to 57+92.59 RT. i r END OF ADDENDUM NO. 1 Issued By: ROBERT PECCIA&ASSOCIATES 3810 Valley Commons Drive Suite 4,Bozeman,Montana 59718 { MpNTANA TACI FAE VENNER Staci Venner,P.E.,Project Manager -Po�F 6iiII/ Office: (406)-284-2665 ONAL 0 COTTONWOOD ROAD FROM BABCOCK TO DURSTON-ADDENDUM NO. I PAGE 1 Q ADDENDUM NO.2 Cottonwood Road from Babcock St. to Durston Rd. ( City of Bozeman,Montana Date of Addendum: May 9,2019 Bid Opening Date: May 14,2019 at 4:00 p.m. Q This addendum modifies the Contract Documents and Construction Drawings for the Cottonwood Road project from Babcock Street to Durston Road in Bozeman,Montana, as set forth herein: ( 1. BID PROPOSAL: Bid item#31 Square Storm Drain Inlet. Revise the quantity from 5 to 4. ( 2. CONSTRUCTION DRAWINGS: Sheets C-11: Revise the M-4 rim elevation to 4777.70. ( Revise the 1-8 sump elevation to 4770.95. END OF ADDENDUM NO.2 Issued By: ROBERT PECCIA&ASSOCIATES 3810 Valley Commons Drive Suite 4,Bozeman,Montana 59718 .. J� 40NTANA * TACI FAE VENNER Staci Venner,P.E.,Project Manager QcErsE Office: (406)-284-2665 sVONAI- 1 a COTTONWOOD ROAD FROM BABCOCK TO DURSTON-ADDENDUM NO.2 i PAGE 1 i ADDENDUM NO. 3 Cottonwood Road from Babcock St.to Durston Rd. City of Bozeman,Montana Date of Addendum: May 13,2019 Bid Opening Date: May 14,2019 at 4:00 p.m. V This addendum modifies the Contract Documents and Construction Drawings for the Cottonwood Road project from Babcock Street to Durston Road in Bozeman,Montana,as set forth herein: 1. BID PROPOSAL: Bid item#72 Colored LED Assembly.Revise the quantity from 46 to 43. 2. CONSTRUCTION DRAWINGS: Q Sheet E-1,Electrical Summary. Revise the following schedule items for Buried Electrical: Conduit Plastic 1.5"to 490 Conduit Plastic 2"to 6,160 Conduit Plastic 2.5"to 400 Conduit Plastic 3"to 1,490 Conductor-Copper AW6-600V to 4,320 ( Conductor-Copper AW8-600V to 17,230 Conductor-Copper AW10-600V to 7,910 Colored LED Assembly(for 15' mast arm)to 2 Radar detection cable at Babcock is 780' (not shown) and is included in the cost of bid item#69 for the system. Emergency Preemption cable at Babcock is 450' (not shown) and is included in the cost of bid item#68 for the system. ( Sheet E-11 and E-12: Revise sheet scale to 1"=20'. 3. SPECIAL PROVISIONS: Special Provision#18. The Traffic Control bid item#3 includes all costs for the Contractor to prepare any temporary timing plans and re-program the existing controller for any temporary r signal configurations. ( Special Provision#52.3.23.Remove and Reset signal(Durston)bid item#81 includes all costs for the Contractor to re-program the existing controller for the final configuration shown on the Drawings.RPA will provide the final timing plans for the Durston and Babcock signals. END OF ADDENDUM NO. 3 Issued By: ROBERT PECCIA&ASSOCIATES 3810 Valley Commons Drive Suite 4,Bozeman,Montana 59718 TACI FAE � Staci Venner,P.E.,Project Manager VENNER 16351�����i r Office: (406)-284-2665 ��F 4ICENSE� \� S�ONAL F� COTTONWOOD ROAD FROM BABCOCK TO DURSTON-ADDENDUM NO.3 f PAGE 1 t PREBID MEETING MINUTES Project: Cottonwood Road from Babcock to Durston Date: May 1, 2019 Location: 20 East Olive Street, Bozeman Engineer: Staci Venner-RPA svenner(cDroa-hln.com 406-580-4438 406-284-2665 Owner: Bob Murray-City of Bozeman BM urray(cD-Bozeman.net 406-582-2280 1. Instruction to Bidders Review • Bid Opening May 14,4 pm at City Hall • Purchase Contract Documents book for$50.00&submit the bound book • Include: bid proposal, bid security, non-discrimination form 2. Contract Time • 190 calendar days Base Bid (SC#9 &SP#5), 21 calendar days Alt. #1,Alt.#2 included in base bid time • Liquidated Damages-$500 per calendar day+ Engineering Expenses (SC#10&SP#5) 3. Adjacent Projects (SP#16): • High school &Cottonwood north of Durston—Langlas,TD&H (School District) • Durston from Flanders Mill to Fowler—RPA(City of Bozeman) • Babcock from Cottonwood to Ferguson—Morrison Maierle (Icon Apts.) 4. Utilities(SP#14& U-Sheets) • Northwestern Energy: • No conflicts with OH power, street lights to be installed under the line • Coordinate with NWE for cuts at power pole bases • Street light&signal services to be installed by NEW • Power/Gas crossings on Cottonwood to remain in place, shallower surf.section • 12" HP Gas on west-side to remain in place,see potholes,storm close • Opticom: • RMC doing 2 potholes • Contractor to adjust their vaults in new sidewalk, on east-side • Opticom will relocate vault/pedestal in SE quad Durston/Cottonwood • Possible storm &sidewalk conflicts,to be adjusted during construction • Charter: • OH conflict from Bembrick to Durston, east-side, Charter to relocate UG • Charter will relocate/adjust their vaults/pedestals, on east-side • Possible storm &sidewalk conflicts,to be adjusted during construction • Zayo/Centurylink: • OH conflict on south side of Durston with new signal pole,to be adjusted by RMC 5. Right of Way • Valley West open space construction permits not acquired yet (Parcel #3-5), see addendum, no sidewalk/stairs/handrail construction until acquisition(likelyto add as a change order),storm&utility work ok in the existing easements. • SW quad at Durston/Cottonwood doesn't show easements, city park, stay within ditch ease. 6. 404 Permit • Nationwide 404 Permit complete for wetlands (SP#20&45) impact areas on Drawings • Impacts outside designated areas are Contractor's responsibility to permit • Baxter Ditch is part of Farmer's Canal, minor bank impacts • Additional permit conditions&requirements in Appendix C • Permits by Contractor include Dewatering(SP#35&36), NOI&SWPPP(SP#19),Other county,state, local and federal as required 7. New Sewer(SP#50, 62-64) • Larger manhole bases for buoyancy due to high groundwater • Shallow profile to avoid existing sanitary crossings, sewer service adjustments not expected • Many water service and main adjustments,east-side services shallow and require insulation,temporarywater supply bid item 8. Geotech (SP#36,46, 48, 50) • Report in Appendix B with boring/test pit logs, high groundwater, dewatering • From N. of Babcock to Durston,subexcavate to native gravels, high groundwater, one layer of Mirafi RS-580i • At Babcock, Durston & utility crossing corridors, thinner section with 2 layers of fabric • N. of Durston has lower groundwater,thinner section • Assume excavation is unsuitable, quantity for imported borrow to balance earthwork 9. Traffic Control (SP#17) • Coordinate with adjacent projects for detours, haul routes,work zones, etc. • Closures allowed if detours are approved in Contractor's Traffic Control Plan, if business/school/emergency access is provided,and detour is not on local streets • One lift of asphalt required for winter shutdown • Maintain the signal at Durston/Cottonwood if the intersection is open to traffic(SP#18) 10. Signal/Lighting(SP#52) • Colored wire of black, red,green. No white used. • GRC conduit is only at the services and included in the cost of the services • Submit shop drawings &structural calcs by MT PE for the signal and light poles/mast arms • Reset of rotating base poles at Durston, demolish existing foundations • NE pole at Babcock 8&SE pole at Durston will be under existing power line, OH fiber at Durston will be raised • All light poles require breakaway devices,two options are on Sheet E-3,structural calcs/shop drawings for the pole must be based on the breakaway selected • Thermoplastic removal is mechanically scarifying per SP#58 • Remove & Salvage luminaire is the upper shaft & luminaire mast arm on the existing NE quad signal pole at Durston.There are no luminaire removals on private systems. (SP#52.3.24) • Pull tape is in empty conduits only 11. Quantities/Bid Items • Measurement& Payment in Special Provisions supersedes MPWSS (SP#69) • Street excavation includes all removals, separate payment for imported borrow • Subexcavation to native gravels estimated from geotech,quantities will vary, (SP#48) • Imported topsoil only if sufficient salvage isn't available on site (SP#47) • Imported Trench Backfill, unknown quantities, only if needed (SP#50) • Temporary pavement markings for winter shutdown, under Traffic Control item (SP#58) • Interim markings are tabs, under Pavement Marking item (SP#58) • Electrical bid items combined,see Sheet E-1 for breakout • Miscellaneous Work bid item, use$1 per unit • New well,Alt.#2(SP#68)—includes all work for traffic control,staking,permits,erosion control,reclamation etc • Subsurface detention system, Drawings show CSP,True north steel or Contech 12. Misc. • Insurance (SC#1, SP#25 ) • 2 Year Warranty Period (SP#10) • Testing(SP#32)—Owner's Testing Company Morrison Maierle, doesn't include density tests during paving • Contractor survey—MT PLS(SP#32) Questions at the pre-bid meeting: • Are 510-hour work days acceptable based on Supplemental Condition#10?Yes,City will pay engineering fees for an accelerated schedule • Award date will be May 20th by the Commission, if there are no bid errors. Start date ASAP once submittals and insurance are complete. • Can water be discharged to the Baxter Ditch?The ditch is part of Farmer's Canal. Obtain permission from Bill Tatarka(406-581-5359) and any necessary permits. • Should tree root balls be removed?Yes. • Can Cottonwood be shut down to traffic? Yes, if access is maintained to Classical Way, any other homes or businesses without alternate routes, and for emergency vehicles • Tom White at City Parks Department (406-582-3224) maintains Bronken Park at Classical Way. Tony Rich at the Sports Park Foundation schedules events (406-577-6060). Events are all days of the week and include summer camps,tournaments,and school use. There is no alternate driveway.Provide access to Classical Way at all times for the duration of the project. Electrical questions(from MTL): 1. When is the anticipated NTP?Contract award is May 20. NTP as soon as possible after submittals and insurance certificates are complete. 2. The 1-80 Pole No. 2 on Sheet E-11 appears to fall in sidewalk. Can we thicken the sidewalk here to 18"x18"x18" (or 18" round by 18: deep)and use expansion anchor bolts rather than pour a foundation and then place sidewalk around it?That is acceptable. 3. Pole No. 17A on Sheet E-12 mentions overhead conflicts. Are those overhead spans to be relocated/raised?Yes, overhead fiber conflicts to be raised along Durston by Zayo &Centurylink, and to be buried by Charter along east-side of Cottonwood to Bembrick. It also mentions a top of signal height of 20.5'. This is driven by the top of foundation elevation. Is that design measurement to the top of a signal head and does it consider the surveying data for the top of this pole foundation? At Pole 17A the existing ground closely matches finished grade, so heights callouts are relative. On Pole 6,finished grade is 1.5' below existing ground, so there is additional clearance to the overhead power. 4. Referencing SP#52.3.5 Conduit Installation, please confirm that the PVC conduit is not required to transition to GRC(steel)within the light foundations. GRC is only for the services and included in the cost of the services. 5. Referencing SP#52.3.5 Conduit Installation, please clarify which intersection conduits require a 12 AWG tracer wire. These conduits will have a 10 AWG ground plus the signal cables. Also from the same sentence, please clarify what is required as"conduit plugs" and where they are needed. The tracer wire is only required on empty conduits.The conduit plugs should be screw-type plugs placed at the end of empty conduits. 6. Please confirm that, "All conduits shall contain a nylon or polyester pull tape of at least 1250 pounds strength with footage marking tape." per SP#52.3.5 Conduit Installation is only for future/empty conduits? Pull tape is only required in empty/future use conduits. 7. Per SP#52.3.7 Wiring,what color wires are required when only 3ea are present? Red, black,green required. No white since no neutral lines. 8. The Luminaire Foundation detail on Sheet E-3 shows a 1.5" or 2"conduit between the adjacent pullbox and the luminaire foundation. SP#52.3.8 Bonding&Grounding calls out a W conduit for the bare#6 ground wire. Please clarify if the separate conduit is needed between the adjacent pullbox and the foundation. Use the 1.5" conduit as shown no the plans between the pull box and light. Use 1-#6 AWG to connect the ground rod to the pole base.This short section of#6 AWG not shown on Sheet E-1, and is included in the cost of the pole. 9. Please clarify at which poles each type of breakaway device is required as described in SP#52.3.11 Luminaire Pole Bases.All street lights need a breakaway.The plans/specs show two breakaway options. Shop drawings and structural calcs must take into account the breakaway selected. 10. SP#52.2 Equipment List&Submittals states that, "No extension of contract time will be allowed due to delay in receiving and/or processing electrical submittals." Please clarify what can be expected considering the last sentence of SP#52.3.12 Colored Finish.The last sentence was from MDT jobs where powder coating caused delays. 11. Please provide the manufacturer of the existing signal equipment at the Durston signal.We have the original signal submittal. It's 150 pages, and a large file size, please request and I will email it. 12. Please identify if any removed luminaires are connected to a separate private lighting system as described in SP #52.3.24 Remove and Salvage Luminaire, None on private systems.The only removal is the upper shaft and luminaire mast arm on the NE quad signal pole at Durston. 13. Please confirm that Bid Item#58 Remove Pavement Markings does not include complete removal of any existing thermoplastic, but rather only, "mechanically scarifying and roughening the existing plastic pavement marking surfaces to produce a uniformly roughened surface that, when sealed, is smooth and matches the adjacent surfaces." per SP#58 Pavement Markings.Yes, scarifying. v W w V06 W � .a � z o Z Nil W a 02 y �� wv0) z zw Lu LLD w a ❑ z � N ❑ W o 2 CD 0 v z 0 O w m lca Q 0 a � z a M a V C 0 fn 00 C �. U N .� w U. o m O L) U) w w z U- o v E � v Z FL old s ' Cottonwood Road from Babcock to Durston PLAN HOLDERS LIST Bid Date: April 14,2019,4:00 pm Revised as of: 5/13/19 The following have received or requested plmis and specs: Robert Peccia and Associates 3147 Saddle Drive Helena, MT 59601 Ph: (406)447-5000 Robert Peccia and Associates Staci Venner 3810 Valley Commons Drive,#4 Bozeman, MT 59718 Ph:(406)284-2665 svenner aarpa-hln.com City of Bozeman Bob Murray 20 East Olive Street Bozeman, MT Ph:(406)582-2280 BMurrayaa.BOZEMAN.NET Knife River Steve Baeth PO Box 9 Belgrade,MT 59714 FirstMark Construction Dan Zekonis 80 Shire Trail Bozeman, MT 59718 Treasure State Inc. Michael Hoppel PO Box 588 Belgrade,MT 59714 Montana Civil Contractors PO Box 1019 Belgrade,MT 59714 F:\Highways\14510_002 Cottonwood Rd\CONSTRUCTION\A.BID PHASE\PLAN HOLDERS\14510.002 planlist.dou E c i SUMMARY OF BIDS RPA c COTTONWOOD ROAD Project Name: Cottonwood Road, from Babcock to Durston Date: Mars 14, 2019 Bound 10% Bid Ackn. Signed Bidder Bid Bond Addenda Non- Base Bid Alt. #1 Bid Alt. #2 Bid Prop? Rec'd? ? Discrim. Form? Knife River $4,875,559.00 $391,593.00 $8,300.00 E E ' MT Civil ,f $5,225,936.40 $392,290.50 $10,500.00 E Engineer $4,590,971.50 $391,593.00 $47,250.00 Estimate E Q E E ( ( ( ( r i CERTIFIED BID TABULATIONS(BID I / COTTONWOOD ROAD '1 1 O DURSTON•I CITYP. / 2 OZEMAN Robert➢ecdo&Auodvle;Inc 3810 Volley CommorU Drive A4,Borempn,A1T59718 Engineers Estimate Knife River Montana Clog Contractors Be.de MT Item Unit Unit Price Total Price Unit Price Total Price Unit Price Total Pk. No. Olarthy UrIt D....i tion BASE BID 1 1 LS Mobil] tkn.Bundir&and U[nnitals(S%Max) $218,620.00 $218,620.00 $200,DDO.00 $200,000.00 $250,000.00 $250,000.00 I 1 L5 Construction Surveylm Staking.and TestIrR $7S,000.00 $75,000.00 $67,250.00 $67,250.00 $99,076.00 $98,076.00 3 1 IS Traffic Control $17S,000.00 $175,OW.W $140,000.00 $140,000.00 $190,000.00 $190,000.00 4 1 IS; Erosion Control and Permits $75,0D0.00 $75.OW.00 $40ANDO $40,000.00 $17,620.00 $27,620.00 5 1 IS; Dewatedng $100,ODO.00 $300,00000 $282500.00 $181500.00 $285ADO.00 $295.o00.W 6 35 EA Remove Tree $300.00 W'SOO.00 $300.00 $10,50MOO $150.00 $5,250.00 7 I5 EA Trim Tree $90.00 $1,3SO.00 $125.00 $1.975.00 $IW.W $1,SO0.W 8 2,420 CY Topsoil-Strip.Salvage.and Reuse $14.00 $33,890.00 $39.00 $94,350.00 $12.00 $29,040.00 9 200 CY Topsoi]-Imported $22.00 $4,400.00 $42.00 $8,400.00 $25.00 SSADO,W 10 400 CY Imparted Trench Backfill $35.00 $14,000.00 $4S.00 $18,000.00 $40.00 $10000.00 11 289 LF Remove Sanita Piipe $15.00 $4,335.D0 $24.00 $4,046.00 $15.00 $4,335.00 j 12 288.8 LF 12'PVC SDR-35 Pice $75.00 $21,660.D0 $62.00 $17,905.60 $67.00 $19,149.60 \ 13 2,746.5 LF IB'PVCPSJ6 Pine $90.00 $247,185.W $78.00 $214,227.00 $92.00 $225,213.00 14 9 EA 50"Sanitary Manhole $7,ODO.00 $63,OD0.00 $6,500.00 $58,SW.W $7,000.00 $63,000.00 j is 1 EA 6WSardtarvinted rDrop Manhole $12,000.00 $I2,000.00 512,800.00 $12,800.00 $14.DW.00 $14,00DOO \ 16 1 EA 60'Sankary Exterior Dmp Manhole $12,0DO.00 $12,OD0.00 $16,250.00 $16,250.00 $17,000.00 $17,000.00 17 7 EA Modify Manhole $1,400.00 $9,B00.W $2,240.00 $15,690.00 $2,400.00 $16,800.00 ( 18 10 EA Adurt Manhole $500.00 $5,000.00 $375.00 $3,7SO.00 $50DOO $5,00100 \ 19 21 EA Adjust Water Valve $300.00 $6,300.00 $275.00 $5,775.00 $2Sa.W $5,250.00 20 28 EA Adlm Curb Stop $350.00 $9,800.00 $175.00 $4,900.00 $200.00 $5,600.00 21 1 EA Adjust Cle-ot $4000.00 $1,WD.00 $425.00 $425.00 $1,050.00 $1,050.00 22 5 EA Adjust Water Main $7,500.00 $37,500.00 $7,750.00 $38,750.00 $8,200.00 $41AN.00 23 n EA Adjust Water Service $1,000.00 $28,ODO.00 $1,050.00 $29,400.00 $1,100.00 $30,800.00 / 24 1 EA Remove a M New Hydra rat Assembly $9,000.00 AOD0.00 $8,500.00 $8,500.00 $9,000.00 $9,000.00 l 25 1 IS Remove Drainage $5.0DO.00 $5.0D0.00 $2500.00 $2,500.00 $2,400.00 $2,400.00 26 115.7 LF 12'1 V Storm Pine $60.00 $6,942.00 $80.00 $9,256.00 $87.00 $10,065.90 27 16.0 LF IS'PVC Storm Pine $65.00 $1,040.00 $160.00 $2,560.00 $160.00 $2,S60.00 28 199.0 LF 12'RCP Class 55torm Pipe $70.00 $13,230.00 $63.00 $11,907.00 $67.00 $12,663.00 29 147.5 LF 15'RCP Class 55torm Pice $75.00 $11,062.50 $63.00 $9,292.50 $75.00 $11A62.50 30 34 LF Concrete]Net Chase $200.00 $6,e00.W $375.00 $12,750.00 $475.00 $16,150.W 31 4 EA Square Storm Drain lndet $3,200,00 $12,sciDw $3,0SO.W $12,200.00 $3,200.00 $12,80100 32 1 EA Double Storm Drain Inlet $SAW,00 $5,00D.00 $5,250.00 $5,2SO.00 $5,SW.0D $5,500.00 33 3 EA 48'Cpmblration Wrhole and Curb Inlet $4,2013.00 $12,600.W $4,270.00 $12,820.00 $4,600.00 $13,800.00 34 4 EA 4S'Staneard Stralsht Menthol. $3,WO.W $14,000.W $3,500.00 $14,000.00 $3,700.00 $14,BW.W 35 1 IS Subsurface Detention System $35,003.00 $35,000.00 $104,OW.00 $204,000.00 $100,000.00 $100,01)(1.00 36 37 SY DalnaRe Geotermle $3,W $111.00 $29.00 $1,073.00 $10.00 $370.00 37 19 CY Pine Beddna Type2 $35.W $665.W $50.00 $950.00 $131.00 $2,489.00 38 5,456 SF Rlyjd Board Insulation $10.W $54,560.00 55.00 $27,280.00 $10.00 $54,560.00 39 47 CY Fl-ble Pit $22D,W $10,340.00 $130.00 $6,210.00 $180.00 $3,460.00 40 24,000 CY Street Ex-tion(Above SuWade) $22.00 $528,OW.W MOO $432,OW.00 $24.00 $576,000.00 41 2,000 CY Imported Borrow $25.00 $50AW,00 $65.00 $130,000.W $27.00 $54,000.00 42 4,250 CY Sube...v tan and Replacement Below Subgrade(Imported 6-Minus) $47.00 $199,750.00 $60.00 $255,W0.00 $47.00 $199,750.00 43 1,457 SY Separation GeotextBe $ISO $2,195.50 $2.20 $3,205.40 $1.50 $2,185.50 44 23,775 W G.osyntheft $5.W $118,875.00 $4.50 $106,987.50 $5.12 $121,728.00 45 12,822 CY S.".se Co...(6'Minus) $25.00 $320,550.00 $27.00 $346,194.00 $26.00 $333,372.00 46 3,754 CY Crushed Base Course(1.5'AOnusl $32.00 $120,128.W $32.00 $220,128.00 $34.00 $127,636.00 47 5,721 TON Asphalt Pavement,PG 58-28 $70.W $199,770.00 $72.00 $411,192.W $76.00 $434,036.W 48 18,681 SY Asphalt Seal and Chip Coat $2.50 $46,702.50 $2.W $3],362.W $2.W $54,I74.W 49 BOB SY Concrete Stdewak 6'Thick Wiith 3'Thick Gravel Basel $SS.W $49,940.00 $60.00 $54,480.00 $95.00 $96,260,00D s0 25.0 SY Detectable Warning Panels $400.00 $6,000m $265.00 $3,975.00 $330.00 $4,950.00 51 8,225 LF Concrete Cv,bard Gutter $16.W $230AD0.00 $13.00 $205,625.00 $17.00 $138,125.00 \ 52 60 SY Concrete Double Gutter(]'Thick) Molt $5,400.00 $86.00 $5,160.00 $106.00 $6,36().W 53 78 SY C-rete Apron RII.s(]'Thkkl MOD $7,02DW $75.W $5,850.00 $92.00 $7,17&W 54 622 SY Concrete Medan Cap(4'Thkk) $55m $34,210.00 $34.00 $21,148.W $42.00 $26,124.W h, 55 0 SF Concrete Stairs $1W.W $O.W $000 $0.00 $0.00 $O.W 56 0 LF Handmll $140.00 $D.W $0.00 $0.00 $0.00 $O.W 57 16 LF RetaWna Wall $150.00 $2,40&W $140.00 $2,240.W $193.00 $3,088.0E) 58 1 LS Remove Pavement Markings $20,000.00 $20ADILW $19,500.00 $18,500.00 $19,277.00 $19,277.W 59 1 L5 Pavement Markings $165AN.W $165,000m $235,000.00 $235,000.00 $275,000.00 $27S,OW.W 60 1 IS Signing $70,01)0.00 $J0.000m $50,000.00 $50.000.00 $54,000.00 $54,WO.W 61 1%OW SY Hydra,nc Se.dnR $4.50 $58,500m $0.80 $10.400.00 $0.70 $9,100.W 62 14 EA Adjust SmmkJ,,System $S,OW,W $70,000.W $3,125.00 $43,750.00 $5,400.00 $75,600.00 63 120 LF 4'PVC Schedule 40 Pine(I meation Sleevel $B.W $9W.W $6.00 $720.00 $7.50 $900.00 64 820 LF 6'PVC Schedule N Pi e(Irrigation 51eeve1 $20.00 $16,400.W $9.50 $7,790.00 $14.00 $11,480.W 65 2 EA Monumentaox $600.00 $1,200.00 $35000 $700.00 $625.00 $1,250.00 66 2 EA Pm.rw Pin $500.00 $IAW.W $250.00 $5011.00 $50D.00 $1,000.00 67 1 LS Burled Electdcal(Cpncrete foundations,conduits,pull boxes,bodngs, $250,DW.00 $250AW.W $385,000.W $385,ODD-W $450,00O.W $450,000.00 cables, -doct-1 68 I EA Emera.ncy Preempliml l.m $5,000.W $SAW.W $5,2W.W $5,200.00 $6,000.W $6.000.00 69 1 EA Radar Detectmr System $12,000.W $12,000.W $411AOO.00 WAN $45,001W $45,000.00 70 32 EA Colored Luminab,Standard(25'Tali with 6'Mast Arml $3,000.W $96,WO.W $2,600.00 $83,20DW $2,80100 $89,600.00 71 9 EA Colored Luminwire Standard 135'Tallwith 30'MaA Arml $3,800.00 $34,2W.W $4,400,00 $39,6W.W $3,OW.W $27,000.00 ]2 43 EA Colored LED Assemb)y(f.,Signal and I.-inaire) $900.00 $38,700.W $4S0.00 $19,350.00 $50(1.00 $21.500.W 73 2 EA Service Assemblv(30 AMP a M W AMP) $3,000.W W W$6,0 .W $3,975.00 $7,750. $5,1W.W $10,200.00 74 18 EA Simallzations-Traffic $1,900.00 $34,200.W $1AW.00 $31,400.00 $1,5W.W $27.000.00 75 10 EA SiarallMicatbns-Pedestrian $1,800.00 $18,000m $1'Sw.00 $1s,Doam $I,9ao.W $18,000.00 76 1 EA Controller.Cabinet,and Concrete Pedestal $50AW.00 $50,000.W $51,000.00 $51,000m $43,800.00 $43,800.00 77 7 EA Colored Signal Standard-Typal $1,000,W $7.000.W $1,200.00 $BAW.W $1,41)(1.00 $9,800.00 78 2 EA Colored Signal Standard-Type 2135'Mast Arm with lS'Luminalre) $25,000.W $50,000.W $15,WO.00 $30,WO.00 $12,800.W $25,600.00 M 1 EA Colored Signal Siabeard-Tyne3(55'Mast Arm) $16,0W.W $16,000.W $18,0W.W $18,000.W $15pIX1.W $IS,OW.W 80 1 EA Colored Sia7a Standard-Tyne3(W'Masl Arm) $19,000.00 $19,WO.W $18,OW.W $I'".W $16,cimw $16.000.00 81 1 LS Remove and Reset Stan.] $25,000.00 $25,Op0.W $18AW.W $18,000m $1$000.W $18,000.00 82 10 EA Push Bolton-Ped-Aan/Factile $1,BW.00 $18,Wom $1,9Wm $19,WaW $I,6Wm $16,000.00 83 1 EA Broadband Antenna $3,600.W $3,600.00 $4,000.00 $4,000.00 $3,7W.W $3,200.00 84 2 EA Remove and SalvaBe Lumbaire,Miscellanea,,Electrical $3,ODO.00 $3,000.W $IAOO.W $1,00aw $6,500.W $6,500.00 85 2.0 CY Rip Rap-Class l Random $00.00 $BW.W $250.01) $5W.W $1W.W $700.00 86 1W,000 UNIT Miscril ra-Work $1.00 $1WWW W, O. $1, $1W0.W,00 $1.W $1WWW.0 . 87 1 LS Temoomry Water SuGpN $15"m).00 $15,00a.W $34,000.00 $34,000.W $40,WO.W $40,000.00 88 3 EA Adjust Vault $S,DOOm $3000W $1$OO.00 S4SDD.W $SwocI $2100.00 TOTAL BASE BID CALCULATED, 59a 9J3.50 7S S9.W 5 22$936.40 TOTAL BASE BID WRITTEN IN BID BOOR: 875 559,W NpNTAHA * AC L FAEU�/ VENNER V Fy H Stacl V.-o,,P.E. NAL F- Robert Peccia&Associates 5/14/2019 CERTIFIED BID TABULATIONS(BID / May I COTTONWOOD ROAD 'I C I O DURSTON 'I CITY OF BOZEMAN Robert Peccfo&Associates,Inc. WAY 3810 Valley Commons Drive#4,Bozeman,MT 59718 Engineer's Estimate Knife River Montana Civil Contractors Belgrade,MT l Item Unit Unit Price Total Price Unit Price Total Price Uni[Price Total Price No, quanta Unit Description BASE BID 1-A 1 LS Mobilization,Bonding,and Submittals(5%Max) $28,650.00 $18,650.00 $1,000.00 $1,000.00 $700.00 $700.00 2-A 1 LS Construction Surveying,Staking,and Testing $10,000.00 $50,000.00 $4,750.00 $4,750.00 $4,000.00 $4,000.00 r 3-A 1 LS Traffic Control $25,000.00 $25,000.00 $8,500.00 $8,500.00 $3,000.00 $3,000.00 40-A 2,535 CY Street Excavation(Above Subgrade) $22.00 $55,770.00 $18.00 $45,630.00 $20.00 $50,700.00 44-A 7,609 SY Geosynthetic $5.00 $38,045.00 $4.50 $34,240.50 $5.25 $39,947.25 46-A 1,274 CY Crushed Base Course(1.5"Minus) $32.00 $40,768.00 $32.00 $40,768.00 $32.00 $40,768.00 47-A 2,451 TON Asphalt Pavement,PG 58-28 $70.00 $171,570.00 $70.00 $171,570.00 $76.00 $1,6,276.00 48-A 7,916 SY Asphalt Seal and Chip Coat $2.50 $19,790.00 $2.00 $15,832.00 $2.30 $18,206.80 58-A 1 LS Remove Pavement Markings 12 000.00 12 000.00 10 000.00 10 000.00 10 700.00 10 700.00 TOTALALTERNATE#1 BID CALCULATED: $391,593.00 $332 290.50 $3S4 298.05 TOTALALTERNATE#1 BID WRITTEN IN BID BOOK: $391 593.00 $332 290.50 $354 298.05 �ptATANA ^ / V�EqNNgER CVVVN" ` 2tCEN5E V� Staci Venner,P.E. S�ONAL F'a Robert Peccfa&Associates 5/14/2019 Page 1 of 1 i i CERTIFIED BID TABULATIONS(BID . r COTTONWOOD ROAD FROM BABCOCK ST. TO DURSTON RD. ALTERNATE#2 CITY OF BOZEMAN Robert Peccfa&Associates,Inc. A3810 Valley Commons Drive#4,Bozeman,MT59718 Engineer's Estimate Knife River Montana Civil Contractors Bel rade MT Item Unit Unit Price Total Price Unit Price To[al Price Unit Price Total Price No. Quantity Unit Description BASE BID 1-13 1 LS Mobilization,Bonding,and Submittals(5%Max) $2,250.00 $2,250.00 $100.00 $100.00 $500.00 $500.00 89-B 1 LS 45 000.00 45 000.00 8 200.00 58.200.001 510.000.00 $10,000.00 TOTAL ALTERNATE RI BID CALCULATED: $47 250.00 $8 300.00 $30 500.00 TOTAL ALTERNATE N1 BID WRITTEN IN BID BOOK: $47 250.00 $8 300.00 $10,500.Go �1pNTANA * TACI FAE VENNERG E^' Cs� Stacf Venner,P.E. 0 At.f"a Robert Peccfa&Associates 5/14/2019 Page 1 of 1 i CIVIL ENGINEERING I PLANNING I SURVEYING I LANDSCAPE ARCHITECTURE r ROBERT PECCIA & ASSOCIATES OPA c May 23,2019 ( Robert Murray,P.E. City of Bozeman Engineering Department 20 East Olive Street Bozeman, MT 59715 I Subject: Cottonwood Road Improvements Project—from Babcock to Durston I Recommendation of Award for Construction ( Dear Mr.Murray, ( Bids for the Cottonwood Road Improvements Project were received and opened on May 10, 2019. RPA ( has reviewed those bids, and are furnishing the accompanying Certified Bid Tabulations. RPA has also conducted an engineering check of the bids for conformance to the Contract Document requirements, including the following: • Mathematical verification of the bid amounts, extensions, and totals. Any mathematical errors ( are shown or noted on the Bid Tabulations. • Review of bid forms from the apparent low bidder for proper signature and acknowledgments. No irregularities were noted in the low bid. ( • Acknowledgement of receipt of all Addenda. • Low bidder included the Montana Contractor's license number and the required executed ( certifications in the Official Bid Proposal and a signed Non-Discrimination Affirmation Form. • Review of bid bond from the low bidder. Bid bond appears proper and duly executed. ( The low Base Bid received is $4,875,559.00. The low Alternate #1 Bid (resurfacing of the existing ( Cottonwood Road) received is $332,290.50. The low Alternate #2 Bid (new irrigation well for future median island landscaping)received is $8,300.00. I Based on the review of the Bidder's documentation,RPA recommends award of the construction contract for the Cottonwood Road Improvements Project from Babcock to Durston to the following Contractor, ( based on them providing the lowest responsible bid, contingent on review and/or concurrence from the ( City Attorney: Knife River ( PO Box 9,Belgrade,MT 59714 ( Phone: (406) 388-6832 Email: Steve.Baeth@KnifeRiver.com ( Montana Contractor's Registration#: 10089 ( Base Bid Amount: $4,875,559.00 Alt. #1 Bid Amount: $332,290.50 ( Total of Base Bid and Alt.#1 Bid: $5,207,849.50 www.rpa-hin.com DesignPlanning and i i i Alternate#2 will not be included in this Contract. ( Enclosed are the Certified Bid Tabulations and the Official Bid Proposal. Please contact me at(406)580- 4438 with Any questions. 1 Sincerely, ROBERT PECCIA AND ASSOCIATES t Staci Venner, P.E. Project Manager i ( E f E t ti R f I f I' SECTION 4. BIDDING REQUIREMENTS BIDDER'S CHECKLIST Please utilize the following Bidder's Checklist before submitting your bid. 1) Original Bid Bond Enclosed? (Personal checks, business checks, and faxed copies are not acceptable.) 2) Bid Proposal: a._ Arithmetic Checked? b._ Unit Bid amounts agree with math calculations? c._ All Addenda acknowledged on proposal sheet and cover? d._ Signature portion filled out? e._ Bid Proposal sheets intact in Official Bid Proposal DO NOT REMOVE f. _ Non-Discrimination Affirmation form completed and signed? 3) Bid Envelope: a._ Addressed properly? (See Proposal, Instructions to Bidders) b._ Contains the Construction Specifications and Contract Documents booklet? c._ Acknowledged Receipt of Addenda? d. Sealed? 4) Bid Submitted prior to required time at specified location? Leave all sheets intact in the Contract Documents booklet and return the complete Contract Documents booklet. ALL BID DOCUMENTS AND BONDS MUST BE ORIGINALS. BIDDERS CHECKLIST Page 1 of 1 Intentionally Left Blank i 1 ( l ( CITE' OF BOZEMAN, MONTANA E CALL FOR BIDS ( NOTICE IS HEREBY GIVEN that the City of Bozeman, Montana, is accepting sealed bids for: ( ( Cottonwood Road from Babcock St. to Durston Rd. E Separate sealed Bids for Construction of City of Bozeman Cottonwood Road from Babcock St. to Durston Rd. will be received by the City Clerk at the office at City Hall, 121 North Rouse Avenue, P.O. Box 1230, Bozeman, Montana 59771-1230 until 4:00 p.m. (local time) on May 14th,2019 and then publicly opened and read aloud. Original copies must be submitted, no faxed or electronic bids will be accepted. The physical address is: City Clerk's Office, Suite 200, City Hall, 121 No. Rouse Avenue, Bozeman, Montana. The mailing address is: City Clerk's Office, Suite 200, City Hall,P.O. Box 1230,Bozeman,Montana 59771. The Standard Bid work includes new northbound lanes along Cottonwood Road from Babcock Street to north of Durston Road, with a new traffic signal at Babcock/Cottonwood and resetting the existing traffic signal at Durston/Cottonwood. This work also includes a new sanitary sewer main, new street lighting,new storm drain,utility adjustments, street excavation, subexcavation, gravel base courses, asphalt pavement, curb and gutter, sidewalk, signing, pavement markings, irrigation adjustments, topsoil, and seeding. Alternate #1 Bid work is the rehabilitation of the existing surfacing on Cottonwood Road from north of Babcock Street to south of Durston Road. Alternate#2 Bid work is a new irrigation well for a future median irrigation system. The Contract Documents may be examined at the office of the City of Bozeman Engineering Department, 20 East Olive Street, Bozeman, Montana, (406) 582-2280. The Contract Documents may be examined and obtained at the offices of Robert Peccia and Associates, 3810 ( Valley Commons Drive #4, Bozeman, Montana(406) 284-2665 and 3147 Saddle Drive, Helena, ( Montana (406) 447-5000, in accordance with the Instructions To Bidders. Required deposit is $50.00 for the Construction Specifications and Contract Documents booklet, which is non- refundable. i Digital project documents are available at Robert Peccia & Associates web site (www.r�a- hln.com). Click on the link titled "Current Projects Bidding". You may download and print the Contract Documents at no charge, however, all Prime Contractors that intend to offer a bid for this project must obtain and submit the Official Construction Specifications and Contract Documents booklet for the non-refundable deposit of $50.00. A printed set of Construction Drawings may also be obtained for a non-refundable deposit of $250.00, if the Contractor chooses not to download and print their own set of Drawings. INVITATION TO BID Page I of 2 r i There will be a Pre-Bid Conference at the office of the City of Bozeman Engineering Department, 20 East Olive Street, Bozeman, Montana at 2 p.m. on May 1, 2019. Interested CONTRACTORS are encouraged to attend. CONTRACTOR and any of the CONTRACTOR'S subcontractors bidding or doing work on this project will be required to be registered with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the DLI, PO Box 8011, 1805 Prospect, Helena, Montana 59604-8011. Information on registration can be obtained by calling (406) 444- 7734. CONTRACTOR is not required to have registered with the DLI prior to bidding on this project, but must have registered prior to execution of the Construction Agreement. All laborers and mechanics employed by CONTRACTOR or subcontractors in performance of the construction work shall be paid wages at rates as may be required by the laws of Gallatin County and the state of Montana. Discrimination in the performance of any contract awarded under this invitation on the basis of race, color, religion, creed, sex, age, marital status, national origin, or actual or perceived sexual orientation, gender identity or disability is prohibited. This prohibition shall apply to the hiring and treatment of the awarded entity's employees and to all subcontracts. Every entity submitting under this invitation must sign and return the required affirmation. Each Bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana, in an amoumt not less than ten percent (10%) of the total amount of the Bid. Successfiil BIDDERS shall furnish an approved Performance Bond and a Labor and Materials Payment Bond, each in the amount of one hundred percent(100%) of the contract amount. Insurance, as required, shall be provided by the successful BIDDER(s) and certificates of that insurance shall be provided. No Bid may be withdrawn after the scheduled time for the public opening of bids. The City of Bozeman reserves the right to reject any or all proposals received, to waive informalities to postpone the award of the contract for a period not to exceed sixty (60) days, and to accept the lowest responsive and responsible bid which is in the best interest of the City of Bozeman. The Contractor is required to be an Equal Opportunity Employer. DATED at Bozeman, Montana,this 21"day of April 2019. Robin Crough, CMC Bozeman City Clerk Published Legal Ad,Bozeman,Montana Sunday,April 21, 2019 Sunday,May 5, 2019 INVITATION TO BID Page 2 of 2 INSTRUCTIONS TO BIDDERS 1. BIDS A. The Bidder shall submit their proposal on the forms bound in these Contract Documents and shall be subject to all the requirements of the Contract Documents including the Drawings and these Instructions to Bidders. Neither the proposal nor any other pages bound herein or attached hereto shall be detached. All bids must be regular in every respect and no interlineations, alterations, or special conditions shall be made or included in the Bid Proposal by the Bidder. B. Complete sets of bidding documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from downloading,printing and using incomplete sets of Contract Documents. C. Each Bid Proposal shall include the following Bid Documents: (1) Bid Proposal, and (2) Bid Security, and (3) completed and signed Non-Discrimination Affirmation form, all of which are included in this bound volume of Contract Documents. Proposals that do not contain the Bid Security or a signed Affirmation form will not be read. D. Submit one copy of the complete bound Contract Documents booklet in an opaque sealed envelope. DO NOT REMOVE THE PROPOSAL NOR ANY OTHER PAGES FROM THE BOUND CONTRACT DOCUMENTS. Bid Proposal shall be enclosed in an envelope which shall be sealed and clearly addressed as follows: Addressed to: City of Bozeman Clerk of Commission 121 North Rouse Avenue P.O. Box 1230 Bozeman, Montana 59771 Mark lower left-hand corner of the envelope as follows: Project Name: Cottonwood Road from Babcock Street to Durston Road Bid Date\Time: Contractor Name: Montana Certificate of Contractor Registration Number: Acknowledge Receipt of Addendum No(s): E. Bids will be written in ink and/or typewritten on bid forms furnished herewith. The blank spaces on the forms must be filled in correctly for each item, and the bidder must state the price (written both in words and numerals) for which he proposes to do each item of work contemplated. All Bid Proposals must be totaled, and, in the case of errors or discrepancies the item prices written in words shall govern. INSTRUCTIONS TO BIDDERS Page I of 13 F. The proposal must acknowledge receipt of all addenda issued. G. Erasures or corrections must be initialed by the Bidder in ink. 2. BID SECURITY The Bid must be accompanied by a Bid Security which shall not be less than 10 percent(10%) of the amount of the bid. At the option of the Bidder, the security may be in the form of a cashier's check, certified check, bank money order, or bank draft drawn and issued by a national banking association located in the State of Montana or by any banking corporation incorporated under the laws of the State of Montana or Bid Bond (EJCDC C-430) executed by a surety corporation authorized to do business in the State of Montana. No bid will be considered unless it is accom- panied by the required guaranty. Cashier's checks, certified checks, bank money orders, or bank drafts must be made payable to the City of Bozeman. The Bid Security shall insure the execution of the Agreement and the furnishing of the surety bond or bonds by the successful Bidder, all as required by the Contract Documents. Should the Bidder fail to furnish the properly executed Performance Bond, Labor and Material Payment Bond, Insurance Certificates, and signed Agreement within the time specified, he/she shall forfeit this Bid Security to the Owner. The Bid Security (negotiable instruments other than bonds) will be returned to unsuccessful Bidders when the successful Bidder has signed the Agreement and furnished satisfactory Performance and Labor and Material Payment Bonds. At the option of the Owner, bid security with bids that are not competitive may be returned prior to signature of the Agreement. Revised Bids submitted before the opening of bids, if representing an increase in the original bid, must have the Bid Security adjusted accordingly; otherwise,the bid will not be accepted. If the Bidder elects to furnish a Bid Bond, the Bidder shall use the Bid Bond form (EJCDC C- 430) bound herewith. 3. SIGNING OF BIDS Bids which are not signed by individuals making them shall have attached thereto a Power of Attorney evidencing authority to sign the bid in the name of the person for whom it is signed. Bids which are signed for a co-partnership shall be signed by all of the co-partners or by an attorney-in-fact. If signed by an attorney-in-fact, there should be attached to the bid a Power of Attorney evidencing authority to sign the bid. Bids which are signed for a corporation shall have the correct corporate name thereof signed in handwriting or in typewriting and the signature of the president or other authorized officer of the corporation shall be manually written below the written or typewritten corporate name following the work. By: Corporate Seal: Title: INSTRUCTIONS TO BIDDERS Page 2 of 13 If bids are signed for any other legal entity, the authority of the person signing for such legal entity should be attached to the bid. 4. TELEGRAPHIC MODIFICATION Any Bidder may modify their bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids. The telegraphic communication shall not reveal the bid price, but shall only provide the addition or subtraction from the original proposal. Telegraphic proposal modifications must be verified by letter. This written confirmation shall be received no later than three (3) working days following the bid opening or no consideration will be given to the telegraphic modification. 5. BID QUANTITIES Bidders must satisfy themselves by personal examination of the location of the proposed work and by such other means as they may prefer as to the correctness of any quantities. The estimated unit quantities of the various classes of work to be done under this contract are approximate and to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. The Contractor agrees that, during progress of the work, the Owner may find it advisable to omit portions of the work, to increase or decrease the quantities as may be deemed necessary or desirable, that the actual amount of work to be done and materials to be furnished may differ from the estimated quantities, and that the basis for payment under this contract shall be the actual amount of work done and materials furnished. The Contractor agrees to make no claim for damages, anticipated profits or otherwise on account of any difference which may be found between quantities of work actually done and the estimated quantities. 6. BID REQUIREMENTS The Bidder is expected to base their bid on materials and equipment complying fully within the plans and specifications and, in the event the Bidder names in their bid materials or equipment that does not conform, the Bidder will be responsible for furnishing materials and equipment which fully conform at no change in the bid price. Before submitting a proposal, each Contractor should read the complete Contract Documents (including all addenda), specifications and plans, including all related documents contained herein, all of which contained provisions applicable not only to the successful Bidder, but also to the subcontractors. 7. EXAMINATION Examine documents and conditions at existing site carefully. No extra payments will be given for conditions which can be determined by examining documents and existing conditions. 8. QUESTIONS Submit questions to the Engineer. Replies will be issued to Bidders of record as an addenda. Engineer and Owner shall not provide nor be responsible for any oral clarification. INSTRUCTIONS TO BIDDERS Page 3 of 13 9. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT The successful Bidder, upon his failure or refusal to execute and deliver the contract and bonds required within ten (10) days after the successful Bidder has received notice of the acceptance of their bid, shall forfeit to the Owner as liquidated damages for such failure or refusal, the security deposited with their bid, as provided in 18-1-204 Montana Code Annotated. 10. GROSS RECIEPTS HOLDING In accordance with Section 15-50-205, Montana Code Annotated, the City of Bozeman must withhold one percent (1%) of incremental payments due the Contractor for remittance to the Department of Revenue for any contracts greater than $5,000.00. 11. CITY OF BOZEMAN BUSINESS LICENSE All Contractors conducting work within the City of Bozeman are required to have a current City of Bozeman Business License. Applications for Business Licenses may be obtained at City Hall, 121 N. Rouse Avenue, Bozeman, Montana. 12. QUALIFICATIONS OF BIDDERS Bidders may be required to submit satisfactory evidence that they have a practical knowledge of the particular work bid upon, and that they have the necessary financial resources to complete the proposed work. In determining the lowest responsible bid, the following elements will be considered: whether the Bidder involved (a) maintains a permanent place of business; (b) has adequate plant and equipment to do the work properly and expeditiously; (c) has a suitable financial status to meet obligations incident to the work; and (d)has appropriate technical experience. Each Bidder may be required to show that former work performed by them has been handled in such a manner that there are no just or proper claims pending against such work. No Bidder will be acceptable if they are engaged in any other work which impairs their ability to finance this contract. The Bidder shall demonstrate their ability to meet all requirements herein stipulated, if requested. 13. CONTRACT DOCUMENTS It is intended that the Montana Public Works Standard Specifications, 6th Edition (MPWSS), shall be used to govern the contractual and performance aspects of this project, and is hereby incorporated at part of these Contract Documents, as modified by the City of Bozeman Modifications to Montana Public Works Standard Specifications 6th Edition (COB MODS), including all addenda which is hereby incorporated as part of these Contract Documents, and as further modified herein. All standard forms of MPWSS shall be utilized in executing these Contract Documents unless otherwise noted or revised in these bound Contract Documents. Selected sections of the MPWSS have been reprinted in this document to provide a clear definition of the project and detail modifications to the MPWSS made by the City of Bozeman, in order to assist the Contractor in preparation of their bids. Selected sections of the Montana Department of Transportation Standard Specifications for Road and Bridge Construction, 2014 Edition, and applicable Supplemental Specifications, are hereby INSTRUCTIONS TO BIDDERS Page 4 of 13 incorporated by reference and made part of this contract. The selected sections are listed elsewhere in these Contract Documents. 14. CONTRACT DOCUMENTS MAY BE VIEWED AT THE FOLLOWING LOCATIONS: Robert Peccia and Associates City of Bozeman Engineering Dept. 3810 Valley Commons Drive, Suite 4 20 East Olive Street Bozeman,MT 59718 Bozeman, MT 59715 Phone: (406) 284-2665 Phone: (406) 582-2280 Robert Peccia and Associates On-line at w<v�v.MontanaBid.com 3147 Saddle Drive Helena,MT 59601 On-line at,,ti%viv.rpa-hln.com Phone: (406) 447-5000 under"Current Projects Bidding" 15. SUBSTITUTE AND "OR-EQUAL" ITEMS The Contract, if awarded, will be based on materials and equipment specified or described in the Contract Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Contract Documents that a substitute or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. 16. INTERPRETATIONS AND ADDENDA All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by the Engineer as having received the Bidding Documents. Questions received less than ten days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. It shall be the responsibility of the Bidder to obtain such Addenda prior to submitting his proposal, and to acknowledge receipt of all addenda issued in the Bid Proposal. Any addenda issued during the time of bidding, or forming part of the Contract Documents used by the Bidder for preparation of their proposal, shall be covered in the Bid and shall be made a part of the Agreement. Receipt of each addendum shall be acknowledged in the Bid. Any Bid in which all issued addenda are not acknowledged will be considered incomplete and will not be read. 17. EXAMINATION OF CONTRACT DOCUMENTS AND SITE CONDITIONS A. Before submitting a bid, each Bidder must (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local laws, ordinances, rules and regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents; and (e)notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. INSTRUCTIONS TO BIDDERS Page 5 of 13 1. Each Bidder should visit the site of the proposed work and fully acquaint themselves with the existing conditions relating to construction and labor, and should fully inform themselves as to the facilities involved, and the difficulties and restrictions regarding the performance of the Contract. In submitting a bid for this project, the Bidder is thereby acknowledging that he can perform the specified work on the site. The Bidder should thoroughly examine and familiarize themselves with the Drawings, Technical Specifications, and all other Contract Documents, and shall verify the accuracy of the estimated quantities in the Bid Proposal. Failure to do so will not relieve the successful Bidder of their obligations to carry out the provisions of this Contract. 2. The submission of a Bid will constitute a representation of familiarization by the Bidder. There will be no subsequent financial adjustment for lack of such familiarization. B. The Contractor may refer to the following for information regarding site conditions: 1. Those drawings of physical conditions in or relating to the existing surface and subsurface conditions which are at or contiguous to the site (except underground facilities) which have been utilized by Engineer in preparation of the Contract Documents. Bidder may rely upon the accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. 2. Information and data reflected in the Contract Documents with respect to underground facilities at or contiguous to the site is based upon information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Special Provisions. 3. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, underground facilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in Sections 4.02 and 4.03 of the General Conditions. 4. Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the work which Bidder deems necessary to determine their bid for performing and furnishing the work in accordance with the time, price and other items and conditions of the Contract Documents. 5. On request in advance, Owner will provide each Bidder access to the site to conduct such explorations and tests as each Bidder deems necessary for submission of a bid. Any administrative requirements and associated costs of such investigations are the responsibility of the Bidder. The Bidder shall fill all holes, clean up and restore the site to its former condition upon completion of such explorations. INSTRUCTIONS TO BIDDERS Page 6 of 13 6. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto are designated for use by Contractor in performing the Work are identified on the Contract drawings. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by Owner unless otherwise provided in the Contract Documents. 7. The submission of a Bid will constitute an incontrovertible representation by Bidder that the Bidder has complied with every requirement of this section, and that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 18. UNDERGROUND UTILITIES The location of underground utilities as shown on the drawings is approximate and the Owner assumes no responsibility for determining the exact location. The Contractor shall note the reference to utility lines and service lines for various utilities as noted on the drawings and that the approximate location may or may not be given. The Contractor shall make written inquiry of the related utility agency to determine the location of underground utilities in the project area. 19. TIME FOR RECEIVING BIDS Bids received prior to the advertised time of opening will be securely kept sealed. The officer whose duty it is to open them will decide when the specified time has arrived, and no bid received thereafter will be considered. 20. OPENING OF BIDS Bids will be opened at the time set for opening in the Invitation To Bid and, unless obviously non-responsive, read aloud publically. Bidders and other persons properly interested may be present, in person or by representative. 21. WITHDRAWAL OF BIDS Bids may be withdrawn at any time prior to the scheduled closing time for the receipt of bids if through written confirmation or in person. The Bid Security of any Bidder withdrawing his bid in accordance with the foregoing conditions shall be returned promptly. If, within twenty-four (24) hours after Bids are opened, any Bidder files a duly signed written notice with the OWNER and promptly thereafter demonstrates to the reasonable satisfaction of the OWNER that there was a material and substantial mistake in the preparation of its Bid, that the Bidder may withdraw its Bid and the Bid security will be returned. Thereafter, if the Work is rebid or negotiated, that Bidder will be disqualified from further bidding on the Work. 22. METHOD OF AWARD a. Award of the contract shall be to the lowest "responsible" Bidder whose total base bid or the lowest combination of base bid and additive alternate bid(s), INSTRUCTIONS TO BIDDERS Page 7 of 13 taken in consecutive order, and within the funds available, is the lowest "responsible" bid for the work. b. If such lowest bid exceeds the budget,the Owner may reject all bids. C. The Owner reserves the right to reject any or all bids or to waive any irregularity or informality in any bid received. The Owner reserves the right to determine what constitutes material and/or immaterial informalities and/or irregularities. d. The Owner shall award such contract to the lowest "responsible" bidder (18-1-102 MCA). The term"responsible" does not refer to pecuniary ability only, or the ability to tender sufficient performance and payment bonds. The term "responsible" includes, but is not limited to: 1. Having adequate financial resources to perform the contract or the ability to obtain them; 2. Being able to comply with the required delivery, duration, and performance schedule; 3. Having a satisfactory record of integrity and business ethics; 4. Having the necessary production, construction, technical equipment, and facilities, and; 5. Having the technical skill, ability, capacity, integrity, performance, experience, lack of claims and disputes, lack of actions on bonds, lack of mediations, arbitrations and/or lawsuits related to construction work or performance, and such like. e. Unless otherwise stated in the Special Provisions, all contracts will be awarded in conformance with the laws of the State of Montana. Pursuant to Section 18-1-102, Montana Code Annotated, the Owner, in awarding public contracts for construction, repair, and public works of all kinds, shall award such contract to the lowest responsible Bidder without regard to residency. However, a resident bidder must be allowed a preference on a contract against the bid of any non-resident bidder from any state or country that enforces a preference for resident bidders. The preference given to resident bidders of this state must be equal to the preference given in the other state or country. f. The Owner may make such investigations as it deems necessary to determine the ability of the Bidder to perform the Work, and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified and responsible to carry out the obligations of the Agreement and to complete the Work contemplated therein. INSTRUCTIONS TO BIDDERS Page 8 of 13 23. PRE-AWARD CONFERENCE The Bidder submitting what appears to be the lowest responsible bid may be required to meet with the Engineer prior to the award of the contract for the purpose of discussing pertinent details pertaining to the proposed Work. The following points will be considered: a. The Contractor's organization and equipment available for work and the Contractor's proposed sources of materials or installed equipment; b. Contractor's financial status and capability to execute the contract; C. The Contractor's proposed schedule of operations; d. The interpretation of the Specifications; e. The Contractor's proposed wage rates for use on the project; f. Bidder status concerning "responsibility"; g. Approval of subcontractors; h. Unbalanced bids, either in excess or below the reasonable cost analysis value. Should the conference indicate that the Contractor does not appear to be in a position to properly undertake the Work or that he has not properly familiarized himself with the Plans and Specifications, the Owner reserves the right to reject the bid of this Contractor and to consider the next Bidder. 24. EXECUTION OF AGREEMENT a. After the award and within 10 days after the date of the Notice of Award, the successful Bidder shall execute and deliver to the Owner an Agreement, the Performance Bond, Labor and Material Payment Bond, Insurance Certificates, and an Approval of Subcontractors form in such number of copies as the Owner may require. The standard Agreement form as issued by the Owner shall be used as the contracting instrument. b. The Agreement form shall be signed in longhand by the proper representatives of the contracting firm as follows: 1. The principal of the single-owner firm. 2. A principal of the partnership firm. 3. An officer of the incorporated firm, or an agent whose signature is accompanied by a certified copy of the resolution of the Board of Directors authorizing the agent to sign. 4. Other persons signing for a single-owner firm or a partnership shall attach a Power of Attorney evidencing his authority to sign for that firm. C. The Owner within 30 days of receipt of acceptable Performance Bond, Labor and Material Payment Bond, required Insurance Certificates, and Agreement signed by the party to whom the Agreement was awarded shall sign the Agreement and return to such party an executed duplicate of the Agreement. Should the Owner not execute INSTRUCTIONS TO BIDDERS Page 9 of 13 the Agreement within such period, the Bidder may by written notice withdraw his signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the Owner. 25. PERFORMANCE, LABOR AND MATERIAL PAYMENT BONDS AND INSURANCE a. The Owner will require the successful Contractor to furnish a Performance Bond (EJCDC C-610) in the amount of 100 percent of the contract price as security for the faithful performance of his Contract. b. The Owner will require the successful Contractor to furnish a Labor and Material Payment Bond (EJCDC C-615) in the amount of 100 percent of the contract price as security for the payment of all persons performing labor and furnishing materials in connection therewith. C. The bonds will be signed by the Attorney-in-fact and countersigned by a Montana Resident Agent. d. Prior to beginning work, Insurance Certificates as proof of insurance coverage shall be filed with the Owner. The specifications for the Workers' Compensation, Commercial General Liability, Separate Owner's and Contractor's Protective Policy, and other related insurance are listed in these Contract Documents. 26. POWER OF ATTORNEY a. Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their Power of Attorney. b. One original shall be furnished with each set of bonds. C. Additional copies furnished with a set of bonds may be copies of that original. 27. LABOR AND WAGES a. For projects more than $25,000 let for state work, the Contractor(s) shall pay the standard prevailing rate of wages, including fringe benefits for health and welfare and pension contributions and travel allowance provisions in effect and applicable in the county or locality in which the work is being performed (18-2-403, Montana Code Annotated). b. On any state construction project funded by state or federal funds, except a project partially funded with federal aid money from the United States Department of Transportation or when residency preference laws are specifically prohibited by federal law and to which the state is a signatory to the construction contract, each Contractor shall ensure that at least 50 percent of the Contractor's workers performing labor on the project are bona fide Montana residents, as defined in 18-2- 401, (18-2-409, MCA). INSTRUCTIONS TO BIDDERS Page 10 of 13 C. Montana Prevailing Waize Rates. The Montana Commissioner of Labor and Industry has established the standard prevailing rate of wages in accordance with 18-2-401 and 18-2-402, Montana Code Annotated. A copy of the wage rates are bound herein. It is the Contractor's responsibility to classify their workers in accordance with the craft of trade to be performed and pay the appropriate established prevailing wage rate. d. The Contractor shall classify all workers on the project in accordance with the Department of Labor Wage Rate Determinations. In the event the Contractor is unable to classify a worker in accordance with these rates, the Contractor shall contact the Department of Labor and Industry, Labor Standards Bureau, Wage and Hour Unit, Helena, Montana 59604, for a determination of the prevailing wage rate to be paid that worker. e. Should the prevailing rate of wages change during the life of the contract, the wage rates included in the Contract Documents at the time of the bid opening shall be the prevailing wage rate for the life of the contract. f. Section 18-2-406, Montana Code Annotated, provides that Contractors, subcontractors, and employers who are performing services under public works contracts as provided in this part shall post in a prominent and accessible site on the project or work area, not later than the first day of work, a legible statement of all wages and fringe benefits to be paid to employees on such site or work area. g. Travel allowance, if applicable, may or may not be all-inclusive of "travel" and/or subsistence and travel time due employees. It is incumbent on the employer to determine the amounts due for each craft employed per the method of computation outlined for each craft where applicable. h. Any notice of infraction of the labor laws of the State of Montana received by the Owner or Engineer will be forwarded to the State of Montana, Department of Labor and Industry, Wage and Hour Unit, Helena, Montana. i. Safety Training. Contractor shall comply with the Occupational Safety and Health Act (OSHA). 28. CITY OF BOZEMAN NON-DISCRIMINATION POLICY Attention of Bidders is particularly called to the requirement for ensuring that the Contractor's employees and applicants for employment are not discriminated on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability in the performance of work performed for the city of Bozeman, if a contract is awarded to it, and also recognizes the eventual contract, if awarded, will contain a provision prohibiting discrimination as described above and that this prohibition shall apply to the hiring and treatment of the Contractor's employees and to all subcontractors. The Owner is an equal opportunity employer. INSTRUCTIONS TO BIDDERS Page 11 of 13 29. PAYROLLS AND BASIC RECORDS Payrolls and basic records relating thereto shall be maintained by the Contractor during the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work, or in the development of the project. Such records will contain the name and address of each employee, his correct classification, rates of pay, daily and weekly number of hours worked, deductions made, and actual wages paid. In addition, the Contractor will submit weekly a copy of all payrolls to the Owner and Engineer. The copy shall be accompanied by a certification signed by the employer or his agent indicating that the payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the Montana Department of Labor and Industry, and that the classifications set forth for each laborer or mechanic conform with the work he performed. The prime Contractor will make the record required under the labor standards clause of the Contract available for inspection by authorized representatives of the Owner and the Montana Department of Labor and Industry and will permit such representatives to interview employees during working hours on the job. Payroll reports and certificates of compliance shall be submitted to the Owner and Engineer prior to or with each Payment Request. The copies sent to the Owner and Engineer are for archive purposes only, because neither the Owner or Engineer are trained in the interpretation of payroll reports, and thus will rely on the Contractor's certification that all employees are being classified and paid appropriately. 30. BUY AMERICAN REQUIREMENTS The Contractor agrees that preference will be given to domestic construction material by the Contractors, subcontractors, and suppliers in the performance of this Contract. a. Domestic Preference. Domestic construction material must be used in preference to non-domestic materials if it is priced no more than 6 percent higher than the Bid or offered price of the non-domestic materials including all costs of delivery to the construction site, including any applicable duty, whether or not assessed. Computations will normally be based on costs on the date of opening Bids or Proposals. b. Waiver. The Owner may waive the Buy-American provision based upon those factors that it deems relevant, including: 1. Such use is not in the public interest; 2. The cost is unreasonable; 3. The available resources of the Owner are not sufficient to implement the provision; 4. The articles, materials, or supplies of the class or kind to be used or the articles, materials, or supplies from which they are manufactured and not mined, produced, or manufactured in the United States in sufficient and reasonable available commercial quantities or satisfactory quality for the project; or INSTRUCTIONS TO BIDDERS Page 12 of 13 5. Application of this provision is contrary to multilateral government procurement agreements. 31. MAINTENANCE OF RECORDS Contractor shall maintain all required records for three years after the Owner makes final payment and all other pending matters are closed. 32. NOTICE TO PROCEED The Notice to Proceed will normally be issued within 30 days of the execution of the Agreement by the Owner. Should there be reasons why the Notice to Proceed cannot be issued within such period, the time may be extended by mutual written agreement between the Owner and Contractor. 33. CONTRACT TIME The Contract Time will be as set forth in the Special Provisions. 34. LIQUIDATED DAMAGES Liquidated damages will be as set forth in the Special Provisions. 35. MONTANA CONTRACTOR'S REGISTRATION The Contractor and any of the Contractor's subcontractors doing work on this project will be required to be registered with the Montana Department of Labor and Industry prior to bidding this project. Information pertaining to the Montana Contractor Registration requirements may be obtained from the Montana State Department of Revenue, Helena, Montana. (1-800-556-6694) 36. NOTICE OF EXTENDED PAYMENT PROVISION This Contract allows the Owner to make payment within 21 calendar days after the Owner's approval of the payment request. INSTRUCTIONS TO BIDDERS Page 13 of 13 Intentionally Left Blank l ' I 1 i BID PROPOSAL 1 Cottonwood Road from Babcock St. to Durston Rd. City of Bozeman 1 ALL BIDDERS MUST CONTACT ROBERT PECCIA & ASSOCIATES OFFICE AT THE ADDRESS STIPULATED IN THE INVITATION TO BID TO OBTAIN THE "OFFICIAL" ( CONTRACT DOCUMENTS BOOKLET. The undersigned Bidder, having familiarized themselves with the conditions of the work and the ' contract documents, the site where the work is to be performed, local labor conditions and all laws, f regulations, municipal ordinances, and other factors which may affect the performance of the Work, and having satisfied themselves of the expense and difficulties attending performance of the work: ( Hereby proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City of Bozeman in the form included in the Contract Documents, to perform and furnish all Work as specified i or indicated in the Contract Documents including labor, materials, equipment and services necessary to ( complete all general construction work, for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents including all Addenda, for a project entitled Cottonwood Road from Babcock St. to Durston Rd. The undersigned Bidder hereby agrees to commence work under this contract on the date to be specified in a written Notice to Proceed from the Owner and to fully complete the project within the following specified times thereafter as stipulated in the Specifications. Time is of the essence in completing this ( project. Bidder further agrees to pay liquidated damages for each consecutive day work continues past ( the contract time. Liquidated damages will be the sum as specified in the Special Provisions plus reimbursement for engineering services per consecutive calendar day the work continues past the contract time. The work shall be completed within the allotted contract times as specified in the Special i Provisions. The undersigned Bidder hereby certifies that: 1) this Bid is genuine and is not made in the interest of, or in the behalf of, any undisclosed person, firm, or corporation, and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; 2) the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid; 3) the Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and 4) the Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over the ( Owner. r The undersigned Bidder agrees to complete the Work in accordance with the Contract Documents for the following prices: ( I � I t i ( ( BID PROPOSAL Page 1 of 11 ( r BID PROPOSAL—STANDARD BID Cottonwood Road from Babcock St. to Durston Rd. Item Estimated Unit Description Unit Price Total Price No. Quantity 1. 1 LS Mobilization,Bonding, and Submittals (May not exceed 5% of $ $ Total Base Bid) 2. 1 LS Construction Surveying, Staking, and Testing $ $ 3. 1 LS Traffic Control 4. 1 LS Erosion Control and Permits 5. 1 LS Dewatering 6. 35 EA Remove Tree 7. 15 EA Trim Tree 8. 2,420 CY Topsoil-Strip, Salvage, and Reuse 9. 200 CY Topsoil-Imported 10. 400 CY Imported Trench Backfill 11. 289 LF Remove Sanitary Pipe 12. 288.8 LF 12"PVC SDR-35 San. Pipe 13. 2,746.5 LF 18"PVC PS-46 San. Pipe BID PROPOSAL Page 2 of 11 BID PROPOSAL—STANDARD BID Cottonwood Road from Babcock St. to Durston Rd. Item Estimated Unit Description Unit Price Total Price No. Quantity 14. 9 EA 60"Sanitary Manhole 15. 1 EA 60" Sanitary Interior Drop Manhole 16. 1 EA 60" Sanitary Exterior Drop Manhole 17. 7 EA Modify Manliole 18. 10 EA Adjust Manhole 19. 21 EA Adjust Water Valve 20. 28 EA Adjust Curb Stop 21. 1 EA Adjust Cleanout 22. 5 EA Adjust Water Main 23. 28 EA Adjust Water Service 24. 1 EA Remove and New Hydrant Assembly 25. 1 LS Remove Drainage 26. 115.7 LF 12" PVC Storm Pipe 27. 16.0 LF 15"PVC Storm Pipe BID PROPOSAL Page 3 of 11 BID PROPOSAL—STANDARD BID Cottonwood Road from Babcock St. to Durston Rd. Item Estimated Unit Description Unit Price Total Price No. Quantity 28. 189.0 LF 12"RCP Class 5 Storm Pipe 29. 147.5 LF 15"RCP Class 5 Storm Pipe 30. 34 LF Concrete Inlet Chase 31. 5 EA Square Storm Drain Inlet 32. 1 EA Double Storm Drain Inlet 33. 3 EA 48" Combination Manhole and Curb Inlet $ $ 34. 4 EA 48" Standard Straight Manhole 35. 1 LS Subsurface Detention System 36. 37 SY Drainage Geotextile 37. 19 CY Pipe Bedding Type 2 38. 5,456 SF Rigid Board Insulation 39. 47 CY Flowable Fill 40. 24,000 CY Street Excavation (Above Subgrade) 41. 2,000 CY Imported Borrow BID PROPOSAL Page 4 of 11 BID PROPOSAL—STANDARD BID Cottonwood Road from Babcock St. to Durston Rd. Item Estimated Unit Description Unit Price Total Price No, Quantity 42. 4,250 CY Subexcavation and Replacement Below Subgrade(Imported 6" $ $ Minus 43. 1,457 SY Separation Geotextile 44. 23,775 SY Geosynthetic 45. 12,822 CY Sub-Base Course (6" Minus) $ $ 46. 3,754 CY Crushed Base Course(1.5"Minus) $ $ 47. 5,711 TON Asphalt Pavement,PG 58-28 $ $ 48. 18,681 SY Asphalt Seal and Chip Coat $ $ 49. 2,137 SY Concrete Sidewalk 6"Thick(With $ $ 3" Thick Gravel Base) 50. 20.9 SY Detectable Warning Panels $ $ 51. 8,125 LF Concrete Curb and Gutter 52. 60 SY Concrete Double Gutter(7"Thick) 53. 78 SY Concrete Apron Fillets (7" Thick) 54. 622 SY Concrete Median Cap (4" Thick) 55. 49 SF Concrete Stairs BID PROPOSAL Page 5 of 11 BID PROPOSAL—STANDARD BID Cottonwood Road from Babcock St. to Durston Rd. Item Estimated Unit Description Unit Price Total Price No. Quantity 56. 18 LF Handrail 57. 16 LF Retaining Wall 58. 1 LS Remove Pavement Markings 59. 1 LS Pavement Markings 60. 1 LS Signing 61. 13,000 SY Hydraulic Seeding 62. 14 EA Adjust Sprinkler System 63. 120 LF 4"PVC Schedule 40 Pipe(Irrigation Sleeve) $ $ 64. 820 LF 6''-PVC Schedule 80 Pipe(Irrigation Sl'eeye) $ $ 65. 2 EA Monument Box 66. 2 EA Property Pin 67, 1 LS Buried Electrical(Concrete foundations,conduits,pull boxes, $ $ borings,cables,wires, conductors) 68. 1 EA Emergency Preemption System 69. 1 EA Radar Detection System TIM PRf1P(-1RAT. BID PROPOSAL—STANDARD BID Cottonwood Road from Babcock St. to Durston Rd. Item Estimated Unit Description Unit Price Total Price No. Quantity 70. 32 EA Colored Luminaire Standard(25' Tall with 6'Mast Arm) $ $ 71. 9 EA Colored Luminaire Standard(35' Tall with 10'Mast Arm) $ $ 72. 46 EA Colored LED Assembly(for Signal and Luminaire) $ $ 73. 2 EA Service Assembly(30 AMP and 60 AMP) $ $ 74. 18 EA Signal Indications-Traffic 75. 10 EA Signal Indications-Pedestrian 76. 1 EA Controller,Cabinet, and Concrete Pedestal $ $ 77. 7 EA Colored Signal Standard-Type 1 78. 2 EA Colored Signal Standard-Type 2 (35'Mast Arm with 15'Luminaire) $ $ 79. 1 EA Colored Signal Standard-Type 3 (55'Mast Arm) $ $ 80. 1 EA Colored Signal Standard-Type 3 (60'Mast Arm) $ $ 81. 1 LS Remove and Reset Signal 82. 10 EA Push Button - Pedestrian/Tactile BID PROPOSAL Page 7 of 11 BID PROPOSAL—STANDARD BID Cottonwood Road from Babcock St. to Durston Rd. Item Estimated Unit Description Unit Price Total Price No. Quantity 83. 1 EA Broadband Antenna 84. 1 EA Remove and Salvage Luminaire, Miscellaneous Electrical $ $ 85. 2.0 CY Rip Rap—Class 1 Random 86. 100,000 UNIT Miscellaneous Work 87. 1 LS Temporary Water Supply 88. 3 EA Adjust Vault STANDARD BID PRICE: $ (Standard Bid Price-Written in Words) BID PROPOSAL Page 8 of 11 l BID PROPOSAL—ALTERNATE#1 Cottonwood Road from Babcock St. to Durston Rd. Item Estimated Unit Description Unit Price Total Price No. Quantity 1-A. 1 LS Mobilization,Bonding, and Submittals(May not exceed 5%of $ $ Total Base Bid 2-A. 1 LS Construction Surveying, Staking, and Testing $ $ 3-A. 1 LS Traffic Control 40-A. 2,535 CY Street Excavation(Above Subgrade) $ $ 44-A. 7,609 SY Geosynthetic $ $ 46-A. 1,274 CY Crushed Base Course (1.5" Minus) $ $ 47-A. 2,451 TON Asphalt Pavement,PG 58-28 $ $ 48-A. 7,916 SY Asphalt Seal and Chip Coat $ $ 58-A. 1 LS Remove Pavement Markings $ $ ALTERNATE 41 BID PRICE: $ (Alternate#1 Bid Price-Written in Words) BID PROPOSAL Page 9 of 11 BID PROPOSAL—ALTERNATE 92 Cottonwood Road from Babcock St. to Durston Rd. Item Estimated Unit Description Unit Price Total Price No. Quantity 1-B. 1 LS Mobilization,Bonding, and Submittals(May not exceed 5% of $ $ Total Base Bid) 89-B. 1 LS Irrigation Well ALTERNATE #2 BID PRICE: $ (Alternate#2 Bid Price - Written in Words) BID PROPOSAL Page 10 of 11 i i i BID PROPOSAL (cont.) i The foregoing unit bid prices shall include all labor,materials, equipment, overhead, profit, insurance, and all incidentals required to cover the finished work of the several kinds called for. f Bidder understands that the Owner reserves the right to reject any or all bids and to waive any ( informalities in the bidding. f The Bidder agrees that this Bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled opening time. Bidder hereby acknowledges receipt of the following Addenda,which have been considered in preparation of this Bid: Addendum No. Dated Addendum No. Dated 6 Addendum No. Dated The undersigned Bidder acknowledges that this information,which was developed by the Engineer, is for design purposes only. The Contractor shall be solely responsible for information required to bid the project. By signing this Proposal,the Contractor acknowledges that he has adequate information independently verified by the Contractor,to prepare and offer this bid. { Submitted this day of , 2019. E Firm Name: By: (SIGNATURE OF BIDDER) Title: Business Address: Montana Contractor's Registration No. Phone No.: ' Bid Security Attached: Yes h BID PROPOSAL Page 11 of I I Intentionally Left Blank EXEIlC'.=- PENAL SUM FORM EtaGltai:t:nS JOINT CONTf1t,GT OOCUMEN.T3 COMMITTEE BID BOND Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. BIDDER (Name and Address): e and Address o Principal Place o Business): SURETY (Nome, f p fi OWNER (Name and Address): BID Bid Due Date: Description (Project Name— Include Location): BOND Bond Number: Date: Penal sum $ (Words) (Figures) Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Bid Bond to be duly executed by an authorized officer, agent, or representative. BIDDER SURETY (Seal) (Seal) Bidder's Name and Corporate Seal Surety's Name and Corporate Seal By: By: Signature Signature (Attach Power of Attorney) Print Name Print Name Title Title Attest: Attest: Signature Signature Title Title Note:Addresses are to be used for giving any required notice. Provide execution by any additional parties, such as joint venturers, if necessary. EJCDCe C-430,Bid Bond(Penal Sum Form).Published 2013. Prepared by the Engineers Joint Contract Documents Committee. Page 1 of 2 EXEIC225 PENAL SUM FORM ENGINft:RS Ji:INT f,J°:TFr.CT DOCUR1Eh7T's GP'd1A..... 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond shall be Owner's sole and exclusive remedy upon default of Bidder. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents, or 3.2 All Bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from the Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after the Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "Bid" as used herein includes a Bid, offer, or proposal as applicable. E1CDC®C-430,Bid Bond(Penal Sum Form).Published 2013. Prepared by the Engineers Joint Contract Documents Committee. Page 2 of 2 i l NON-DISCRIMINATION AFFIRMATION FORM E [name of entity submitting] hereby affirms it will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability in the performance of work performed for the'city of Bozeman, if a contract is awarded to it, and also recognizes the eventual contract, if awarded, will contain a provision prohibiting discrimination as described above and that this prohibition shall apply to the hiring and treatment of the l [name of entity submitting] employees and to all subcontracts it enters into in performance of the agreement with the city of Bozeman. Signature of Bidder: Person authorized to sign on behalf of the bidder Intentionally Left Blank SECT MN 5. INCORPORATION OF EJCDC STANDARD GENERAL CONDITIONS Incorporation of the Montana Public Works and Engineers Joint Contracts Documents Committee Standard General Conditions and Supplementary Conditions to the General Conditions. The following are hereby incorporated by reference and made a part of this Contract: 1. The Standard General Conditions of The Construction Contract as Prepared by the Engineers Joint Contract Documents Committee as found in the Montana Public Works Standard Specifications, Sixth Edition,April 2010. 2. The Supplementary Conditions to the General Conditions as found in the Montana Public Works Standard Specifications, Sixth Edition, April 2010. The following RPA Supplementary Conditions are modifications to Montana Public Works and Engineers Joint Contract Documents Committee Standard General Conditions of the Construction Contract: BlankIntentionally Left RPA SUPPLEMENTARY CONDITIONS The intent of this Section is to supplement the conditions outlined in the Standard General Conditions. 1. Insurance 2. Bonding 3. Estimated Quantities 4. Unit Price Work 5. Project Meetings 6. Governing Standards and Regulatory Requirements 7. Submittals 8. Weed Control 9. Regular Hours and Weather Days 10. Contractor Reimbursed Engineering Costs 11. Construction Progress 12. Repair and Replacement Quality 13. Rejected Work 14. Project Close-out 15. General Equipment Stipulations 16. Blasting 1. INSURANCE Without limiting any of the other obligations or liabilities of the CONTRACTOR, CONTRACTOR shall secure and maintain such insurance from an insurance company(or companies) authorized to write insurance in the State of Montana,with minimum"A.M.Best Rating"of A-,VI,as will protect the CONTRACTOR,the vicarious acts of subcontractors,the OWNER,the ENGINEER,the Engineer's Consultants, and the respective directors, officers, partners, agents, employees and other consultants and subcontractors of each and any of all such additional insured's from claims for bodily injury(including sickness, disease and mental anguish), death and property damage which may arise from operations and completed operations under this Agreement. CONTRACTOR shall not commence work under this Agreement until such insurance has been obtained and certificates of insurance,with binders, and certified copies of the insurance policy(s)shall have been filed with the OWNER and the ENGINEER. All insurance coverage shall remain in effect throughout the life of the Agreement, except that the CONTRACTOR shall maintain the Commercial General Liability Policy including product and completed operations coverage for a period of two years following the substantial completion date for property damage resulting from occurrences during the agreement period. A. Contractor's Liability Insurance Add the following new paragraphs immediately after Paragraph 5.04.B: C. The limits of liability for the insurance required by Paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Law or Regulations: 1. Workers' Compensation and related coverages under Paragraphs 5.04.A.I and 5.04.A.2 of the General Conditions. a. State Statutory b. Applicable Federal(e.g.Longshoremans) Statutory c. Employer's Liability $1,000,000 RPA SUPPLEMENTARY CONDITIONS Page I of 16 2. CONTRACTOR'S General Liability Insurance under Paragraphs 5.04.A.3 through 5.04.A.6 of the General Conditions which shall include a Commercial General Liability insurance policy based on Insurance Services Office (ISO) Form CG 00 01 12 07 (or 12 04, or 10 01 edition dates). The coverage shall be based on an occurrence form and shall include, but not be limited to, coverage for Premises/Operations, Products/Completed Operations, Personal and Advertising Injury, Subcontractors, and Liability assumed under an insured contract. There shall be no endorsement or modification of the Commercial General Liability policy form that modifies the standard general liability policy arising from pollution, explosion, collapse, underground property damage, subsidence, or work performed by subcontractors. The General Aggregate Limit shall apply separately to each of the Contractor's projects per the latest edition of Form CG 25 01, CG 25 03, or equivalent. a. GENERAL AGGREGATE PER PROJECT $3,000,000 b. Products-Completed Operations Aggregate $3,000,000 C. Personal and Advertising $2,000,000 d. Bodily Injury and Property Damage (Each Occurrence) $2,000,000 e. Contractor's Liability Insurance under 5.04.A.3 through 5.04.A.6 may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. Primary occurrence limit cannot be less than $1,000,000.00. The deductible, if any, may not exceed $5,000.00 per occurrence on property damage. f. In addition to other requirements in the General Conditions, Coverage will include at a minimum: 1. Premises-Operations 2. Operations of Independent Contractor 3. Contractual Liability 4. Personal Injury 5. Products and Completed Operations 6. NO additional exclusions that modify the standard ISO Commercial General Liability policy form CG 00 01 12 07 (or 12. 04, or 10 01 edition dates) in regard to pollution, explosion, collapse, underground property damage, subsidence, or work performed by subcontractors will be acceptable. 7. Per Project Aggregate Endorsement 3. Automobile Liability under Paragraph 5.04.A.6 of the General Conditions: a. Bodily Injury: Each Person $2,000,000 Each Accident $2,000,000 RPA SUPPLEMENTARY CONDITIONS Page 2 of 16 Property Damage: Each Accident $2,000,000 (or) b. Combined Single Limit $2,000,000 Coverage to be written with a symbol 1 (One)any auto basis to Include: 1. All Owned 2. Hired 3. Non-Owned C. Contractor's Automobile Liability Insurance under 5.04.A.6 may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. Primary occurrence limit cannot be less than $1,000,000.00. The deductible, if any, may not exceed $5,000.00 per accident. 4. The Contractual Liability coverage required by Paragraph 5.04.B.3 of the General Conditions shall provide coverage for not less than the following amounts: Each Occurrence $2,000,000 Aggregate $3,000,000 a. Contractual Liability Insurance under 5.04.B. 3 may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. Primary occurrence limit cannot be less than $1,000,000.00. The deductible, if any,may not exceed $5,000.00 per occurrence. 5. OWNERS and CONTRACTORS Protective Policy - Purchased By CONTRACTOR: In addition to the insurance required to be provided by Contractor under paragraph 5.04.A.1 through 5.04.A.6 inclusive, Contractor shall purchase and maintain a separate Owners and Contractors Protective Policy (OCP) to protect Owner against claims which may arise from operations under the Contract Documents,with limits of liability as specified below. The policy must be in the name of the Owner. This liability insurance shall include as additional insureds the Engineer and the Engineer's Consultants, and include coverage for the respective directors, officers, partners, employees, agents and other consultants and subcontractors of all such additional insureds. a. General Aggregate $2,000,000.00 b. Each Occurrence $1,000,000.00 (Bodily Injury and Property Damage) The OCP policy shall remain in effect until completion of the project and final payment is made to the Contractor and all times thereafter when the Contractor RPA SUPPLEMENTARY CONDITIONS Page 3 of 16 may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07 of the General Conditions. The insurance policy will contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed or renewal refused until at least forty-five (45) days prior written notice has been given to Owner and to each other additional insured (and the certificates of insurance furnished to Owner and each other additional insured will so provide). 6. AdditionalInsured's: The CONTRACTOR'S insurance coverage shall name the OWNER, and ENGINEER and Engineer's Consultants and applicable landowners (if any) as an additional insured under Commercial General Liability, Automobile Liability and Excess or Umbrella policies. A list of the known additional insured's for this project is contained in the Special Provisions. a. With respect to insurance required by paragraphs 5.04.A.3 through 5.04.A.6, inclusive, include the following as additional insured's on a primary, non-contributory basis. Use the following Additional Insured Endorsements: ENTITY FORM Owner and Landowners - use Additional Insured Endorsements; CG 20 10 11 [See Special Provisions] 85 or combination of CG 20 10 10 01 &CG 20 37 10 01 or CG 32 87 05 10&CG 32 90 05 10 Montana only—or subsequent editions; Additional insured must include On-going Operations as well as Completed Operations. Engineer—Robert Peccia use Additional Insured Endorsement; CG 20 32 and Associates Engineers' Consultants— use Additional Insured Endorsement; CG 20 32 [See Special Provisions] b. With respect to the Owner's and Contractor's Protective Policy (OCP) insurance required by paragraph SC-5.04.C.5, include the following as additional insureds. Use the following Additional Insured Endorsement: ENTITY FORM Engineer—Robert Peccia use Additional Insured Endorsement; CG 20 31 and Associates Engineers'Consultants— use Additional Insured Endorsement; CG 20 31 [See Special Provisions] B. Cancellation Notice Amend paragraph 5.04.13.4 of the General Conditions by striking out the words "30 days" and replacing them with the words"45 days"and as so amended paragraph 5.04.13.4 remains in effect. RPA SUPPLEMENTARY CONDITIONS - Page 4 of 16 C. Property Insurance Delete Article 5.06.A of the General Conditions in its entirety and insert the following in its place: 1. CONTRACTOR shall purchase and maintain property insurance upon the work at the site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in these Supplementary Conditions or required by Laws and Regulations). This insurance shall: a. Include the interests of OWNER, CONTRACTOR, Subcontractors(All Tiers — Contractor to list Subcontractors), ENGINEER, ENGINEER'S Consultants, and any other persons or entities identified in the Special Provisions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; b. Deductible may not exceed $10,000 unless approved by an appropriate change order with the following exception: Deductible may be higher than $10,000 for Flood and Earthquake perils, but the Contractor shall be responsible for paying the entire cost of the higher deductible should a claim be submitted against the policy for Flood and Earthquake perils.A letter from the Contractor stating what the deductible is and that they will cover the deductible amount is required as part of the insurance submittal. C. be written on a Builder's Risk special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, false work and Work in transit and shall insure against at least the following perils: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, flood, and other perils as may be specifically required by the Supplementary Conditions; d. include expenses incurred in the repair or replacement of any insured property(including but not limited to the fees and charges of engineers and architects); e. cover materials and equipment in transit for incorporation in the Work or stored at the site or at another location prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; f. be endorsed to allow occupancy and partial utilization of the Work by OWNER; g. include testing and start-up; and h. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR, and ENGINEER with forty-five days written notice to each other additional insured to whom a certificate of insurance has been issued. i. CONTRACTOR shall be responsible for any deductible or self-insured retention. RPA SUPPLEMENTARY CONDITIONS Page 5 of 16 i j. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this Article 1.0 shall comply with the requirements of Paragraph 5.06.0 of the General Conditions. k. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this Article 1.0 shall comply with the requirements of GC-5.06.C. The qualifications of the insurance company shall comply with the requirements of Article 1 of these Supplementary Conditions. 2. BONDING In addition to all bonding requirements indicated in Article 5 of the General Conditions, all Contractors shall be responsible for meeting the Montana Workers Surety Bond Requirements per MCA 18-2-201. Bonds shall remain in effect during the warranty period. 3. ESTIMATED QUANTITIES All estimated quantities stipulated in the Proposal and other Contract Documents are approximate and are to be used only (a) as a basis for estimating the probable cost of the work; and (b) for the purpose of comparing proposals submitted for the work. It is understood and agreed that the actual amounts of work done and materials furnished under unit price items may vary substantially from such estimated quantities. The actual quantities will depend on the conditions encountered at the time the work is performed, and the unit prices apply, subject to the exceptions in Supplementary Condition 4—Unit Price Work. 4. UNIT PRICE WORK Paragraph 11.03 of the General Conditions is hereby deleted in its entirety and the following is substituted in its place: A. The unit price of an item of Unit Price Work shall be subject to reevaluation and adjustment under the following conditions: 1. If the total cost of a particular item of Unit Price Work amounts to 10%or more of the Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by Contractor differs by more than 25%from the estimated quantity of such item indicated in the Agreement; and 2. If there is no corresponding adjustment with respect to any other item of Work,- and 3. If Contractor believes that Contractor has incurred additional expense as a result thereof; or if Owner believes that the quantity variation entitles Owner to an adjustment in the unit price, either Owner or Contractor may make a claim for an adjustment in the Contract Price in accordance with the General Conditions if the parties are unable to agree as to the effect of any such variations in the quantity of Unit Price Work performed." S. PROJECT MEETINGS Project meetings shall be held monthly to review progress and requests for payment, maintain coordination, update and modify scheduling requirements, and resolve any problems that might develop. The Engineer shall preside at the meeting. RPA SUPPLEMENTARY CONDITIONS Page 6 of 16 6. GOVERNING STANDARDS AND REGULATORY REQUIREMENTS 6.1 Jurisdiction. The performance of this work shall be under the jurisdiction of the following agencies, departments, and standards and compliance with the requirements thereof is required: Federal Level: United States law;United States Corps of Engineers;Environmental Protection Agency. State Level: Montana Code Annotated; Montana Department of Environmental Quality; Dept. of Fish, Wildlife & Parks (SPA); Department of State Lands; the Department of Natural Resources and Conservation; the Montana Building Codes Division; Uniform Building Code, (latest edition); Uniform Plumbing Code, (latest edition); Uniform Mechanical Code, (latest edition);Uniform Fire Code(latest edition);National Electric Code,(latest edition). Permits. The Contractor must also comply with the requirements of any permits obtained for the project by the Owner. These permits may include stream permits, wetland permits, floodplain permits, etc. Copies of any of these permits are available upon request from the Engineer. However, the Contractor shall be responsible for obtaining any permits regarding the discharge of any water related to the construction of this project(this includes a Montana Department of Environmental Quality 3A Permit). Local Level: City ordinances and regulations. 6.2 Contractor's Responsibility. The Contractor shall familiarize himself with the requirements of all regulatory agencies pertaining to the performance of the work on the project. The Contractor shall perform all work in accordance with the regulatory requirements. Any conflict between the Contract Documents and the regulatory requirements shall be brought to the immediate attention of the Engineer. 7. SUBMITTALS 7.1 Construction Schedule. The Contractor shall submit to the Engineer for review a schedule of the proposed construction operations. The construction schedule shall indicate the sequence of the Work, the time of starting and completion of each part, and at a minimum one entry for each bid item and trade involved therein. Whenever 10 percent or more of the schedule items are inconsistent with the original schedule, the Contractor shall prepare a revised schedule and narrative plan that indicates corrective action that will bring the progress of the work back to the original schedule completion dates. The revised schedule and narrative shall be submitted to the Engineer for review, approval, or comment before any further pay requests will be received or recommended for payment. The construction schedule shall be acceptable to the Engineer before the Notice to Proceed is issued. 7.2 Schedule of Values. The Contractor shall prepare and submit to the Engineer a schedule of values for each lump sum bid item on the Proposal. Each item shall be subdivided to show the portion of payment assigned to each work location and work item or trade involved. The RPA SUPPLEMENTARY CONDITIONS Page 7 of 16 schedule of values, showing the value of each kind of work at each site, shall be acceptable to the Engineer before any application for payment is prepared. The sum of the items listed in the schedule of values shall equal the lump sum price for the bid item. Items such as bond premium, temporary construction facilities, and office expense may be listed separately in the schedule of values, provided the amounts can be substantiated. Overhead and profit shall not be listed as separate items. An unbalanced schedule of values providing for overpayment of the Contractor on items of work which would be performed first will not be accepted. The schedule of values shall be revised and resubmitted until acceptable to the Engineer.Final acceptance by the Engineer shall indicate only consent to the schedule of values as a basis for preparation of applications for progress payments and shall not constitute an agreement as to the value of each indicated item. 7.3 Schedule of Payments. Within 10 days after the effective date of the Agreement, the Contractor shall furnish to the Engineer a schedule of estimated monthly payments. The schedule shall be revised and resubmitted each time an application for payment varies more than 10 percent from the estimated payment schedule. 7.4 Approval of Subcontractors. Contractor shall submit a list of Subcontractors to be used on the project and it shall be acceptable to the Owner prior to starting work. For each Subcontractor include name, address, phone, type of work, registration number, approximate contract value and a list of projects completed within the last 5 years by the Subcontractor. 7.5 Shop Drawings and Engineering Data. In addition to the construction schedule, the Contractor shall submit to the Engineer a Shop Drawing Schedule indicating the title and appropriate date that all anticipated shop drawings will be submitted to the Engineer before the Engineer will proceed with the review of any submittals. All submittals, regardless of origin, shall be stamped with the approval of the Contractor indicating his review and identified with the naive and number of this Contract, Contractor's name, and references to applicable specification paragraphs and Contract Drawings. Each submittal shall indicate the intended use of the item in the work. When catalog pages are submitted, applicable items shall be clearly identified. The current revision, issue number, and date shall be indicated on all drawings and other descriptive data. Substitutions will be considered through completion of a Substitution Request Form (bound into the Appendix of these documents). All deviations from the Contract Documents shall be identified on each submittal and shall be tabulated in the Contractor's letter of transmittal. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by the Contractor (including modifications to other facilities that may be a result of the deviation) and all required piping diagrams. The Contractor shall accept full responsibility for the completeness of each submission and, in the case of a resubmission, shall verify that all exceptions previously noted by the Engineer have been taken into account. In the event that more than one resubmission is required because of failure of the Contractor to account for exceptions previously noted, the Contractor shall RPA SUPPLEMENTARY CONDITIONS Page 8 of 16 reimburse the Owner for the charges of the Engineer for review of additional resubmissions. The costs of additional review shall be deducted from the Contractor's progress payments. Any need for resubmission or any other delay in obtaining the Engineer's review of submittals will not entitle the Contractor to extension of the Contract Time unless delay of the work is directly caused by a change in the work authorized by a Change Order or by failure of the Engineer to return any submittal within three(3)weeks after its receipt in the Engineer's office. Five (5) copies of each drawing and necessary data or schedule shall be submitted to the Engineer. Improper format or illegible information shall be cause to return submittals without review. The Engineer will not accept submittals from anyone but the Contractor. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. Items resubmitted shall bear the number of the first submittal followed by a letter(A,B, etc.)to indicate the sequence of the resubmittal. When the schedules, drawings, and data are returned marked RETURNED FOR CORRECTION, the corrections shall be made as noted thereon and as indicated by the Engineer and corrected copies shall be resubmitted. When corrected copies are resubmitted, the Contractor shall in writing direct specific attention to all revisions and shall list separately any revisions made other than those called for by the Engineer on previous submissions. When the drawings and data are returned marked EXCEPTIONS NOTED, no additional submission is needed provided all exceptions marked are incorporated into the item. No re- submission is required for submittals marked NO EXCEPTIONS NOTED or RECORD COPY. Portions of the work requiring a shop drawing or sample submission shall not begin until the shop drawing or submission has been reviewed and returned with no resubmission needed by the Engineer. A copy of each processed shop drawing and each processed sample shall be kept in good order by the Contractor at the site and shall be available to the Engineer. No materials-on-site payments will be approved in applications for partial payment for equipment or materials until shop drawings for same have been reviewed and returned by the Engineer without a requirement for resubmission. 7.6 Record Drawings and Survey Data.The Contractor shall prepare and maintain drawings record- ing the constructed characteristics of all aspects of the work. Record drawings shall be of suffi- cient detail and accuracy to permit ready identification and location of all component parts and hidden or buried facilities. This is especially important in the case of part time construction observation by the Engineer. The record drawings and survey data shall be made available to the Engineer at all times. This includes all field books, notes, and other data developed by the Contractor in performing surveys required as part of the work. Upon completion of the work, a paper copy of all record drawings and survey data shall be transmitted to the Engineer and Owner. RPA SUPPLEMENTARY CONDITIONS Page 9 of 16 8. WEED CONTROL Prior to mobilizing equipment on the project site, the Contractor shall clean his equipment and vehicles to assure no weeds are imported. The Contractor shall be responsible for weed control for the duration of the contract and until landscaping is established. All costs associated with weed control shall be incidental to other items of work, and no additional compensation will be allowed. 9. REGULAR HOURS AND WEATHER DAYS 9.1 Regular Hours. The regular work week shall consist of five working days, Monday through Friday, with regular working hours of 8:00 a.m. to 5:00 p.m. Written requests to perform any work outside of the regular work week or normal working hours must be delivered to the Owner and Engineer no less than 48 hours prior to the planned start of the work. Contractor may not work other than regular hours without written approval from Owner and Engineer. 9.2 Weather Days. In the event inclement weather or the aftermath of inclement weather prevents the Contractor from performing ay compensable work for a minimum of 60% of the Regular day or other work period approved by the Owner, he may request a credit for that day. No credit for inclement weather will be allowed on non-working days. A request for a weather day must be submitted to the Engineer by the end of each calendar day being requested. 9.3 Winter Shutdown. See Special Provisions for requirements. 9.4 Standby. No separate payment will be made for standby time, inactive periods beyond Contractor control or inactive periods resulting from requirements of this Contract. Such tune will be considered incidental to the required work. Standby time can be expected but is not limited to waiting for completion of other related contractors work. 10. CONTRACTOR REIMBURSED ENGINEERING COSTS The Contractor shall reimburse the Owner the full cost of engineering services in the event the Engineer incurs unscheduled employment necessitated by the Contractor.Examples of unscheduled employment of the Engineer are the following Contractor actions: 1) Working more than forty (40) hours per week, more than five (5) days per week and Saturdays, Sundays, and holidays. 2) Furnishing materials or equipment not in conformance with Contract Documents necessitating redesign by the Engineer. 3) Working beyond the time of completion established in the Notice to Proceed with Construction. 4) Retests by the Engineer of tests that have failed. 5) Retests by others for tests that require Engineer's presence. 6) Repeated review of submittals and shop drawings that have not been approved. 7) Additional inspection as a result of unacceptable work. 8) Failing to follow design or construction documents. RPA SUPPLEMENTARY CONDITIONS Page 10 of 16 9) Submitting excessive or unreasonable claims requiring Engineer's review. 10) Failing to properly document pay requests. 11) Failing to provide or adhere to schedules. 12) Other services that are within the Contractor's control to avoid. The Engineering fees to be reimbursed by the Contractor shall be according to the following schedule: 1) Labor: At the Engineer's current billable rates, including overhead, as referred to in the Agreement between the Owner and Engineer,plus 15% profit. 2) Other Consultant: At actual cost plus 10% 3) Mileage: 4X4 @$0.63/mi.;2WD @$0.58/nu. 4) Per Diem: IRS allowable rate 5) Other expenses (including computer and CADD hours) and laboratory testing: Actual Cost+ 10% 6) Field Testing: Engineer's current billable rate for specific equipment utilized Contractor shall make payment of these Engineering services by deduction from the project progress payments or final payment or by invoice to the Contractor. The Engineering contract will be analyzed at the end of the project to determine whether any unscheduled employment of the Engineer, during the schedule contract time,resulted in a cost savings to the Owner. If, as a result of working more than 40 hours per week, five days per week, the Contractor completes the project within the scheduled time, and if the overtime results in a reduced contract time and cost savings to the Owner, no damages will be assessed for the unscheduled employment of the Engineer during the scheduled contract time. Damages will be assessed as stipulated for each day the work remains uncompleted beyond the scheduled contract time. 11. CONSTRUCTION PROGRESS 11.1 The Contractor shall maintain suitable progress on the job at all times. This shall include the presence of full crews with superintendent(s) effectively operating with proper equipment and tools. In the event the Owner is dissatisfied with the progress, performance, or timing of the work, the Owner will give the Contractor written notice in which the Owner will specify in detail the cause of dissatisfaction. Should the Contractor fail or refuse to remedy the matters indicated and fail to submit a detailed schedule indicating how the Contractor shall complete the work in the Contract Time remaining within ten (10) days after the written notice is received by the Contractor,the Owner will have the right to take control of the work and either make good the deficiencies of the Contractor itself or direct the activities of the Contractor as the Owner deems advisable, or the Owner may terminate the Contract. In either event, the Owner will be entitled to collect from the Contractor all expenses in completing the work. 11.2 Should an unforeseen or changed site condition arise on a portion of the work, the Contractor shall immediately notify the Owner in writing. The Owner and Engineer will work with the RPA SUPPLEMENTARY CONDITIONS Page 11 of 16 Contractor to resolve such a condition in a fair and equitable manner as soon as possible. However, the Contractor shall continue work on any or all portions of the work that are not directly affected by the unforeseen or changed site conditions or, when directed by the Engineer, the Contractor shall continue work on the disputed portion of the work in confor- mance with the appropriate section of these General Requirements. No claim for additional j Contract Price or Time for standby will be allowed. Failure or refusal of the Contractor to continue such work will be cause for the Owner to take control of the work or terminate the Contract as herein provided and to employ such additional help as the Owner deems advisable to maintain progress. The costs of any such work will be deducted from the Contractor's monthly progress payments. The Contractor shall be subject to liquidated damages for any overrun of the Contract Time resulting from his failure or refusal to continue work as described. 12. REPAIR AND REPLACEMENT QUALITY 12.1 General. Items requiring repair or replacement due to damage or removal or otherwise necessitated during pursuance of the work and which are not otherwise specified herein, shall be repaired or replaced to the following levels of quality. 12.2 Paved and Graveled Roads, Curb and Gutter,Driveways, and Sidewalks. Repair or replacement shall be to a thickness and grade matching the existing condition. Quality of materials and methods shall comply with respective sections of the City of Bozeman MPWSS Modifications and the current edition of the Montana Public Works Standard Specifications. Any removed or damaged pavement markings shall be replaced to match the existing markings. 12.3 Water and Sewer Mains and Services. Repair or replacement shall be in a manner consistent with the existing condition using materials conforming to the City of Bozeman MPWSS Modifications, Uniform Plumbing Code, the current editions of the Montana Department of Environmental Quality Design Standards, and other requirements of the Montana Department of Environmental Quality. Construction shall also comply with the City of Bozeman MPWSS Modifications and the current edition of the Montana Public Works Standard Specifications. Repair or replacement will not be allowed with materials like the existing installation if they do not conform to the above-referenced standards. 12.4 Electrical, Telephone, Cable TV, Natural Gas, and Petroleum Lines. Repair or replacement shall be to the standards required by the utility owner and at the utility owner's option may be performed by the utility owner with the full cost assessed to the Contractor. 12.5 Lawn Restoration, Fertilizing, and Seeding. All areas disturbed by the Contractor's operations such as, but not limited to, haul roads, loading operations and disposal operations shall be restored by grading to the original contours, sodding, and/or fertilizing and seeding. This will include repair or replacement of all disturbed vegetation to pre-construction standards as required by the Owner and landowner. The seed mixture and fertilizer to be used will be submitted to the Engineer prior to application on the prepared seed bed. The Contractor shall include the cost of this work in the price bid for other items of work, and no separate compensation will be allowed. 12.6 Fences. All fences adjacent to any work site are to be maintained to the satisfaction of the abutting property owners. The Contractor shall notify the landowners of the need to temporarily remove or relocate fences for access to the work and shall coordinate such activities with the RPA SUPPLEMENTARY CONDITIONS Page 12 of 16 j respective landowners in regards to removal, relocation, and restoration of fences prior to commencing work. Any fence removed or destroyed during the Contract shall be reinstalled or reconstructed in like kind at no cost to the Owner or the landowner. The cost for this work is incidental and no additional compensation will be allowed. 12.7 Other Items. Repair or replacement of other items not covered by the preceding shall be to the standards required by the.owner of the item and at the owner's option may be performed by the owner of the item with the full cost assessed to the Contractor. 12.8 Decisions Regarding Repair Versus Replacement. The decision of repair versus replacement of an affected item shall be at the discretion of the Engineer upon consultation with the owner of the item. The decision shall be based on a determination of whether repaired quality can equal the quality of a replacement installation.The Engineer's authority shall be final in this regard. 12.9 Limits of Repair or Replacement. The limits of areas to be repaired or replaced shall be determined by the Engineer in the field based on the extent of damage or removal sustained. The determination shall be based on insuring that all damaged or removed portions of the existing installation are fully restored. The authority of the Engineer in this regard shall be final. All work effects outside limits as described in these Contract Documents are subject to repair and replacement quality as described herein. 12.10 Repair by PaM Owning or MaintainingI tem. The party owning or maintaining the item under consideration shall have the exclusive right to undertake repair or replacement themselves and charge the Contractor for full costs incurred or to direct and supervise the Contractor to repair or replace the item to their standard of quality. The authority of the owner of the item shall be final in this regard. 13. REJECTED WORK Any defective work or nonconforming materials or equipment that may be discovered at any time prior to, the expiration of the warranty period, shall be removed and replaced by work which shall conform to the provisions of the Contract Documents. Any material condemned or rejected shall be removed at once from the project site. Failure on the part of the Engineer to condemn or reject bad or inferior work or to note nonconforming materials or equipment on Contractors submittals shall not be construed to imply acceptance of such work. The Owner shall reserve and retain all its rights and remedies at law against the Contractor and its Surety for correction of any and all latent defects discovered after the guarantee period. The Engineer will have the authority to reject work which does not conform to the Contract Documents and will provide the Owner with a list of defective work and nonconforming materials or equipment. The Owner will then promptly provide the Contractor with the list of defective work and nonconforming materials or equipment. 14. PROJECT CLOSE-OUT 14.1 Once the Contractor has completed construction, a substantial completion inspection is held to assess any remaining or corrective work and permit close-out of the Contract. The following conditions must be met before the substantial completion inspection is scheduled: • Work must be substantially complete and fit for its intended purpose. RPA SUPPLEMENTARY CONDITIONS Page 13 of 16 • Contractor must file a Contractor's Certificate of Completion (form found under Miscellaneous Forms in Appendix A) requesting a substantial completion inspection by the Owner and Engineer. 14.2 Following the inspection, the Engineer prepares and signs a Certificate of Substantial Comple- tion and attaches a list of any remaining or corrective work needed based on the inspection. The Certificate is sent to the Contractor, who must complete the listed work. After the Engineer verifies its completion,the construction is considered fully complete. The Owner may also wish to field-verify proper completion. 14.3 Prior to final payment including release of retainage,the Contractor must furnish these items to the Engineer: • Completed Affidavit on Behalf of Contractor (lien release) using the form provided in the Contract Documents under Miscellaneous Forms. • Executed copies of any pending Change Orders or claims. • The final Change Order shall reconcile bid quantities to reflect actual quantities for projects containing unit price items. • Completed,revised and annotated record drawings and survey notes. • Additional Copies of O&M manuals and warranties as specified. • Final Payment Request for balance of Contract Price due. - • Completed Consent of Surety Company to Final Payment using the form provided in the' Contract Documents under Miscellaneous Forms. • Certification of Payment of Prevailing Wage Rates as/if required by agencies providing funding for the project. Upon receipt and approval of these items, the Engineer will recommend final payment. The retainage will be released with the final payment. 15. GENERAL EQUIPMENT STIPULATIONS 15.1 General. All equipment furnished and installed under this contract shall conform to the general stipulations set forth in this section except as otherwise specified in other sections. 15.2 Coordination. Contractor shall coordinate all details of the equipment with other related parts of the Work, including verification that all structures, piping, wiring, and equipment components are compatible. Contractor shall be responsible for all structural and other alterations in the Work required to accommodate equipment differing in dimensions or other characteristics from that shown in the Contract Drawings or Specifications. 15.3 Manufacturer's Experience. Unless specifically named in the Specifications, a manufacturer shall furnish equipment of the type and size specified which has been in successful operation for not less than the past five years. 15.4 Workmanship and Materials. A. Supplier shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage or other failure. Materials shall be suitable for service conditions. B. All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable Engineering and shop practice. Individual parts shall. be RPA SUPPLEMENTARY CONDITIONS Page 14 of 16 manufactured to standard sizes and gauges so that repair parts,furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required by tests. C. Except where otherwise specified, structural and miscellaneous fabricated steel used in equipment shall conform to AISC standards. All structural members shall be designed for shock or vibratory loads. Unless otherwise specified, all steel which will be submerged, all or in part, during normal operation of the equipment shall be at least 1/4- inch thick. 15.5 Value Engineering. Manufacturer may submit for review and approval proposed modifications to the design, materials or arrangements specified. Request shall clearly state the advantages, cost savings or other reasons for the proposed change. Acceptance of any proposed changes will be the sole discretion of the Engineer as proscribed under the "or equal" and "substitute item" clauses of the General Conditions. 15.6 Seismic Loading Design Provisions. Machinery, equipment, and components such as tanks, piping, and electrical panels, including their supports and anchorages, designed by manufacturers or suppliers, shall be designed in accordance with the provisions of the latest edition of the Uniform Building Code to withstand seismic loads for the Seismic Zone appropriate for the project location in addition to other loads. Design shall be performed by a licensed Montana Professional Engineer familiar with seismic design. Submittals shall be certified, by the Design Engineer, that equipment designs conform to all applicable Uniform Building Code requirements including provisions to withstand seismic loads. 15.7 Single Source. Like items of equipment shall be the end product of one manufacturer in order to achieve standardization. 15.8 Manufacturer's Representative. A. Where specified, manufacturer shall provide a Manufacturer's Representative as required to assist in the installation, adjustment, startup, certification and operational training. B. Manufacturer's Representative shall be an employee of manufacturer who is factory trained and knowledgeable in the technical aspects of the products and systems. C. If the provided Manufacturer's Representative is found deficient in training or experience by the Owner or Engineer, the manufacturer shall furnish another acceptable representative. 15.9 Certification of Compliance. A. 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. 1) Engineer may permit use of certain materials or assemblies prior to sampling and testing if accompanied by a certification of compliance. 2) Certifications shall be signed by the manufacturer of the product; state that the components involved comply in all respects with the requirements of the Specifications. 3) Furnish certification of compliance with each lot delivered to the job site and clearly identify the lot so certified. RPA SUPPLEMENTARY CONDITIONS Page 15 of 16 i B. Products used based on a certification of compliance may be sampled and tested at any time. The fact that a product is used based on a certification of compliance shall not relieve Contractor of responsibility for incorporating products in the work which conforms to requirements of the Contract Documents. Products not conforming to such requirements will be subject to rejection whether in place or not. C. Engineer reserves the right to refuse permission for use of products based on a certification of compliance. 15.10 Manufacturer's Certification of Proper Installation. Where manufacturer's certification is required in the Specifications, the manufacturer shall provide certification stating the following: A. The product or system has been installed in accordance with the manufacturer's recommendations. B. The product or system has been inspected by a manufacturer's authorized representative. C. Applicable safety equipment has been properly installed. D. Proper electrical and mechanical connections have been made. E. Proper adjustments have been made and the product or system is ready for functional testing, startup, and operation. 15.11 Functional Test Certification. Where a certification of functional testing is specified for certain equipment, Contractor(as applicable to the equipment furnished) shall state in writing that: A. Necessary hydraulic structures,pumps,valves, etc.have been successfully tested. B. Necessary equipment systems and subsystems have been checked for proper installation, started,and successfully tested to indicate they are operational. C. Adjustments and calibrations have been made. D. The systems and subsystems are capable of performing their intended functions. E. The facilities are ready for performance testing, or for startup and intended operation, as applicable. 16. BLASTING Blasting or the use of explosives will not be allowed on the jobsite. RPA SUPPLEMENTARY CONDITIONS Page 16 of 16 SNOISInoxa rIVIDAJS •9 NOL IDUS SPECIAL PROVISIONS CONTENTS I. PROJECT DESCRIPTION ..................................................................................................... 3 2. GENERAL............................................................................................................................... 3 3. AWARD OF CONTRACT ..................................................................................................... 3 4. PROJECT CONTACTS .......................................................................................................... 3 5. CONTRACT TIME AND LIQUIDATED DAMAGES......................................................... 4 6. COST LIMITATIONS ............................................................................................................ 4 7. NAMES, PRODUCTS AND SUBSTITUTIONS................................................................... 4 8. APPROVAL OF EQUIPMENT AND MATERIAL............................................................... 4 9. BIDDERS QUALIFICATIONS.............................................................................................. 5 10. WARRANTY ...................................................................................................................... 5 11. SCHEDULING.................................................................................................................... 5 12. PRECONSTRUCTION CONFERENCE............................................................................ 5 13. SHOP AND FABRICATION DRAWINGS ....................................................................... 5 14. UTILITIES........................................................................................................................... 6 15. CONTRACT PERFORMANCE ......................................................................................... 8 16. ADJACENT PROJECTS AND RIGHT-OF-WAY............................................................. 9 17. TRAFFIC CONTROL......................................................................................................... 9 18. MAINTENANCE OF SIGNALIZED INTERSECTION.................................................. 11 19. EROSION CONTROL AND PERMITS........................................................................... 12 20. FEDERAL CLEAN WATER ACT -NATIONWIDE PERMIT...................................... 13 21. PROTECTION OF EXISTING PAVEMENT .................................................................. 13 22. OPERATION OF WATER VALVES............................................................................... 13 23. SALVAGABLE ITEMS.................................................................................................... 13 24. ACCESS TO RECORDS................................................................................................... 13 25. CERTIFICATES OF INSURANCE.................................................................................. 13 26. ADDITIONAL INSUREDS.............................................................................................. 14 27. SAFETY STANDARDS ................................................................................................... 14 28. PAYMENTS TO CONTRACTOR ................................................................................... 15 29. GENERAL CONSTRUCTION REQUIREMENTS......................................................... 15 30. ENGINEERING INTERPRETATIONS ........................................................................... 16 31. CONTINUING PERFORMANCE.................................................................................... 16 32. MATERIALS AND CONTROL TESTING ..................................................................... 16 33. CONTRACTOR SURVEY ............................................................................................... 18 34. CONSTRUCTION FACILITIES ...................................................................................... 20 35. CONSTRUCTION WATER AND DISPOSAL................................................................ 20 36. GROUNDWATER AND DEWATERING....................................................................... 20 37. DUST CONTROL............................................................................................................. 21 38. OSHA REGULATIONS.................................................................................................... 21 39. SHORING.......................................................................................................................... 21 40. CONTAMINATED SOILS ............................................................................................... 21 41. USE OF COMPLETED PORTIONS ................................................................................ 21 42. RECORD DRAWINGS..................................................................................................... 21 43. CLEANUP......................................................................................................................... 22 44. PROTECT EXISTING TREES......................................................................................... 22 SPECIAL PROVISIONS-Cottonwood Road Page 1 of 77 45. MIGRATORY BIRDS AND TREE REMOVAL............................................................. 22 46. SOILS INFORMATION ................................................................................................... 22 47. TOPSOIL........................................................................................................................... 23 48. SUBEXCAVATION.......................................................................................................... 23 49. STREET EXCAVATION.................................................................................................. 24 50. TRENCH BACKFILL....................................................................................................... 24 51. PRE-MANUFACTURED SUBSURFACE DETENTION SYSTEM.............................. 24 52. ELECTRICAL................................................................................................................... 26 53. ADJUST SPRINKLER SYSTEMS................................................................................... 35 54. HYDRAULIC SEEDING.................................................................................................. 36 55. FLEXIBLE DELINEATORS............................................................................................ 37 56. OVERHEAD SIGN MOUNTING .................................................................................... 37 57. SIGNING........................................................................................................................... 37 58. PAVEMENT MARKINGS ............................................................................................... 38 59. HANDRAIL....................................................................................................................... 38 60. PVC IRRIGATION SLEEVE............................................................................................ 39 61. RETAINING WALL......................................................................................................... 39 62. BYPASS PUMPING ......................................................................................................... 39 63. SANITARY MANHOLE TESTING................................................................................. 39 64. TEMPORARY WATER SUPPLY.................................................................................... 39 65. BAXTER DITCH.............................................................................................................. 39 66. RIP RAP............................................................................................................................. 39 67. MISCELLANEOUS WORK............................................................................................. 39 68. IRRIGATION WELL........................................................................................................ 40 69. MEASUREMENT &PAYMENT..................................................................................... 50 SPECIAL PROVISIONS—Cottonwood Road Page 2 of 77 1. PROJECT DESCRIPTION The Standard Bid work includes new northbound lanes along Cottonwood Road, from Babcock Street to north of Durston Road, with a new traffic signal at Babcock/Cottonwood and resetting of the existing traffic signal at Durston/Cottonwood. This work also includes a new sanitary sewer main, street lighting,storm drainage,utility adjustments, street excavation, subexcavation, gravel base courses, asphalt pavement, curb and gutter, sidewalk,signing,pavement markings,topsoil, and seeding. Alternate #1 Bid work includes the rehabilitation of the existing surfacing section on Cottonwood ` Road from north of Babcock Street to south of Durston Road.Alternate#2 Bid work includes a new irrigation well for a future median irrigation system. ' 2. GENERAL All work shall be performed in accordance with applicable sections of the latest edition of the Montana Public Works Standard Specifications, including all addenda, which by this reference are hereby included as part of this specification as modified herein by the City of Bozeman. All correspondence and official authorization concerning the work shall be with the Owner's designated representatives as identified at the preconstruction meeting. Any changes in the work or schedule not authorized by the above shall be deemed as unauthorized and shall be done at Contractor's risk at no cost to the Owner. All damages, reparations, and costs incurred during the progress of unauthorized work shall be the responsibility of the Contractor. 3. AWARD OF CONTRACT ( o The award of the contract, if awarded, will be made within the period specified in the Invitation to Bid to the lowest responsible Bidder whose bid complies with all the requirements prescribed herein. The successful Bidder will be notified by letter, mailed to the address shown on the bid, that their bid has been accepted and that they have been awarded the contract. The bid schedules may be awarded as a single total combined contract, may be awarded singly as separate contracts, or any combination of schedules which result in the lowest cost to the Owner. 4. PROJECT CONTACTS Wherever in these Documents the word "Owner" appears,it shall mean the City of Bozeman. Owner: City of Bozeman,Montana F 20 East Olive Street,P.O.Box 1230 Bozeman,Montana 59771 Contact Person: Robert Murray,Jr., P.E.,Project Manager Telephone: (406) 582-2280 c Wherever in these Documents the word "Engineer" appears, it shall mean Robert Peccia & Associates. This firm has been duly authorized by the Owner as the Engineer for the engineering design, submittal review, and construction observation and will serve as the "Engineer" for those functions as related to this project. Engineer: Robert Peecia & Associates 3810 Valley Commons Drive, Suite 4 Bozeman,Montana 59718 Contact Person: Staci Venner, P.E., Project Manager Telephone: (406) 284-2665 SPECIAL PROVISIONS—Cottonwood Road Page 3 of 77 5. CONTRACT TIME AND LIQUIDATED DAMAGES 5.1 General. The beginning of the contract time shall be stated in a written Notice To Proceed written by the Owner to the Contractor. In establishing the date when the contract time begins,the Engineer will consider that the contract time begins immediately following delivery of the Notice To Proceed. The contract time will expire automatically by the number of calendar days stated as contract time, except as the contract time may be extended by a change order. A Notice to Proceed may be given at any time within thirty (30) days after the Effective Date of the Agreement. In no event will the Contract Time commence to run later than the seventy-fifth day after the day of Bid Opening or the thirteenth day after the Effective Date of the Agreement,whichever date is earlier. 5.2 Contract Time: Contract time for the Standard Bid project is 190 Calendar Days. Contract time for the Alternate Bid#1 project is 21 Calendar Days. Contract time for Alternate Bid#2 is included in the Standard Bid Contract time. 5.3 Liquidated Damages: Subject to the provisions of the Contract Documents, the Owner shall be entitled to liquidated damages for failure of the Contractor to complete the work within the specified contract time. Work will be considered complete once substantial completion has been accomplished and all subsequent punch list items have been satisfactorily completed. 5.3.1 The Bidder further agrees to pay additional liquidated damages for compensation to the Owner for expenses incurred by the Owner during the contract time overrun. 5.3.2 As compensation for non-use, the Contractor shall be assessed a liquidated damage of$500.00 per calendar day for each day that the work remains uncompleted beyond the contract period. As compensation for expenses incurred for unscheduled employment of the Engineer,the Contractor shall be assessed an additional liquidated damage as outlined in the Supplementary Conditions. 5.3.3 Liquidated damages shall be paid by deduction from monthly progress payments and the final payment. 6. COST LIMITATIONS The Owner reserves the right to eliminate or reduce certain proposal items from the project following the bid opening to make the project financially feasible with the limitations of the funds allocated for this project. The determination of which items shall be eliminated shall be the responsibility of the Owner. 7. NAMES,PRODUCTS AND SUBSTITUTIONS Where products or materials are specified by manufacturer,trade name, or brand, such designations are intended to indicate the required quality, type, utility, and finish. Requests for proposed substitutions shall include complete specifications and descriptive data to prove the equality of the proposed substitutions. Substitutions shall not be made without the written approval of the Owner. No substitutions will be considered until after contract award. S. APPROVAL OF EQUIPMENT AND MATERIAL The Contractor shall furnish to the Owner or its Engineer for approval the name of the manufacturer of machinery, mechanical and other equipment and materials which they contemplate using in execution of the work, together with the performance capacities and such other information which may be pertinent or required by the Owner. SPECIAL PROVISIONS—Cottonwood Road Page 4 of 77 9. BIDDERS QUALIFICATIONS The Contractor shall show evidence that they have the finances, organization, and equipment to perform the work with a limited number of subcontractors. The Contractor will be required to have a full-time resident General Superintendent on the job at all times while the work is in progress. The ` General Superintendent shall be in a position to direct the work and make decisions either directly or through immediate contact with the General Superintendent's superior.Absence or incompetence of the General Superintendent shall be reason for the Owner to stop all work on the project. 10. WARRANTY If, within two years after acceptance of the work by the Owner, any of the work is found to be defective or not in accordance with the Contract Documents, and upon written notice from the Owner, the Contractor shall correct any work beginning within seven (7) calendar days of said written notice. Should the Contractor fail to respond to the written notice within the designated time, the Owner may correct the work at the expense of the Contractor. 11. SCHEDULING Prior to the Preconstruction Conference, the Contractor shall provide the Owner and Engineer the following schedules: 11.1 A practicable Construction Progress Schedule showing the order, timing, and progress in which the Contractor proposes to prosecute the work. This schedule shall be in bar graph, CPM, or PERT format. The schedule shall be updated and resubmitted as necessary to reflect project changes. 11.2 A Payment Schedule showing the anticipated amount of each monthly payment that is due in accordance with the Construction Progress Schedule. 12. PRECONSTRUCTION CONFERENCE After the Contract(s) have been awarded, but before the start of construction, a preconstruction conference will be held for the purpose of discussing requirements on such matters as project supervision, on-site inspection, progress schedules and reports, payrolls, payment to contractors, contract change orders, insurance, safety, and other items pertinent to the project. The Contractor shall arrange to have all supervisory personnel and a representative from each of the affected utility companies connected with the project on hand to meet with a representative of the Owner to discuss the project and any problems anticipated. / 13. SHOP AND FABRICATION DRAWINGS The Contractor shall prepare and submit fabrication drawings, design mix information, material testing compliance data, and other data in accordance with the General Conditions and Special Provisions. Following the review, the Contractor shall resubmit copies of any drawings or information which require revision or correction. Any review by the Owner will not relieve the Contractor from responsibility for errors or omissions, inadequate design performance requirements, schedule requirements, and proper operation of any item required under the Contract(s). Not withstanding any such review, the Contractor shall remain solely responsible for full and complete performance in accordance with the terms, conditions, provisions, drawings, and specifications set forth in the Contract Documents. / SPECIAL PROVISIONS—Cottonwood Road Page 5 of 77 I 14. UTILITIES The Contractor shall be responsible for coordinating with the Owners of the underground utilities such as the City, County, power and telephone companies, etc., as to the location of their underground installations within the project. The Contractor will be solely responsible for any damage done to these installations due to failure to locate them or properly protect them when their location is known. It shall be solely the responsibility of the Contractor to fully coordinate his work with the utility companies and to keep them informed of his construction activities so that these vital installations are fully protected at all times. The Contractor shall also coordinate all utility conflicts and utility relocations with the individual utility companies until relocations are completed by the utility companies or conflicts are resolved. A Montana One-Call system (1-800-424-5555) has been established to facilitate requests for underground facility location information. The Contractor is cautioned that all utilities may not be on this system. The City of Bozeman will locate City water lines, sanitary sewer lines, storm drain lines, and public street lighting systems. 14.1 Notification. The Contractor shall contact,in writing,all public and private utility companies that may have utilities that may be encountered during excavation. The notification shall include the following information: 14.1.1 The nature of the work that the Contractor will be performing. 14.1.2 The time, date and location that the Contractor will be performing work that may conflict with the utility. 14.1.3 The nature of work that the utility will be required to perform such as moving a power pole, supporting a pole or underground cable, etc. 14.1.4 Requests for field location and identification of utilities. A copy of the letter of notification shall be provided to the Engineer. During construction, the Contractor shall keep the utility companies notified of any change in schedule or nature of work that differs from the original notification. 14.2 Identification. All utilities that may conflict with the work shall be the Contractor's responsibility to locate before any excavation is performed. Field markings provided by the utilities shall be preserved by the Contractor until actual excavation commences. All utility locations on the Drawings should be considered approximate and should be verified in the field by the Contractor. The Contractor shall also be responsible for locating all utilities that are not located on the Drawings. 14.3 Removal or Relocation of Utilities. This section applies to electric power, gas, telephone, fiber, and television utilities. Whenever there is a direct conflict between the work being performed and the utility, the utility company shall be responsible to adjust, remove, or relocate the utility. If the utility in conflict is located within the Owner's public right-of-way,the relocation expense shall be paid by the utility company. If the utility in conflict is located within the utility company's private easement(outside of public right-of-way),the utility company's relocation expense shall be paid by the Owner. The Contractor shall coordinate all necessary utility relocation work with the appropriate utility company at no additional cost to the Owner. 14.4 Public Utilities.Water,sewer,storm drainage,public street lighting and other utilities owned and operated by the public entities shall,unless otherwise specifically requested by the utility owner, be removed, relocated, supported or adjusted as required in accordance with these Contract SPECIAL PROVISIONS—Cottonwood Road Page 6 of 77 1 I t Documents, or the Owner's Standard Specifications when the work involved is not covered by these Specifications. s 14.5 Other Utilities. Utilities owned and operated by private individuals, railroads, school districts,associations,or other entities not covered in these Special Provisions shall,unless otherwise specifically requested by the utility owner, be removed, relocated, supported or adjusted by the utility company at the utility company's expense. All work shall be in accordance with the utility r owner's directions, or by methods recognized as being the standard of the industry when directions are not given by the owner of the utility. 14.6 Damage to Utilities and Private Property.The Contractor shall protect all utilities and private property and shall be solely responsible for any damage resulting from their construction activities. The Contractor shall hold the Owner and Engineer harmless from all actions resulting from the Contractor's failure to properly protect utilities and private property. All damage to utilities and properties shall be repaired at the Contractor's expense to the full satisfaction of the owner of the damaged utility or property. The Contractor shall provide the Owner with a letter from the owner of the damaged utility or property stating that it has been repaired to the utility owner's satisfaction. 14.7 Water Mains and Services. All water mains and services exposed during construction shall be adequately supported and protected from freezing at all times. Sections of water mains shall not be valved off without first giving the Owner sufficient notification and receiving authorization from the Engineer.Water valve operation is restricted to city of Bozeman personnel only. Contact the Water department at 582-3200 to schedule. Whenever a water main or service is damaged as a result of the Contractor's operations, the Contractor shall take immediate steps to repair the damage and disinfect all water mains and services contaminated as a result of the damage. 14.8 Maintenance of Flows. Adequate provisions shall be made for maintaining the flow of sewers, drains, and water courses encountered during construction. Culverts, ditches, and structures which are disturbed by this construction shall be satisfactorily restored to their original condition upon completion of the work. 14.9 Structures. The Contractor shall prevent damage to existing buildings or structures in the vicinity of the work. Contractor is responsible for determining whether work will potentially affect existing buildings or structures. In the event of such damages,the Contractor shall repair them to the satisfaction of the owner of the damaged structure at no additional cost to the Owner. 14.10 Overhead Utilities. The Contractor shall use extreme caution to avoid a conflict to, contact with, or damage to overhead utilities, such as power lines, street lights, telephone lines, television lines,poles, and other overhead facilities during construction. 14.11 Buried Gas and Petroleum Lines. The Contractor shall provide support for buried gas and petroleum lines exposed during trenching to prevent rupture in case of trench caving. 14.12 Potholing. The Contractor shall perform any necessary potholing or exploratory excavation of existing utilities at conflict locations prior to performing work at that location and prior to ordering new manholes and inlets. The Contractor shall coordinate with the Engineer and utility companies to remediate conflicts. 14.13 General. The Drawings show utility locations based on One-Call locates and information provided to the Engineer by others. The Engineer cannot guarantee their accuracy. The Contractor shall immediately notify the Engineer of any discrepancies with utility locations as shown SPECIAL PROVISIONS—Cottonwood Road Page 7 of 77 on the Drawings and/or the bury depths that may in any way affect the intent of construction as scoped in these Contract Documents. 14.14 Current Status. Utility relocation work is not complete and will not be complete as of the contract award date. The Contractor shall coordinate project work with utility company relocation activities until the utility relocation work is complete. Under no circumstances will a delay in relocating utility facilities be considered as justification for additional compensation. Should unforeseen circumstances arise which substantially delay the utility relocation work, and the delay results directly in a delay to the project work, the Contractor may submit a written request to the Owner for a time extension. Utility companies will have to adjust or relocate their facilities at conflicts with the roadway sections, drainage, electrical, and other work as part of this project. The Contractor shall coordinate with utility companies to determine conflicts and coordinate adjustments and relocations. For utilities to remain in place, the Contractor shall locate, support, and maintain the facilities during all work including excavations,pipe installations, and backfill operations. 14.15 Utility Contacts • Centurylink: Jana Jones 406-441-7500,Thomas Mellor 406-585-1909 • Charter: Jared Phillips 406-570-0935,Rob Leiva 406-539-4254 • Northwestern Energy Gas: Cammy Dooley 406-539-2359 • Northwestern Energy Transmission: Matt Micklewright 406-582-4671 • Montana Opticom: John Fitzwilliam 406-600-8657, JD Ellington 406-570-9236 • Bozeman Fiber: Greg Metzger 406-551-3265 • Zayo: Kip Wright 208-994-8346 14.16 Gas Line Requirements.Notify and coordinate with Northwestern Energy for all work within ten feet of existing gas lines. For all work within ten feet of the 12"high pressure gas line(along the west side of Cottonwood Road), do not use any vibratory equipment. For all other gas lines on the project,do not use any vibratory equipment within one foot. Obtain approval from Northwestern for all equipment and work methods for the gas lines. 14.17 Power Pole Requirements. Notify and coordinate with Northwestern Energy prior to excavating or placing fill at the base of power poles. Adjust grading as necessary for Northwestern Energy requirements. 14.18 Payment. All costs associated with work under this provision are incidental to the various bid items of the Contract.No separate measurement or payment shall be made. 15. CONTRACT PERFORMANCE Perform at least 40% of the original contract cost with the Contractor's organization. Where an entire item is subcontracted, the percentage of the work subcontracted is based on the original contract item unit price. When a portion of an item is subcontracted, the percentage of the work subcontracted will be based on either the subcontract item unit price or on an estimated percentage of the contract unit price. An item will not be considered partially subcontracted unless the prime contractor performs a portion of the work(equipment,materials or labor).If the same item is subcontracted at multiple levels,the cost is only accounted for at the first level. SPECIAL PROVISIONS—Cottonwood Road Page 8 of 77 l 16. ADJACENT PROJECTS AND RIGHT-OF-WAY Coordinate the work of this Contract with adjacent public and private construction projects. 1 Concurrent projects include the following: • Cottonwood Road north of Durston Road and Oak Street by the Bozeman School District Engineer: Kyle Scarr at TD&H Engineering 406-586-0277 Contractor: Roger Davis at Langlas &Associates 406-585-3420 1 i • Durston Road from Flanders Mill Road to Fowler Lane by the city of Bozeman, including a new roundabout at the Durston-Ferguson intersection Engineer: Staci Venner at RPA 406-284-2665 or 406-580-4438 Contractor: to be determined during the 2019 bid process • Babcock Street from east of Cottonwood Road to Ferguson Ave. for the Icon Apartments Engineer: Kevin Jacobsen at Morrison-Maierle 406-922-6823 or 406-581-0730 Contractor: to be determined during the 2019 bid process The projects will directly connect new roads, sidewalks, and lighting systems. Coordinate detour routes, traffic control, sequencing, work zones, and haul routes prior to beginning work and throughout the duration of the project with the Engineer and the representatives listed above. The Contractor shall contain all construction operations within the construction permits, easements, and right— of—way areas as shown on the Drawings, unless written approval is secured from the landowner of the private property or written approval is granted by the Owner to utilize city right- of-way areas. j 17. TRAFFIC CONTROL 17.1 General. The Contractor shall at all times conduct construction operations in a manner that minimizes interruptions in the use of City streets affected by the work and that provides for the safety r, of the traveling public and project personnel. Exact procedures in this respect shall be established in advance of construction with the Owner. All signing,markings,barricade function,design,and construction shall conform to the latest edition of the Manual of Uniform Traffic Control Devices (MUTCD), the latest edition of the Standard Specifications for Road and Bridge Construction adopted by the Montana Department of Transportation, and the latest edition of the City of Bozeman Modifications to the MPWSS. All signing,barricades, and other traffic control measures shall be provided by the Contractor. 17.2 Traffic Control Plan. Prior to any construction, the Contractor shall prepare and submit a detailed Traffic Control Plan to the Owner for approval to address the methods and means of controlling traffic under the specific conditions. For street closures, the Traffic Control Plan shall include specific details on traffic detours and durations. Details of signing, barricades, flagging, markings, spacing distances, and other traffic control devices for all major phases/changes shall be included in the Traffic Control Plan. No work may commence until the Contractor obtains the Traffic Control Plan approval from the Owner. The plan shall include, at a minimum,the following: • Durations for traffic interruptions and control; • Locations and spacings for signs, markers, barricades, barrier rail, attenuators, temporary markings, and traffic control devices, including references to MUTCD; • Locations for flag-persons, along with anticipated dates and hours of use; SPECIAL PROVISIONS—Cottonwood Road Page 9 of 77 I • Detour routing and signing,with spacing distances; • Temporary signal layout and specifications as necessary; • Night time lighting locations and specifications as necessary; • Traffic control detours and devices for adjacent projects with overlapping zones; • Winter shutdown traffic control. 17.3 Traffic Access. The Contractor may close sections of Cottonwood Road, Babcock Street, and Durston Road using detour routes detailed in the Contractor's Traffic Control Plan, as approved by the Owner. Non-local streets are preferred for detour routes. Detour routes and closures shall be coordinated with representatives for adjacent projects.Access to businesses,residences,schools,and for emergency vehicles shall be provided at all times. The Contractor shall not close any driveways during construction. Provide 48-hour advanced notice to the Owner,tenant, and landowner for any driveway work. The Contractor shall maintain at least one driveway to each parcel during construction. Maintain a minimum driveway width of 12-feet. Provide temporary culverts or an alternate approach as necessary. Provide access for mail delivery, commercial deliveries, and garbage service for each parcel. 17.4 Pedestrian Access. The Contractor shall maintain existing pedestrian facilities and crossings throughout construction, by providing the same level of accessibility on these routes as currently exists in accordance with the City of Bozeman Modifications to MPWSS and Part 6 of the MUTCD. Temporary items to perpetuate pedestrian accessibly and crossings may include,but are not limited to, temporary curb ramps, temporary detectable warning panels, sidewalk detours and diversions. Restore all pedestrian facilities and crossings to match existing conditions during winter shutdown. 17.5 Notifications. It shall be the responsibility of the Contractor to notify all entities in the area of the programmed work of street closures,parking restrictions, detours, closures, periods of delay, and any other conditions, a minimum of 24 hours prior to beginning work within the affected area. The Contractor shall provide notifications to adjacent land owners,tenants,Police Department, Fire Department, ambulance service, Streamline bus, First Student bus, garbage and recycling services, Post Office for mail delivery,nearby schools, and the city of Bozeman Public Works Department. The Owner shall be responsible for updating city of Bozeman social media sites and providing local news outlet sites with the Contractor's information throughout the project. 17.6 Winter Shutdown. Obtain approval from the Owner prior to the anticipated winter shutdown period. Construct road sections through at least the first lift of asphalt if they will be subject to traffic during periods of winter shutdown. Provide a minimum 24-foot wide asphalt paved surface acceptable to the Owner for all traffic-carrying surfaces during winter shutdown. Include the cost of temporary surfacing and pavement markings in the lump sum bid price of Traffic Control. 17.7 Sequencing. Pipes and drains may be installed prior to grading operations. Sequence pipe and drain installations and removal, and drainage ditch construction so as to drain existing water,to restrict water from entering the construction area, and to promote positive drainage throughout construction. During the placement or removal of all culverts and drains,maintain irrigation(during the irrigating season) and drainage flow. If a temporary drain or culvert is necessary, provide a culvert designed to handle Q10 flows and of adequate structural strength. Remove the temporary drains when construction is complete. Temporary ditches,pipes,and drains are included in the lump sum bid price of Traffic Control. When a street is temporarily disturbed prior to grading operations to install pipes or drains, replace the upper elevations of the trenches with the original thickness of base course and with a minimum SPECIAL PROVISIONS—Cottonwood Road Page 10 of 77 0.20-foot thick asphalt surface. Costs for replacing surfacing and maintaining temporary patches are included in the lump sum bid price of Traffic Control. 17.8 Barricades and Warning Lights. All streets, roads, highways, and other public thoroughfares which are closed to traffic shall be protected by means of 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 protected 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 protected. All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be illuminated from sundown to sunrise. 17.9 Temporary Barrier Rail. The Contractor shall furnish,install,maintain,relocate,and remove temporary concrete barrier rail and temporary attenuators to protect traffic when construction activities expose horizontal and vertical hazards, obstacles, fixed objects, or blunt ends located within the construction clear zone. The construction clear zone is six feet wide measured from the edge of traveled way. Barrier flare rates shall be 9:1 or flatter. Furnish concrete barrier rail compliant with the National Cooperative Highway Research Program Test Report 350 (NCHRP 350)requirements and submit documentation of compliance to the Owner prior to installation. t Terminate all ends of the concrete barrier rail with temporary impact attenuators when ends are located inside the construction clear zone.Furnish attenuators,including transition sections that meet NCHRP 350 or MASH crash test requirements and provide proof of compliance to the Engineer prior to installation. The attenuator must be installed at the same time as the obstacle. Maintain at least one complete set of repair parts on the project at all times to repair or replace attenuators,which may be damaged during construction. Attach the attenuator to the barrier rail using the manufacturer's approved transition section. Follow manufacturer's instructions for installation. Furnish and install all transitions and mounting hardware. Repair or replace damaged attenuators within 12 hours. 17.10 Payment. All work described in this provision is included in the lump sum bid price for Traffic Control, including temporary pavement markings if necessary. The Owner may charge the Contractor Liquidated Damages, as described in Provision Subsection No. 5.3,when the Contractor does not adhere to the requirements of this provision. r 18. MAINTENANCE OF SIGNALIZED INTERSECTION Work under this provision is to maintain a functional traffic signal at the intersection of Durston/Cottonwood at all times when the intersection is open to traffic during construction. The responsibility for the existing traffic signal is the city of Bozeman prior to the beginning of ' construction. The Contractor shall maintain the existing traffic signal once construction begins. The Contractor is responsible for any modified traffic signal placed in service until the substantial completion is accepted by the Owner. Provide in writing to the Owner the name and phone number of the Contractor's representative responsible for the operability and maintenance of the signal, in case of a signal malfunction. SPECIAL PROVISIONS—Cottonwood Road Page 11 of 77 Use either the existing signal, a temporary signal system, or a portable traffic signal to maintain the signalized intersection. If traffic is shifted or when the existing signal becomes inoperable, provide a signal system capable of being moved and adjusted so the signal heads are aligned over the corresponding lanes of traffic. Temporary signal timing and operations changes must be approved by the Owner. Submit the proposed signal timing and/or operations changes in writing at least one week prior to the proposed changes occurring. Include details of temporary signal systems in the Traffic Control Plan detailed in provision subsection 17.2 Include all costs for labor, equipment, supplies and other items necessary for a functional traffic signal system at the Durston/Cottonwood intersection in the lump sum bid price for Traffic Control. 19. EROSION CONTROL AND PERMITS The Contractor is responsible for proper disposal of all waste soils and materials unless otherwise directed herein. Where waste materials are disposed of on private property not owned by the Contractor, evidence of property owner's written permission shall be obtained and provided to the Owner. Contractor shall comply with all local, state, and federal laws and regulations pertaining to erosion control, material placed in wetlands, and floodplains. The Contractor shall dispose of all refuse and discarded material in an approved location. The Contractor shall comply with all laws and regulations of the Montana Department of Environmental Quality(MDEQ),Fish Wildlife and Parks, and with all other federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. In addition,the Contractor shall conduct and schedule his operations to avoid muddying, or silting of rivers, streams, or impoundments. Particular care will be required to prevent trench spoils from entering streams or watercourses. Under no circumstances will equipment be allowed to operate in flowing stream channels. Sediment control provisions shall be used whenever work is conducted adjacent to drainages or watercourses to control silt in runoff.Adequate silt barriers or sediment traps shall be used to comply with statutory requirements for all stream-side work,both during and after working hours.Measures used may include staked straw bales, sediment ponds, and/or staked silt fence (Mirafi "Enviro- Fence", or equal). Sediment control measures shall be considered incidental to the Erosion Control and Permits lump sum bid item. The Contractor is responsible for the selection and implementation of sediment control measures for permit and statutory compliance. The Contractor's specific attention is directed to the Montana Water Pollution Control Act and the Montana Stream Preservation Act. The Contractor is responsible for obtaining any required permits associated with erosion control and groundwater dewatering operations. Contractor's responsibility shall include all cleanup,restoration, etc. of all detention and discharge areas. The project is within the Bozeman MS4. Contact Kyle Mehrens (406-582-2270), City Storm Water Coordinator,prior to construction for storm water management requirements. The project disturbance area is greater than 1 acre.The Contractor will be required to submit a Notice of Intent (NOI) & Storm Water Pollution Prevention Plan (SWPPP) to MDEQ for compliance with the General Permit (Storm Water Discharge Associated with Construction SPECIAL PROVISIONS—Cottonwood Road Page 12 of 77 Y i Activity).Efforts and costs associated with securing these permits shall be included in the lump sum bid price for Erosion Control and Permits. 20.FEDERAL CLEAN WATER ACT-NATIONWIDE PERMIT The Contractor shall follow the provisions of the Federal Clean Water Act, including requirements of the Nationwide Permit obtained for permanent stream and/or wetland impacts for this project. See Appendix C in these Contract Documents for additional requirements and permit information. Adhere to applicable permit conditions, NWP Fact Sheets, Regional Conditions, and 401 ` Certification requirements. Obtain an additional permit for temporary facilities and/or construction activities that are not covered t by the Nationwide Permit obtained by the Owner for the permanent improvements. These construction activities may include, but are not limited to, temporary work pads, cofferdams, diversions, temporary fills and berms, haul roads, and other work that involves placement of fill or dredged materials into waters of the United States. Prepare the application and submit to the Owner for review prior to submittal to the Corps of Engineers. Work under this provision is included in the lump sum bid price for Erosion Control and Permits. t t 21.PROTECTION OF EXISTING PAVEMENT All equipment shall be fitted with pads on the outriggers and other accessories as necessary to prevent damage to existing pavement during the project. Any damages to pavement shall be corrected by the Contractor at no additional cost to the Owner,in a manner directed by the Engineer, and to the approval of the Owner. 22. OPERATION OF WATER VALVES All existing city of Bozeman water main valves shall be operated by authorized personnel of the city of Bozeman only. The Contractor shall not operate any existing valves without the written consentI of the city of Bozeman.When new or existing valves are used to take water from the city of Bozeman c water distribution system,they shall be operated by city of Bozeman personnel. 23. SALVAGABLE ITEMS Any items removed from the existing system under the terms of this contract shall remain the property of the city of Bozeman and shall be delivered to a site specified by the Owner. Should the ` city of Bozeman choose not to accept any salvageable items, then the Contractor shall dispose of those items at a site or landfill per statutory regulations at no additional cost to the Owner. Work in this provision is incidental to the various bid items of the Contract. 24. ACCESS TO RECORDS The Contractor shall allow access to any documents and records which are directly pertinent to this Contract by the Owner, State or Federal agencies, or any of their duly authorized representatives for audits or examinations. 25. CERTIFICATES OF INSURANCE See also RPA Supplementary Conditions for additional insurance requirements. The Contractor is responsible for providing the Owner with copies of Certificates of Insurance as discussed in Paragraph 5.03.A of the General Conditions. Failure of the Owner to demand such certificates or other evidence of full compliance with the insurance requirements outlined in the General Conditions and RPA Supplementary Conditions, or SPECIAL PROVISIONS—Cottonwood Road Page 13 of 77 failure of the Owner to identify a deficiency from evidence provided, shall not be construed as a waiver of Contractor's obligations to maintain such insurance. By requiring the insurance and insurance limits specified,the Owner does not represent that coverage and limits will necessarily be adequate to protect the Contractor; and such coverage and limits shall not be deemed as a limitation on the Contractor's liability under the indemnities granted to the Owner in the Contract Documents. 26. ADDITIONAL INSUREDS Use the Additional Insured Endorsement CG 20,32 or equivalent acceptable to the Owner. In accordance with the insurance requirements outlined in the General Conditions and RPA Supplementary Conditions the following entities shall be included as additional insureds: OWNER: City of Bozeman,Montana ENGINEER: Robert Peccia and Associates ENGINEER'S CONSULTANTS: Allied Engineering Services, Respec LANDWONERS GRANTING CONSTRUCTION PERMITS/EASEMENTS: Kadar LLC (Parcel#1) PJB LLC (Parcel#2) Valley West HOA(Parcel#3 to#5) The Blackleaf Group LLC (Parcel#6) Bozeman School District(Parcel#7) 27. SAFETY STANDARDS The Contractor shall be solely responsible for safety of the jobsite, including safety of all persons (including employees) and properly during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U.S. Department of Labor (OSHA), and all other applicable federal, state, county, and local laws, ordinances, codes, and regulations. Where any of these are in conflict, the more stringent requirement shall be followed. The Contractor's failure to thoroughly familiarize himself with the safety provisions shall not relieve him from compliance with the obligations and penalties set forth therein. The Contractor shall develop and maintain for the duration of this contract a safety program that will effectively incorporate and implement all required safety provisions. The Contractor shall appoint an employee who is qualified and authorized to supervise and enforce compliance with the safety program. The duty of the Engineer to conduct construction review of the work does not include review or approval of the adequacy of the Contractor's safety program, safety supervisor, or any safety measures taken in, on, or near the construction site. The Contractor, as a part of their safety program, shall maintain safety equipment applicable to the work as prescribed by the authorities, all articles necessary for giving first-aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of persons (including employees)who may be injured on the jobsite. If death or serious injuries or serious damages are caused,the accident shall be reported immediately by telephone or messenger to the Owner.In addition,the Contractor must promptly report in writing SPECIAL PROVISIONS—Cottonwood Road Page 14 of 77 to the Owner all accidents in connection with the performance of the work providing full details and statements of witnesses. If a claim is made by anyone against the Contractor or any Subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Owner, providing full details of the claim. The Contractor shall take all necessary provisions for safe handling of chemical amendments and potentially hazardous wastes, including apprising himself of hazards, developing safety plans, providing emergency and decontamination services, and developing spill containment procedures. r 28. PAYMENTS TO CONTRACTOR ` 28.1 General. This section supersedes the sections of the General Conditions pertaining to payments to the Contractor,to be in compliance with MCA 28-2-2103. E 28.2 Application for Partial Payment. The Contractor shall prepare and submit the Application for Payment on a monthly billing cycle. After the Contractor submits their Application for Payment, the Owner will have twenty-one (21) calendar days to review and approve payment for the entire amount of the request, or the undisputed portion of the request. During this same time period,the Engineer will review the payment request and make recommendations to the Owner on the items which the Engineer approves for payment, and which items are in dispute. r Items which are in dispute will be documented in writing and provided to the Contractor for correction and resubmission on subsequent payment requests. The undisputed portion will be approved for payment. Five percent (5%) retainage of all partial payment applications will be withheld from each payment until the completion of the project. 28.3 Application for Final Payment. The Final Application for Payment, including release of the five percent (5%) retainage, may only be submitted after the Owner approved the Certificate of Substantial Completion and all punch list items have been addressed as described in the Supplementary Conditions. r 29. GENERAL CONSTRUCTION REQUIREMENTS 29.1 Quality Assurance. The Engineer will monitor the work to determine if the work is being performed in accordance with the contract requirements. The Engineer does not have the authority or the means to control the Contractor's methods of construction. It is, therefore, the Contractor's responsibility to utilize all methods,equipment,manpower,and other means necessary to assure that the work is installed in compliance with the Drawings, the Contract, and the laws and regulations applicable to the work. All buried work items shall be installed in the presence of the Engineer or may not be considered for payment. 29.2 Construction Limits. Construction limits are shown on the Drawings. Disturbance and equipment access beyond this limit are not allowed without the written approval of the Engineer and landowner of the affected property.If so approved,disturbance beyond construction limits shall meet all requirements imposed by the landowner. Special construction, reclamation, or other closure provisions required by the landowner on access roads beyond the construction limits shall be performed by the Contractor at no additional cost to the Owner. 29.3 Areas of Disturbances. Approved areas of disturbance are those areas disturbed by construction activities within the construction limits. Such areas shall require reclamation and revegetation operations, including grading, topsoiling with salvaged or imported topsoil, and hydraulic seeding as specified. SPECIAL PROVISIONS—Cottonwood Road Page 15 of 77 Other areas that are disturbed by the Contractor's activities outside of the limits noted above will be considered as site damage or unapproved areas of disturbance subject to the repair and replacement quality as specified herein. Such areas will require the reclamation and revegetation operations noted above and as specified herein,but costs of such work shall be at the expense of the Contractor. This includes areas selected by the Contractor outside the defined construction limits for mobilization, offices, equipment, and material storage. 30.ENGINEERING INTERPRETATIONS The Engineer will have a Resident Project Representative (RPR) readily available to the project during the construction period,who has the authority to make decisions on the interpretation of the Drawings and specifications. The RPR shall have the right to take twenty-four hours to confer with the Engineer before giving said decision.When the decision affects a design or specification change, time in excess of twenty-four hours shall be allowed to gain Owner approval and for preparation of a formal change order. 31. CONTINUING PERFORMANCE This section supplements the procedures set forth in the General Conditions to be followed in the event that any part of the work or any change thereto becomes disputed. Resolution of unresolved disputes is discussed in the General Conditions. The Contractor shall continue to actively execute all work. Failure of the Contractor to actively and effectively execute the work shall be sufficient grounds for the Owner to terminate the services of the Contractor, as provided in Section 15.02 of the General Conditions. However, a 10-day notice of termination shall be given only once. Resumption of the work by the Contractor, after receiving notice of termination, will not reinstate the 10-day notice period; and the Owner may at any time after the 10-day period immediately take whatever action the Owner deems necessary to maintain the construction schedule, at the Contractor's expense. 32.MATERIALS AND CONTROL TESTING All work will be tested and inspected for compliance with the Contract Documents. Complete payment will not be made until the Contractor has demonstrated that the work is complete and has been performed as required. If the Engineer detects a discrepancy between the work and the requirements of the Contract Documents at any time,up to and including final inspection,such work will not be paid for until the Contractor has corrected the deficiency. 32.1 The Owner's Testing Company shall be responsible for the following testing: • Compaction and density testing of subgrade and gravels • Concrete testing • Surfacing core testing The Engineer shall coordinate and schedule testing services. The Contractor shall provide at least 24-hour notice for required tests to be performed.Neither tests made by the Engineer or the Owner's Testing Company will relieve the Contractor from his obligation to perform the work and all testing requirements in accordance with the Technical Specifications. The Owner's Testing Company will be paid directly by the Owner. 32.2 The Contractor shall be responsible for and pay for the following testing: 32.2.1 Dates of acceptable tests for water mains,which shall include hydrostatic and leakage testing and bacteriological testing. These tests shall be conducted by the Contractor in the SPECIAL PROVISIONS—Cottonwood Road Page 16 of 77 r 1 presence of the Engineer. The written test results shall be provided to the Engineer prior to i acceptance of the water main. 32.2.2 Elevations shall also be recorded and provided for the top of water main at 50' intervals. The Contractor shall cooperate with the Engineer to document these elevations, including providing the equipment necessary to shoot the elevations. The Engineer will have a representative on-site to record the data as the pipe is being installed. The Contractor shall provide safe access to the Engineer for these inspections and cooperate with the Engineer to ensure that adequate documentation is obtained. 32.2.3 Verification that all thrust blocking is installed in accordance with the approved plans and specifications. The Contractor shall provide safe access to the Engineer for these inspections and cooperate with the Engineer to ensure adequate documentation is obtained. 32.2.4 Mix designs for Portland cement concrete,asphaltic concrete pavement,and flowable fill. 32.2.5 Soils and aggregate materials tests, including but not limited to Proctors, sieve analysis, abrasion,moisture content, gradations, etc. 32.2.6 Density testing during asphalt paving operations. 32.3 Acceptance/Correction of Deficient Pavements. Materials, compaction, densities, or other construction items which do not meet the requirements of these specifications shall be replaced and retested at the Contractors' expense. Acceptance tests shall be evaluated by the Engineer for conformance with the Specifications. The Engineer shall determine what corrective action is necessary in order for the improvements to be accepted by Owner. Corrective action may include total removal and replacement of the deficient material,partial removal and replacement,placing additional material,or in lieu of corrective action, payment of a penalty to the Owner in certain instances. 32.3.1 Portland Cement Concrete. If an individual strength test (average of two cylinders tested at 28 days) falls below the specified strength by more than 500 psi, the in-place material represented by the failed test shall immediately be randomly cored for acceptance testing. A minimum of three and maximum of six cores shall be taken. If the average strength tests of the acceptance cores are deficient in strength by more than 500 psi but not more than 1,000 psi, the Contractor shall remove and replace the deficient concrete or pay the City of Bozeman 0.25 times the unit price bid times the area determined to be deficient in strength; if the average strength tests are deficient by more than 1,000 psi,the area of the concrete determined to be deficient shall be removed and replaced. 32.3.2. Asphaltic Concrete Pavement. The asphaltic concrete pavement shall be tested and evaluated for acceptance on a lot basis, with one lot being 1,000 tons of material. 32.3.2.1 Thickness. If the average thickness of the pavement cores is more than 1/a"below the plan thickness,or if any one individual core is more than 1/2"below the plan thickness, corrective action or payment of a penalty will be required. a. Average Thickness Deficiencies. If the average thickness deficiency is between 1/4"and%2", corrective action such as placement of additional material(i.e. overlay or chip seal), as determined by the Engineer, will be required. In lieu of placing SPECIAL PROVISIONS—Cottonwood Road Page 17 of 77 additional material, the Engineer may allow the payment of a penalty to the Owner in the amount of 0.25 times the unit price bid of the asphalt pavement times the amount of pavement determined to be deficient. If the average thickness deficiency is more than 1/Z", an overlay will be required, along with cold milling of the existing pavement to provide for a minimum overlay thickness of 1.5". b. Individual Core Thickness Deficiency. If any one core thickness is determined to be more than 1/2" below plan thickness, additional cores shall be taken at 10-foot intervals parallel to the centerline in each direction from the affected location until, in each direction, a core is found which is not deficient by more than 1/4", in order to determine the extent of the deficient pavement. If the thickness deficiency is more than 3/4",the area that is deficient shall be removed from pavement edge to pavement edge and replaced to bring the non-complying areas to planned thickness. If the thickness deficiency is not more than %", the deficient area will either be removed and replaced to the planned thickness, or a penalty will be paid to the Owner in the amount of 1.5 times the unit price bid times the amount of pavement that is deficient in thickness. 32.3.2.2 Density. The average density of the pavement cores shall equal or exceed 93% of the maximum density as determined by ASTM D2041 (Rice's density). If the average density is less than 93%but more than 90.9%,the pavement that has deficient compaction shall be milled and overlaid (1.5" minimum depth), or a penalty in the amount of 0.10 times the unit price bid for the pavement material times the amount of pavement that has deficient compaction shall be paid to the Owner. If the average density is 90.9%or less, the pavement area affected will be removed and replaced or overlaid as determined by the Engineer. If any one core is determined to have a density of less than 86%,additional cores shall be taken at 10-foot intervals parallel to the centerline in each direction from the affected location until, in each direction, a core is found which has a density of at least 91%. The area that is determined to have deficient compaction shall be removed from pavement edge to pavement edge and replaced, or a penalty will be paid to the Owner in the amount of 1.5 times the unit price bid times the amount of pavement that is deficient in density. 32.4. Payment. Work under this provision is included in the lump sum bid price for Construction Surveying, Staking and Testing. 33. CONTRACTOR SURVEY The Contractor shall be responsible for all layout and construction staking utilizing the Engineer's existing control and coordinate data for all surveying and staking items of work. Dimensions and elevations indicated in layout of work shall be verified by the Contractor. Discrepancies between Drawings, Specifications, and existing conditions shall be referred to the Engineer for adjustment before work is performed. The Contractor will utilize the services of a Professional Land Surveyor, currently licensed in the State of Montana, for the surveying and staking on this project. 33.1 Existiniz Control. The Engineer provided original control benchmarks for project, as shown in the Drawings. The Contractor shall provide, with his own equipment, tools, material, and labor, additional control benchmarks as necessary, and all intermediate line and grade control to install the work within the tolerances specified. SPECIAL PROVISIONS—Cottonwood Road Page 18 of 77 1 i Several of the Engineer's control points may-have been disturbed or accidentally removed prior to the Contractor's start of work. The Contractor shall verify the accuracy of all control points, adding additional control points,and laying out the project points. The Contractor shall preserve and protect the survey control until all referencing has been completed.Any survey control obliterated,removed, or otherwise lost during construction will be replaced at the Contractor's expense. Any claims relating to survey location or construction staking accuracy must be supported by original control point data and verified in the field to the satisfaction of the Engineer. 33.2 Grade and Aligninent. The Contractor shall calibrate and maintain all line and grade control f equipment, including transits, levels, and lasers periodically to assure their accuracy. 33.3 Survey Markers and Monuments. The Contractor shall protect and not disturb any survey marker or monuments, such as those that might be located at lot or block corners, property pins, or the intersection of street monuments. Such protection shall include markings with flagged high lath and close supervision.No monuments shall be disturbed without prior approval of the Engineer.Any r survey marker or monument that is disturbed by the Contractor during the construction of the project shall be replaced at no cost to the Owner by a licensed Professional Land Surveyor licensed in the state of Montana and follow the requirements of MCA 70-22-115. 33.4 Staking. The Contractor will utilize the services of a Professional Land Surveyor, currently licensed in the State of Montana, for the construction staking for this project. Minimum project staking frequencies are as follows: Mains. All mains shall be staked with offset hubs every 50 feet with elevation and cut/fill and station information clearly identified.In addition,all services,laterals,tees,fittings,stub- outs, angle breaks, valves,hydrants, curb stops,manholes, drain inlets, area drains and caps (for both services and mains) shall be staked with two aligned offset hubs with cut/fill and station information to pipe inverts clearly identified. Roadway and Sidewalk Elements. All subgrade surfaces shall be staked (with blue tops) every 50 feet longitudinally and at all horizontal and vertical control points.All base/subbase course gravel surfaces shall be staked(with blue tops) every 25 feet longitudinally and at all horizontal and vertical control points. When in cut or fill sections exceeding 2 feet in depth from existing at centerline, slope staking shall be provided every 25 feet longitudinally. Curb and Gutter. All curb and gutter shall be staked a minimum of every 25 feet and at all i horizontal and vertical control points, with one offset hub with cut/fill values referenced to full height curb. Curb radius points, drop curbs, and flares shall also be staked. Other Elements. Other staking elements shall include right-of-way lines,construction permit lines, easements, utility relocations, culverts, storm drain, inlets and manholes, storm water ponds, retaining walls, driveways, sidewalks and alignments, ADA ramps, mailboxes, new monument boxes, signs, electrical and lighting features,median islands, detectable warning panels,pavement markings,wetlands including impact limits, and removal items of work. Hydrants.The Contractor shall establish benchmark elevations for all hydrants on the project. Benchmarks shall be set on the hydrant bonnet bolt closest to the point of the operating arrow on Mueller hydrants and on the bury depth tag on the hydrants. The elevations shall be certified by a P.L.S. registered in the state of Montana. The datum used as the basis for the elevations shall be clearly identified. Propegy Pins. New property pins and recordations are required as part of this Contract, as shown on the Drawings. SPECIAL PROVISIONS—Cottonwood Road Page 19 of 77 The Contractor shall field verify the elevations of existing pipes and manholes to determine if adjustments require grade rings or removal and replacement of cone or barrel sections, and to determine existing elevations and pipe angles prior to ordering new manholes and inlets. The Contractor will perform any necessary potholing or exploratory excavation of existing utilities at conflict locations prior to ordering new manholes and inlets. Coordinate with the Engineer and utility companies to remediate conflicts. 33.5. Payment. Work under this provision is included in the lump sum bid price for Construction Surveying, Staking and Testing. 34. CONSTRUCTION FACILITIES 34.1 Temporary Utilities.The Contractor shall provide all temporary electrical,lighting,telephone, heating,cooling,ventilating,water, sanitary,first aid,fire protection, and other utilities and services necessary for the performance of the work. 34.2 Sanitary. The Contractor shall furnish, install, and maintain ample sanitary facilities for all workmen. Enclosed temporary toilets shall be furnished and placed as required by the sanitary codes of state and local governments. 34.3 Staging and Security. The Contractor shall be responsible for securing a staging area for storing equipment and materials.The Contractor shall provide security measures necessary to assure the protection of his plant and equipment, products and materials in storage, completed work, and the project in general. The Owner is not responsible for theft or damage. Work under this provision is incidental to various bid items of the Contract. 35. CONSTRUCTION WATER AND DISPOSAL Water for compaction efforts or other work as needed by the Contractor can be supplied by the city of Bozeman's municipal system, obtained from the metered service at the city shop complex. Disposal and discharge of used and/or chlorinated water shall be the responsibility of the Contractor. Discharges to the surface are subject to permit and regulatory requirements. Discharge to the sewer or storm drains systems must be approved by the Owner. 36. GROUNDWATER AND DEWATERING Groundwater may be encountered when excavating for pipes, storm drains, trenches, water and sanitary lines, electrical foundations, and other roadway features. Groundwater may be present at shallow depths. Groundwater levels may fluctuate over the seasons. The Contractor shall make appropriate provisions for groundwater and dewatering. The Contractor shall submit a plan for dewatering to the Engineer. The Contractor is responsible for determining the appropriate method of dewatering and analyzing whether any dewatering will affect existing utilities,structures,and buildings.The Contractor shall also be responsible for obtaining the necessary permits for discharge of the dewatering operations. All excavations that experience groundwater need to be dewatered properly and kept dry at all times. Design any dewatering wells to prevent piping of fines from the alluvial gravels into the collected water, which can leave voids and cause subsidence. Use compatible methods for installation of drilled pier foundations with the dewatering system. Any damages incurred from dewatering activities are the responsibility of the Contractor. Include all costs for dewatering in the lump sum bid price for Dewatering. SPECIAL PROVISIONS—Cottonwood Road Page 20 of 77 37. DUST CONTROL The Contractor shall obtain information for all applicable State Board of Health requirements and similar state or federal requirements pertaining to control of or abatement of air pollution. The Contractor shall provide such air pollution control measures as required to comply with the minimum standards established by such agencies. Hauling of material and transport of equipment shall require dust abatement procedures. This also ' applies to the unloading and placement of spoils material at deposition sites. The Contractor shall utilize environmentally sound methods for watering and/or otherwise chemically treating dust generating surfaces to comply with all applicable legal standards for airborne particulates. Watering or chemical abatement for dust control is considered incidental to the Contract, and no separate measurement or payment is made. 38. OSHA REGULATIONS The Contractor shall comply with current Occupational Safety and Health Administration (OSHA) Construction Standards for Excavations. Any conflicting information between OSHA and these Contract Documents shall be revised so that the OSHA requirements supersede and take precedence over all other conflicting information. The Contractor shall prevent employee exposure to potentially harmful levels of contaminants and assure acceptable OSHA worker safety procedures are implemented. 39. SHORING The Contractor is responsible for providing all shoring and sheet piling during construction. It is the Contractor's responsibility to provide adequate shoring to ensure that construction does not enter on to adjacent private properties and that the structural integrity of existing buildings, structures, or ponds near the construction is maintained.All deep excavations over 20 feet in depth and all shoring systems shall be designed and stamped by a Professional Engineer licensed in the state of Montana. 40. CONTAMINATED SOILS If contaminated soils or other wastes are encountered during construction, the Contractor must comply with all applicable Federal, State, and local regulations regarding the reporting, handling, and disposal of such wastes and/or soils. Within 24 hours of the discovery of any hazardous wastes or contaminated soils,the Contractor must notify the Montana Department of Environmental Quality (DEQ) at 800-457-0568. Payment for work under this provision shall be addressed by the Owner and Regulatory Agencies at the time of discovery. 41. USE OF COMPLETED PORTIONS The Owner shall have the right to take possession of and use any completed or partially completed portions of the work. The Owner taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If the use causes refinishing of completed work,the Contractor shall be entitled to extra compensation,a time extension,or both, as agreed with the Owner. 42. RECORD DRAWINGS The Contractor shall maintain at the project site,a"Record Set of Drawings"showing field changes, as-built elevations, and other data as required to provide an accurate "as constructed" set of record drawings. The record drawings and survey data shall be made available to the Engineer at all times. This includes all field books, notes, and other data developed by the Contractor in performing SPECIAL PROVISIONS—Cottonwood Road Page 21 of 77 surveys required as part of the work. The Contractor shall furnish the "Record Set"to the Engineer following the Final Inspection of the project. The Contractor's final payment will not be processed until the "Record Set" of drawings are received and approved by the Engineer. Work included in this provision is incidental to the Contract. 43. CLEANUP The Contractor shall be responsible for keeping all streets, sidewalks and driveways free of tracked mud and other construction related debris.At a minimum,the Contractor shall perform daily cleanup activities at the end of each working day. At any time, if the Owner or Engineer deems that it is necessary for cleanup activities be performed,the Contractor shall immediately take action to satisfy the cleanup request. If the Contractor is not immediately responsive in the requested cleanup activities,a written order to stop work on the project can be issued(General Condition 13.05). Work included in this provision is incidental to the Contract. 44. PROTECT EXISTING TREES Protect existing trees located outside the construction limits, within construction permit areas, or as noted on the Drawings. Do not disturb trees that are not designated for removal in the Drawings. If the Contractor proposes to remove a tree not designated in the Drawings, obtain approval from the Engineer and landowner 24 hours in advance of tree removal. Protect trees from damage to the bark, limbs, and root systems. Wrap trunks with approved protective material, or fence to the drip lines with temporary fence made of polyethylene or polypropylene that is orange in color. Do not place, park, drive, or store construction equipment, gravel, soil or other materials on the surface of any unpaved areas within the drip lines of trees to - remain in place. Do not deposit chemicals,rinse water, or petroleum products in the drip lines. Coordinate protection activities with the City of Bozeman Forestry Supervisor Alex Nordquest prior to construction at 406-582-3205. Notify the City of Bozeman Forestry Supervisor and the Engineer prior to any construction activities around trees to remain in place that have potential roots or branches infringing into the work zone for an initial inspection. Provide preventive action if necessary to prevent damage to overhanging limbs,tree trunks, and roots which may be damaged from construction activity. Provide an approved arborist to repair trees damaged during construction activities at no additional cost to the Owner. If the Contractor severely damages a tree not designated for removal,replace the tree with a similar species subject to the approval of the landowner and Engineer, at no additional cost to the Owner. Work included in this provision is incidental to the Contract. 45. MIGRATORY BIRDS AND TREE REMOVAL Follow the requirements of the Migratory Bird Act Treaty Act as described in the Nationwide Permit requirements, see Appendix C for additional information. The Contractor shall verify migratory birds and eagles are not nesting in trees prior to performing tree removals and tree trimming. The nesting season is typically from April 15''to August 16d. Coordinate all tree removals and trimming with the City of Bozeman Forestry Supervisor. Work under this provision is included in the unit bid price per each Remove Tree and Trim Tree. 46. SOILS INFORMATION Allied Engineering of Bozeman,Montana provided a geotechnical report for the soils evaluation and surfacing design. The test pit and boring locations and materials are summarized on the Drawings SPECIAL PROVISIONS—Cottonwood Road Page 22 of 77 and the detailed laboratory test results are included in Appendix B. This information is provided for informational purposes only. The Contractor remains responsible for analyzing and constructing the project on the existing site conditions. 47. TOPSOIL Strip all topsoil within the construction limits to ensure replacement quantities are available to cover the disturbed areas within the construction limits with a 6-inch thick layer of topsoil. If sufficient i topsoil is not available on site, provide imported topsoil to cover disturbed areas. The Contract quantity of imported topsoil is estimated, and the actual quantity will vary. Stockpile topsoil at locations within the right-of-way approved by the Engineer. When construction ` operations do not permit stockpiling within the right-of-way, arrange for stockpile sites outside the right-of-way at no additional cost to the Owner. Construct stockpiles so positive drainage is maintained, and topsoil is easily reclaimed. Provide erosion control following best management practices and per applicable permitting requirements. Place topsoil to the lines, grades, and elevations specified. The Cross Sections show the finished grade at the top of the topsoil layer. Place topsoil on all disturbed slopes to a 6-inch loose depth and spread uniformly. Finish the disturbed areas in accordance with the Hydraulic Seeding provision. Provide imported topsoil meeting the requirements of MDT Standard Specification 713.05. Salvaged and re-used topsoil is paid for at the unit bid price per cubic yard of Topsoil-Strip, Salvage&Reuse. If imported topsoil is necessary and approved by the Engineer, payment is at the unit bid price per cubic yard of Topsoil-Imported. 48. SUBEXCAVATION Sub-excavate the subgrade to native gravels at the locations shown on the Drawings. Place geosynthetic and compact lifts of imported replacement material, as shown on the Drawings. The geosynthetic is Mirafi RS-580i or approved equal. The imported replacement material is 6" minus meeting the requirements of MPW Section 02234,Part 2.4 and the following gradation(percentages by weight passing square mesh sieves): Passing 6" Minus 6 Inch 100 No. 4 25-60 No. 40 10-3 0 No. 200 2-10 The Contract estimates quantities of subexcavation, replacement material, and geosynthetic. These quantities establish unit bid prices, and the actual amounts will vary based on site conditions. No adjustment in the unit bid price will be made regardless of final quantities of subexcavation, replacement material, and geosynthetic installed. Subexcavation and replacement material will be paid at the unit bid price per cubic yard of Subexcavation & Replacement Below Subgrade (Imported Materials) measured in place, which includes haul and disposal of unsuitable materials. Geosynthetic will be paid at the unit bid price per square yard measured in place. SPECIAL PROVISIONS—Cottonwood Road Page 23 of 77 49. STREET EXCAVATION Street excavation is the excavation and disposal of all material within the street template as shown on the Drawings and Cross Sections as the construction (cut/fill) limits and to the bottom of the surfacing section/top of subgrade. Street excavation includes removal and disposal of existing curb and gutter, pin down curbs, asphalt and concrete pavement, gravels, sidewalk, and other roadway features. No separate measurement or payment is made for removal or disposal of existing roadway features within the construction limits. See the Subexcavation provision for excavation below the subgrade. The unit bid price per cubic yard of Street Excavation (Above Subgrade) includes all costs for clearing, grubbing, stump removal, saw cutting, excavation to subgrade, removals, haul, off-site disposal of unsuitable materials,filling or backfilling,fill material placement, dust control, subgrade preparation, and compaction. 50. TRENCH BACKFILL Native or onsite suitable backfill material is preferable to Imported Trench Backfill for new pipe installation. Clay, organics, and saturated or near saturated soils will not be permitted for use as native backfill material. If native materials are found unsuitable for trench backfill, the Contractor shall substitute the unsuitable materials with suitable onsite materials. No additional payment will be made to the Contractor for the onsite substitution of trench backfill materials or removal and disposal of unsuitable excavated materials. If onsite substitution trench backfill materials are depleted, the Engineer may approve the installation of imported trench backfill prior to its placement. Imported Trench Backfill will be measured and paid at the unit bid price per cubic yard, in place. Payment includes the removal,haul, and disposal of excavated unsuitable backfill soils. This Contract estimates a quantity of Imported Trench Backfill to establish a unit bid price, and the actual amount will vary. No adjustment in the unit bid price will be made regardless of the final quantity of Imported Trench Backfill installed. 51. PRE-MANUFACTURED SUBSURFACE DETENTION SYSTEM 51.1 General. This work is the furnishing and installation of the pre-manufactured subsurface detention system supplied by Contech, True North Steel, or approved equal, for the detention of storm water runoff. The Contractor shall furnish all labor, materials, equipment, and incidentals necessary to install the system in accordance with the Drawings and this provision. 51.2 Standards. In addition to MPWSS Sections 02720 and 02725, and the City of Bozeman Modifications,the following standards apply: • AASHTO Design Section 12—Soil Corrugated Metal Structure Interaction Systems • AASHTO Construction Section 26—Metal Culverts • AASHTO M36 — Standard Specification for Corrugated Steel Pipe, Metallic-Coated for Sewers and Drains • AASHTO M274— Standard Specification for Steel Sheet, Aluminum-Coated (Type 2), for Corrugated Steel Pipe 51.3 Materials. A. Aluminized Type II material shall conform to the applicable requirements of AASHTO M 274 or ASTM A929. CMP shall be manufactured in accordance with the applicable requirements of AASHTO M-36 or ASTM A760. SPECIAL PROVISIONS—Cottonwood Road Page 24 of 77 l i i B. The pipe sizes, gauges and corrugations shall be as shown on the Drawings. Joint performance requirements are published in Division II, Section 26.4.2, of the current edition of the r AASHTO Bridge Construction Specifications. C. Soil tight, gravity flow, non-pressure, drainage pipe joints shall conform to AASHTO M36 and ASTM A760. Minimum joint spacing shall be 10 ft. D. Pipe barrels shall be connected at the ends by use of a collecting manifold on at least one end allowing for distribution of stored stormwater throughout the system. Use of bulkhead plates as pipe ends may be substituted for one end of the system. When only one manifold is utilized then i cross over equalizer pipes are recommended to connect the pipes. E. All fittings shall be manufactured prior to arriving on the j obsite to ensure structural r integrity. Fitting reinforcement shall be in accordance with ASTM A998 and reinforcing details. F. Provide 1" minus clean crushed rock consisting of a clean assortment of angular rock i fragments with 100 percent passing a one-inch sieve and less than 1 percent (by weight) finer than the No. 100 sieve. This aggregate product shall be manufactured by a crushing process and over 50 percent of its particles must have fractured faces. Do not use rock that contains abundant spherical particles. G. Geotextile of Mirafi 180N or approved equal. 51.4 Submittals. The Contractor shall submit the following to the Engineer for approval: • Shop Drawings indicating materials to be furnished and installed under this item of work, and all applicable standards for materials,required tests of materials,and design assumptions for structural analysis. • Site layout drawings, product specifications, materials, corrugation, gage, hydraulic storage data, and supported calculations of proposed alternative products or materials. All proposed alternatives to the system shall conform to applicable above referenced AASHTO and ASTM specifications. NCSPA provides design service life guidance for certain products up to 100 years in recommended environments. 51.5 Performance. A. The system proposal shall be sized in accordance to the Drawings and approved by the Engineer. If the Contractor proposes an alternate material or system type, the Contractor shall provide to the Engineer a summary report on stage-storage curves, design calculations, HydroCAD modeling and engineering drawings. B. The system shall include manhole access with minimum diameter of 30 inches to provide adequate access to the system for inspection and maintenance. Cleanouts or inspection ports are not acceptable access points for maintenance and inspection nor are any other alternatives which do not allow for full entry into the system. C. The system shall be designed for minimum HS-20/HS-25 final live loading requirements with a minimum of 12 inches of cover to bottom of flexible pavement for pipe diameters less than or equal to 96 inches. D. The system shall be designed so as the hydraulic grade line will increase evenly throughout the barrels of the system. Transverse movement of stormwater from one storage compartment or barrel to an adjacent compartment or barrel as one barrel is filled shall not be permitted.All storage compartments shall be connected via manifold (or connecting pipe) versus by transporting stormwater through stone voids in backfill. SPECIAL PROVISIONS—Cottonwood Road Page 25 of 77 49.6 Products. The'manufacturer of the system shall be one that has regularly supplied the engineering design and production of underground detention systems for at least fifteen years and which has a history of successful production, acceptable to the Engineer. Sampling, testing, and inspection of metal sheets and coils used for manufacturing the system shall be in accordance with the referenced specifications of this provision. All fabrication of the product shall occur within the United States. 51.7 Construction. A. The system installation shall be in accordance with AASHTO Standard Specifications for Highways Bridges, Section 26, Division II or ASTM A798 and in conformance with the Drawings and specifications. B. The Contractor shall notify workers and sub-contractors of the design load limits for the system. For temporary construction vehicle loads, an extra amount of compacted cover may be required over the top of the pipe. The Height-of-Cover shall meet the minimum requirements shown in the table below. The use of heavy construction equipment necessitates greater protection for the pipe than finished grade cover minimums for normal highway traffic. Once the construction vehicle loadings are ceased,the cover can be reduced to those shown on the Drawings. Minimum Cover Requirements ft Pipe Span Axle Loads (kips) 18-50 50-75 75-110 110-150 12"to 42" 2.0' 2.5' 3.0' 3.0' C. Excavate subgrade to native gravels. Prepare foundation and provide backfill in accordance with MPWSS Section 02221. Install the system in accordance with the manufacturer's recommendations,Drawings,and related sections of the contract documents.Handling and assembly shall be in accordance with National Corrugated Steel Pipe Association's recommendations. 51.8 Payment. Work under this provision is at the lump sum bid price for Subsurface Detention System, which includes 48" diameter perforated CSP with bends, connections between the CSP system to RCP and PVC pipes,30"diameter CSP riser manholes with 48"diameter concrete manhole rings and frame/cover, geotextile, 1" minus crushed rock, crushed base course, excavation to native gravels, compaction, and backfill. 52. ELECTRICAL 52.1 Description. Electrical work includes new street lighting along Cottonwood Road, Babcock Street, and Durston Road. It also includes a new traffic signal at the Cottonwood and Babcock intersection, and resetting existing traffic signal items at the Cottonwood and Durston intersection. All new electrical items are colored"Hunter Green" (RAL#6005). This provision for lighting installations is intended to provide a set of minimum standards that shall be followed for street lighting within the City of Bozeman public right-of-way.The Drawings and this provision shall apply to all materials supplied, methods, and procedures of work to be followed, and other general minimum requirements that shall be complied with before work is accepted by the Owner. The City of Bozeman has adopted the latest editions of the following as part of these provisions: 1. Standard Specifications for Road and Bridge Construction, Montana Department of Transportation, including supplemental specifications SPECIAL PROVISIONS—Cottonwood Road Page 26 of 77 i c 2. Manual on Uniform Traffic Control Devices,Federal Highway Administration 3. NFPA 70-National Electrical Code 4. NESC-National Electrical Safety Code The specifications outlined in this provision are revisions and amendments to the Montana Department of Transportation Standard Specifications for Road and Bridge Construction. In situations where there is a conflict or question of interpretation, these provisions shall prevail. l Coordinate all electrical work between Contractors, the Engineer, Owner, and affected utility companies prior to the commencement of the work. Warp new conduit installations as necessary to avoid existing boulevard landscaping and utilities. Do not install concrete foundations until the Engineer's approval is obtained for the electrical submittals. 52.2 Equipment List and Submittals. Prior to construction, submit shop drawings and design calculations stamped by a Professional Engineer licensed in the state of Montana for all electrical items to the Engineer for approval. Carry out submittals in accordance with Subsection 617.03.2 of the MDT Standard Specifications. No extension of contract time will be allowed due to delay in receiving and/or processing electrical submittals. The Contractor is required to submit record drawings for the electrical work.Provide additional equipment cut sheets for any electrical work that deviates from the Drawings. Furnish luminaire and signal standards meeting the design requirements of Subsection 703.04. The standards shall be fabricated and inspected in accordance with MDT Section 556 and designed to meet the 1994 AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals. Provide shop drawings and design calculations, stamped by a Professional Engineer licensed in Montana, meeting the design requirements of the Drawings and Subsection 703.04. for signal standards, luminaire standards,mast arms, welds and other items. 52.3 Materials and Installation. When not specified in this provision, conform to Sections 616, 617, and 703 the latest edition of the Standard Specifications for Road and Bridge Construction and Supplemental Specifications. Additions, exceptions, and modifications to the Standard Specifications follow: 52.3.1 Foundations. Foundation quantities include concrete for new foundations for the new and reset signal and luminaire standards. Luminaire Foundations. Install foundations according to the Drawings. Where foundations are to be installed in dirt,landscaped areas,or any other situation where the top of the caisson is not being installed with an existing sidewalk,the contractor shall use sono-tube on the top section of the caisson for finished appearance. Pedestal Type Cabinet Foundation. All pedestal type cabinets mounted on galvanized strut- channel supports shall have concrete filled post holes with a minimum depth of 36-inches A and minimum diameter of 9-inches. 52.3.2 Plastic Conduit—PVC All PVC conduits located under roadways and driveways shall be schedule 80 type EPC-80- PVC. Conduit under non-vehicular locations may be schedule 40 type EPC-40-PVC. PVC conduit shall be manufactured of high-impact PVC and shall conform to industry standards and commercial standard CS-207-60 and NEMA TC 2. SPECIAL PROVISIONS—Cottonwood Road Page 27 of 77 When bending PVC conduit, a water bending process may be used. This shall consist of a water filled steel pipe 4-feet long,heated to the temperature that will render the PVC conduit pliable in 30 seconds after insertion in the pipe. The conduit may then be bent to the desired angle and held in.' appropriate jig for a cooling period. The Contractor may use other methods of bending PVC conduit if the preceding method is found unsuitable due to climatic conditions, but only after demonstrating the proposed method to the Engineer and receiving the Engineer's approval. Bends in PVC conduit shall be made and conform to all appropriate sections of the National Electric Code or local codes governing bending radius, and the number of bends allowed as applicable for rigid conduit. Conduit bends, except factory bends, shall have a radius of not less than six times the inside diameter of the conduit. 52.3.3 Plastic Conduit—HDPE All HDPE conduit shall be factory lubricated, low friction,high-density conduit constructed of virgin high density polyethylene resin. Conduit shall be capable of being coiled on reels in continuous lengths, transported, stored outdoors, and subsequently uncoiled for installation, without affecting its properties or performance. Bored electrical conduit shall be HDPE and installed using trenchless technology of either jacked conduit or directional boring. 52.3.4 Steel Conduit Steel conduit for exterior, surface mounted, above grade installations shall be Galvanized Rigid Conduit (GRC). Polyvinyl Chloride coated Galvanized Rigid Conduit (PVC coated GRC)may be used for below grade installations,encased in concrete and above grade where exposure to water is imminent. GRC conduit shall comply with ANSI C80.1 and UL 6.PVC coated GRC shall comply with NEMA RN 1. Coating thickness shall be a minimum of 0.040 inch(Imm),both inside and out. 52.3.5 Conduit Installation All direct buried conduit shall be PVC,HDPE or PVC coated GRC.PVC conduit installation through foundations (other than light standard foundations) shall transition to GRC or PVC coated GRC prior to exposure above foundation. Underground conduit shall have the following minimum diameter trade size conduit, unless otherwise approved by the Engineer. a. Conduit Sleeves Under Roadways: 3-inch minimum b. Conduit in Typical Trench: 2-inch minimum c. Conduit from Pull Box/Splice Box to Foundation: 1.5-inch minimum Conduits shall be placed two feet from the back of curb. All existing conduits shall be cleaned with a mandrel or cylindrical wire brush and all conduits (existing or new) shall be blown out with compressed air, before conductors and facilities are installed. All conduits shall contain a nylon or polyester pull tape of at least 1250 pounds strength with footage marking tape. In occurrences that require complete intersection rewiring or new construction, a 12 AWG tracer wire shall be installed across every conduit leg, and conduit plugs shall be installed in all conduits. Pull rope with footage tape,tracer wire, and conduit plugs shall be included in the price of electrical conduit. When conduit is specified to be installed under existing pavement by directional line boring, the boring pits shall be kept a minimum of 2-feet clear of the edge of pavement. SPECIAL PROVISIONS—Cottonwood Road Page 28 of 77 1 r Conduit installed under sidewalk, dirt, sod or any condition other than under an existing roadway shall be installed with not less than 24-inches of cover to the top of the conduit. Under existing roadways, conduit shall be installed with not less than 30-inches of cover to the top of the conduit. 52.3.6 Pull Boxes All pull boxes and covers must be made of polymer concrete with fiberglass reinforcement i with a traffic rating of TIER 22. Pull box covers shall be labeled as shown on the Drawings. The labeling must be cast into the cover and not a separate independent tag. When pull boxes are located behind the sidewalk or in non-pavement areas, they shall be surrounded by a class B concrete collar to the dimensions shown on the Drawings. Maximum distance between pull boxes is 200 feet. Street crossings for conduit runs need to have a pull box at each side of the street crossing. Pull boxes are to be installed at each street corner where conduit takes a 90-degree bend around the corner of the block. Provide a Type 1 or Type 2 pull box by each street light with 1.5-inch diameter conduit going into light base from pull box. Box size shall be determined by the diameter of the Largest Trade Size Conduit (LTSC) installed in the box. For conductors 6 AWG or smaller,the box shall be sized six times LTSC in width or length dimension. For conductors 4 AWG and larger,the box shall be sized eight times LTSC in width or length dimension. For future expansion, empty conduit, with nylon or polyester tape pull tape of at least 1,250 pounds strength with footage marking tape, shall terminate in a pull box. Stub spare conduit(s) out of the box and cap below grade at 2 feet from the box, in the direction of future expansion.Label conduit stub out(s) in pull box"for future expansion to the direction of expansion". Wire connections in pull boxes should use waterproof, insulated multi-tap connectors, by Burndy, or IIsco, or equivalent. 52.3.7 Wiring All wiring shall be copper conductors installed in conduit to meet the National Electric Code. Minimum size current carrying for exterior installations shall be #10 AWG conductor Y g conduc copper. Furnish conductors of solid or stranded copper of the gauge shown in the contract. r Insulation for conductors must be Type THW, XHHW, XHHW-2, USE, RHH, RHW, THWN, and THWN-2. All insulation must be designed for 600 volts and meet NEC requirements.Metal Clad cable(MC)or Armored Cable(AC)shall not be allowed in exterior applications. Exterior lighting shall be powered at 120/240V-1 PH-3 W unless otherwise noted on the Drawings. Wiring color code shall be as follows: Line 1 =Black Line 2=Red Neutral=White Ground=Green 52.3.8 Bonding and Grounding All PVC or PVC coated GRC conduits from a metered power source shall have a raceway ground conductor installed with the current carrying conductors, sized to the NEC. Ground SPECIAL PROVISIONS—Cottonwood Road Page 29 of 77 conductor shall have the size increased to match current carrying conductor size increase for voltage drop purposes. All light standard foundations shall have a 5/8-inch diameter x 8-foot long, copper clad driven ground rod installed in the pull box next to the light standard. Top of rod shall be minimum of 4-inches below grade. Exothermic weld or underground rated lug connect a#6 AWG soft drawn bare copper conductor from rod through 1/2-inch trade size conduit in the foundation to the lug on the pole in the back of the hand hole. All grounding electrodes shall be bonded together per the NEC. 52.3.9 Colored Luminaire Standard with Cobra LED Assembly Furnish galvanized steel luminaire standards colored "Hunter Green" (RAL #6005), to the dimensions shown on the Drawings, and meeting MDT Type 10 in accordance with the provisions of Subsection 703.04.4. Furnish mast arms to the dimensions shown on the Drawings, and in accordance with Subsection 703.04.5. Furnish a Cobra LED assembly meeting this provision. Provide breakaway bases on all luminaires to meet the criteria set forth in the AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals, and as shown on the Drawings. All luminaires shall be light emitting diode (LED). Color temperature 3,000K, per ANSI C78.377-2011 standard. All luminaires shall be equipped with a surge suppression device with a minimum immunity level of 1 OkV.All luminaires shall have a minimum ingress protection(IP)rating of IP66, and shall be UL/ETL listed for wet locations. All luminaires shall be equipped with a 0-1 OV or DALI dimming driver,capable of receiving input line voltage 120V-277V. Driver shall comply with Federal Communication Commission (FCC) 47 Code of Federal Regulations (CFR) part 15 non-consumer radio frequency interference(RFI)and/or electromagnetic interference(EMI)standards.Minimum power factor(PF)shall be 0.9 at full input power.Maximum total harmonic distortion(THD) shall be 20 percent at full input power. A minimum 10-year warranty is required for all parts, materials, and shipping required to repair or replace luminaire. All luminaires are to be equipped with an ANSI C136.41 7-pin receptacle. Shorting caps are to be installed on each luminaire. Luminaires are to have either a Type II or Type III distribution, as shown on the Drawings. Access to all internal parts requiring replacement shall not require tools (i.e., "tool-less entry"). Luminaire shall be tested in accordance with IES LM79 and TM21 certifying photometric performance and rated life, respectively. LM79 (performance) and TM21 (predicted life) testing shall both be for the same luminaire's operating drive current as specified. Luminaires shall have a minimum L70 life of 100,000 hours based on IES TM21 testing. Luminaire system efficacy shall be no less than 80 lumens per input watt. Luminaire shall have an external label per ANSI C136.15 and internal label per ANSI C 13 6.22. SPECIAL PROVISIONS—Cottonwood Road Page 30 of 77 Luminaires shall be equipped with internal leveling bubble. Breakaway connections using sheer bolts must have a skirt to protect the bolts. Luminaires shall be colored"Hunter Green" (RAL#6005). Luminaire distribution shall be equal or less than the Illuminating Engineering Society of North America's (IES) TM 15-11 Backlight, Uplight, and Glare (BUG) ratings as follows i for Collector and Arterial streets: B3 UO G2. Luminaires shall be mounted in accordance with the manufacturer's specifications. Plumb j or level all elements, symmetrically arrange, and securely assemble. Conceal all conductors in the poles and assembly. Luminaires shall have an adjustable slipfitter-type mounting system for the installation on 1.25 -inch(1.66-inch o.d.)to 2-inch(2.375-inch o.d.) outside diameter pipe tenons. Slipfitter shall consist of a two-piece clamp and four 9/16-inch hex bolts. Slipfitter shall allow for a vertical tilt adjustment of+/- 5 percent in order to mount plumb for a UO rating. Approved manufacturers of Cobrahead style are Cree XSP, Lumec Roadfocus, GE Evolve ( LED Cobrahead, or approved equal. For Cottonwood and Babcock lamps, provide Phillips Lumee RoadFocus 108W LED with Type 3 Distribution. For Durston Road lamps and lamps mounted on traffic signals, provide GE Evolve 132W LED with Type 3 Distribution. 52.3.10 Luminaire Poles All poles, mast arms, and luminaires for street lights shall be round, tapered steel with galvanized, or galvanized with a colored finish(RAL#6005). All poles, foundations, and breakaway bases shall meet the criteria set forth in the Standard Specifications for Road and Bridge Construction and AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals. 52.3.11 Luminaire Pole Bases Breakaway bases shall be provided for all street light standards. Breakaway bolt couplings are aluminum connectors or sleeves that are designed to shear i when the pole is hit. The bottom of the coupling is threaded onto the foundation anchor j bolts, and the light standard is attached to the top of the coupling. Four couplings are used with each light standard. Where breakaway supports are required, use the breakaway bolt coupling unless it will not function with the approved light standard. The frangible transformer base consists of a cast aluminum apron between the concrete foundation and the base of the pole. It is designed to deform and breakaway when hit by a vehicle bumper. Use the frangible transfer base where a breakaway base is justified but breakaway bolt couplings cannot be used. 52.3.12 Colored Finish Furnish new pole standards, mast arms, luminaire assemblies, cabinets, and all associated mounting hardware that are colored"Hunter Green"(RAL#6005).Do not color anchor bolts, associated hardware, service assemblies or traffic and pedestrian signal indication housings. Provide colored electrical items by powder coating or factory painting.Furnish materials and submittals conforming to MDT Section 710. Paint or powder coat in accordance with MDT Section 612. The colored finish may require an extended lead time. SPECIAL PROVISIONS—Cottonwood Road Page 31 of 77 I I 52.3.13 Service Assembly All street lighting systems shall be metered separately from other uses,except for street lights installed in conjunction with traffic signals. Service assemblies and metered pedestals shall be located away from intersection corners, behind the sidewalk, outside of the sight triangle and within the public right-of-way or easement, as shown on the Drawings. Electric services shall use NEMA Type 3R cabinets with hinged, lockable covers and 3/8- inch holes for a padlock. Services shall be equipped with 3-way switches for hand-off-auto operation. Wire photocell on/off control in the auto position. Service assemblies shall house electrically held lighting contactors that are 12-pole with 30-amp contacts rated at 600V and 120V coils. Street lighting circuits shall be automatically controlled with turn lock mounting delayed response photo cells. Service assemblies shall have a 120V, twist-lock receptacle type photoelectric cell with matching receptacle base attached to the assembly with heavy duty galvanized c-channel structure using 1-inch galvanized rigid conduit, mounted 8-feet above grade. Orient window of photocell to face north. Photocell to operate the lighting contactors for on/off control when hand-off-auto is in the auto position. Meters shall be installed a minimum of 4-feet and maximum of 5-feet above grade to the center of the meter. 52.3.14 Push Button/Pedestrian- Tactile Furnish and install Polara Vibro-Tactile Pedestrian Buttons programmed by the factory for information messages, meeting the requirements of Subsection 703.10.1. Custom voice messages include location information on a button push, and street crossing message when the appropriate walk signal activates. The voice messages required will be in the following format: • Voice on location(VOL): Wait to cross (Street being crossed) at(Intersecting Street). • Walk Message: (Street name being crossed).Walk sign is on to cross(Street name being crossed). 52.3.15 Detector Radar Furnish and install a Wavetronix Matrix Stop Bar radar presence detection system to detect vehicles for traffic signal operation. Furnish a complete detection system including radar presence detector, all necessary mounting hardware approved or provided by the manufacturer, a cabinet side mount preassembled back plate with power supply that meets manufacturers' specifications,and a contact closure input card. Furnish radar detection cable as specified and approved by the manufacturer of the radar detection equipment. The back plate provides communication,power conversion,power supply, and surge protection for up to four detection units. Include any additional cable, terminations, jumpers, connectors, and any miscellaneous equipment required to make this a complete and functional system as part of this item. The radar presence detection system is required to have automatic and manual configuration of lanes, stop bars, and zones. The radar detection system must include software for saving detector configurations and firmware upgrading. SPECIAL PROVISIONS—Cottonwood Road Page 32 of 77 i Ensure that a factory representative of the radar detection system manufacturer is present at the traffic signal turn-on to provide technical assistance in setting up, checking, and �I demonstrating that the system meets functional and operational requirements. Mount the radar detection units as approved by the manufacturer at the locations shown on the Drawings, or at alternate locations as approved by the Owner. Connect the radar detector to the detection cable as approved by the manufacturer and install the radar detection cable as a single continuous run from the traffic signal cabinet to each radar detector connection. Splicing the radar detection cable is not allowed. Seal any wire entrance holes drilled in the signal standard as approved by the Engineer. 52.3.16 Colored Signal Standard (MDT Type 1 2 & 3) Furnish colored signal standards and mast arms in accordance with Subsection 703.04 and Section 617.03. 52.3.17 Controller& Cabinet Furnish and install a Western Systems Siemens M-60 controller and all emergency preemption equipment required for a complete and functional system. Furnish and install an Opticom emergency preemptive system. Furnish all traffic controller equipment in conformance with the current MDT specifications for traffic signal control equipment. Arrange with the controller manufacturer to furnish a controller with programming and timing performed by the factory. A signal timing plan shall be provided by the Engineer. Furnish and install a Western Systems traffic signal cabinet. Furnish controller cabinet in i conformance with the current MDT specifications for traffic signal control equipment. Construct the pedestal meeting the requirements of Subsection 617.03 and the MDT Detailed Drawings. Provide a concrete pedestal foundation and mount cabinet, as shown on the Drawings. If not covered by this provision and Subsection 617.03, contact the MDT Electrical Unit of the Traffic Engineering Section for additional specifications for the traffic signal control equipment. 52.3.18 Emergency Preemptive System l Furnish and install an Opticom Model 722 emergency preemptive system. 52.3.19 Broadband Antenna Furnish and install a broadband antenna compatible with the other products and requirements of this provision. 52.3.20 Miscellaneous Electrical Items Meet Subsection 617.03, Section 703 and Section 556 requirements for miscellaneous electrical items when they are not specifically covered in this provision. 52.3.21 Signal Activation Requirements Install all intersection signing and pavement markings prior to activating the signal. Also provide an operational and complete street lighting system, including signal mounted luminaires, prior to activating the signal. Coordinate with the Owner, Engineer, and manufacturer representatives (representatives of the new equipment at the Babcock signal and representatives of the existing equipment at the Durston signal) to be present prior to and during the signal activation for technical assistance in setting up, checking out, and demonstrating that the system meets functional SPECIAL PROVISIONS-Cottonwood Road Page 33 of 77 and operational requirements. Manufacturer representatives shall include those for radar detection system, controller, cabinet, Polara pedestrian buttons, Opticom emergency preemptive system, and others as determined by the Engineer. Obtain approval of all representatives, Owner, and Engineer of a complete and working system prior to signal activation. The Contractor shall supply the Engineer a complete set of as-built drawings for the signal system at the time of signal activation. 52.3.22 Field Test Conduct the following tests on traffic signal and lighting circuits with the Engineer present, before completion of the work. A. Test each circuit for continuity; B. Test each circuit for grounds; C. A functional test that demonstrates the system functions as specified. 52.3.23 Remove and Reset Signal. This work includes removing and resetting the existing traffic signal system and components as shown in the Drawings at the Durston and Cottonwood intersection. Remove and reset three existing traffic signal pole standards on rotatable bases (rotatable base, lower shaft, upper shaft, luminaire mast arm) to new locations. Two existing luminaire mast arms will be reset, one will be removed and salvaged per provision 50.3.24.Rotate reset luminaire mast arms on the upper shaft in the direction as shown on the Drawings.Remove and reset other items including traffic and pedestrian signal indications, pedestrian push buttons, radar detection system, and emergency preemption system. Remove and dispose of all wiring,conduit,and anchor bolts at all three foundation locations. Take care not to damage the equipment to be reset. Securely attach all miscellaneous parts and reusable hardware to the equipment to prevent loss or damage. Provide demolition on the top 3-feet (minimum depth) for the existing southeast concrete foundation and on the top 4-feet (minimum depth) for the existing northeast concrete foundation, where the existing foundations will be located under the new widened Cottonwood Road. Backfill and compact at the demolition areas to provide a roadway subgrade meeting Contract specifications. If sloughing or inadequate backfill is encountered around the foundations to remain in place,provide flowable fill backfill. Provide demolition on the top 18-inches for the existing concrete foundation in the southwest quadrant(located in existing 6"thick sidewalk)and provide saw cutting of adjacent sidewalk. Backfill, compact, and provide topsoil or new concrete sidewalk as necessary to provide an intersection quadrant that meets A.D.A. requirements. Install new foundations (foundations are paid under Buried Electrical and shown in the Foundation Concrete quantities on the Drawings), conduit, pull boxes,wiring, anchor bolts, and other hardware as shown on the Drawings. Remove and reset poles, mast arms, signal indications, pedestrian push buttons, radar detection and preemption systems, and miscellaneous electrical items for a complete and functioning traffic signal system, in accordance to these specifications and Montana Department of Transportation Standard Specifications. 52.3.24 Remove and Salvage Luminaire.Remove and salvage existing luminaires as shown on the Drawings. If removed luminaires are connected to a separate private lighting system, adjust and reconnect the system for removal of the lights,to provide a complete and working SPECIAL PROVISIONS—Cottonwood Road Page 34 of 77 i i system. Salvage items to the city of Bozeman shop complex at 814 N. Bozeman Avenue. i Securely attach all miscellaneous parts and reusable hardware to the equipment to prevent loss or damage. Dispose of non-salvageable items legally off the project. Contact the city of Bozeman shop complex at 406-582-3200 to coordinate delivery. 52.3.25 Miscellaneous Electrical Remove, adjust, and reconnect existing electrical systems impacted by the project work. When the work impacts an existing street light system to remain in place, adjust the existing system for the removal to provide a complete and working system. This work includes but is not limited to providing all connections,new and re-wiring,hardware, conductors,removals, ` and abandonment as necessary. 52.4 Payment. All work under this provision is paid for by the following items: Bid Item Unit Buried Electrical (Concrete foundations, conduits, pull boxes, borings, Lump Sum cables,wires, conductors Emergency Preemption System Each Radar Detection System Each Colored Luminaire Standard (25' Tall with 6' Mast Arm) Each Colored Luminaire Standard(35' Tall with 10' Mast Arm) Each Colored LED Assembly(Signal and Luminaire) Each Service Assembly(30 AMP and 60 AMP) Each Signal Indication- Traffic Each Signal Indication-Pedestrian Each Controller, Cabinet and Concrete Pedestal Each Colored Signal Standard—Type 1 Each Colored Signal Standard—Type 2 (35' Mast Arm with 15' Luminaire) Each Colored Signal Standard—Type 3 (55' Mast Arm) Each Colored Signal Standard—Type 3 (60' Mast Arm) Each Remove and Reset Signal Lump Sum Push Button—Pedestrian/Tactile Each Broadband Antenna Each Remove and Salvage Luminaire, Miscellaneous Electrical Lump Sum 53. ADJUST SPRINKLER SYSTEMS Relocate and replace in-kind all system components where existing sprinkler systems conflict with the proposed work, as shown on the Drawings. Extend existing systems to cover the new boulevard areas and provide PVC sleeves under the new sidewalks as necessary for the system extensions. Do not damage existing sprinkler systems that are not in conflict with the proposed work.If relocated or existing systems that are not in conflict are damaged as part of construction activities,repair any damage to the systems to the approval of the Engineer at no additional cost to the Owner. Obtain the Engineer's approval of the location and materials prior to repair, relocation, and/or replacement of systems or components. All irrigation facilities are to be activated and adjusted, if SPECIAL PROVISIONS—Cottonwood Road Page 35 of 77 necessary, after construction activities are complete to ensure spray patterns meet the approval of the landowner and Engineer. Payment for relocation and/or replacement of sprinkler systems in direct conflict with the proposed work, including sleeves, will be paid for per each separate system of Adjust Sprinkler System, including all labor and materials for an operational system. If damage is caused to systems not in conflict with the proposed work,repair and/or replacement is at the Contractor's expense. 54.HYDRAULIC SEEDING 54.1 General. This work is the hydraulic seeding on newly prepared topsoil areas in accordance with MPWSS Section 02920. Do not drill seed. This work includes seedbed preparation, weed control, specified seed mixes, fertilizer, compost, and mulch. Maintain the newly seeded areas until vegetation is established or until an irrigation system is operational, as accepted by the Engineer. Meet additional requirements in MPWSS Section 02910, including those for preparation and maintenance of seedbeds. The seeding season is October 1"to May 15'h. Do not hydraulic seed when weather conditions prevent uniform seed distribution. For seeding outside the specified seeding season, increase the seeding rate by 50%, and obtain the Engineer's approval. Topsoil areas are defined as disturbed areas within the construction limits. Areas for seeding, fertilizer and compost include topsoil areas,and all undisturbed areas within the construction permit, easement, and right-of-way areas. Contract quantities do not include Contractor staging or stockpile areas.Lawn areas are quality seeded areas,irrigated areas,and boulevard areas.Field areas are native grassed and non-irrigated areas. Wet Meadow areas are creeks,delineated wetlands,and storm water basin areas. 54.2 Seeding and Mixes. Perform the hydraulic seeding in two operations. First, apply the seed with 1 pound of wood mulch per 3 gallons of water. Secondly, apply the remaining mulch and compost, along with the fertilizer. Provide certification of each seed mix to the Engineer. Include the supplier, source, percent by weight of each species, germination,production date, and packaging date. Area Species Seeding Rate lbs/acre Lawn Commercial turf grass mixture, specifically blended for 80.0 and adapted to the Bozeman area. Must contain: 2 varieties of Kentucky bluegrass (50%by weight) 1 variety of turf-type perennial ryegrass (25%by weight) 1 variety of turf-type creeping red fescue 25%by weight) Field Pryor slender wheatgrass (8%by weight) 4.0 Covar sheep fescue (18% by weight) 8.0 Rosana western wheatgrass (33%by weight) 15.0 Critana thickspike wheatgrass (33%by weight) 15.0 Reubens Canada bluegrass 8%by weight) 4.0 Wet Nebraska Sedge (47%by weight) 1.0 Meadow Baltic Sedge (5%by weight) 0.1 Tufted Hairgrass (23%by weight) 0.5 Orchardgrass (14%by weight) 0.3 Fowl Bluegrass 12%by weight) 0.25 SPECIAL PROVISIONS—Cottonwood Road Page 36 of 77 54.3 Fertilizer Application. Provide the Engineer product certificates from the manufacturer. Nitrogen P205 10 lbs/acre 30 lbs/acre 54.4 Compost and Tackifier. Apply a dry weight equivalent of 16 tons per acre of compost as a hydraulic slurry.Apply a guar-based tackifier with hydraulic equipment at a rate of 70 Ibs of tackifier per acre.Use Glacier Gold,Big Butte Compost, Earth Systems compost, or approved equal. 54.5 Wood Mulch. Apply wood cellulose fiber mulch at a rate of 2,000 pounds per acre. 54.6 Pament. All work under this provision is measured and paid for at the unit bid price per square yard of Hydraulic Seeding. i 55. FLEXIBLE DELINEATORS Furnish flexible reinforced post delineators meeting the requirements of the City of Bozeman MPWSS Modifications Section 09810. For surface-mounted flexible delineators use Flex Stake Series TM-750 or approved equal. For soil-anchored flexible delineators use Flex-Stake Series HP- 670 or approved equal. Install delineators as specified by the manufacturer's recommendations at the locations shown on the Drawings. All work under this provision is included in the lump sum bid price for Signing. 56. OVERHEAD SIGN MOUNTING Signing is specified within this contract which requires overhead sign mounting. Use appropriate sign mounting hardware included as a part of the lump sum Signing bid item for overhead signs mounted on mast arms. Provide sign mountings capable of attaching the sign to the mast arm with structural adequacy and in a vertical position at the sign's designated location. Assure the structural components and design of the sign mounting meet or exceed all requirements set forth in the AASHTO "Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals" and any amendments. All work under this provision is included in the lump sum bid price for Signing. 57. SIGNING All signing shall conform to the requirements of the latest edition of the "Manual on Uniform Traffic Control Devices" (MUTCD)and"Standard Highway Signs"publications,from the Federal Highway Administration. Install all signs according to MUTCD standards and City of Bozeman MPWSS Modification Section 09810. All regulatory, warning, construction, and guide signs shall be flat-blade construction grade aluminum sign blanks 0.08" thick. Attach signs to posts according to City of Bozeman MPWSS Modification Section 09810. Provide and install Telespar posts, or approved equal, of 2" perforated square tube 14-gauge galvanized steel. Provide and install Telespar Quik Punch post anchor, or approved equal, of 2-1/4" non-perforated 12-gauge galvanized steel square tube foundation sleeves set in a concrete anchor. Provide signs with reflective sheeting of Type IV (high intensity prismatic) or better. SPECIAL PROVISIONS—Cottonwood Road Page 37 of 77 All work under this provision is included in the lump sum bid price for Signing,which includes new signs, posts, mounting, foundations, hardware, overhead sign mounting, removals, salvaging and reusing materials,resetting materials, disposal of removals, and backfill. 58. PAVEMENT MARKINGS This work is furnishing and installing interim tabs, final pavement markings, and removal of markings. Furnish and install epoxy pavement markings as shown on the Drawings 20 mils thick,in accordance with MDT Subsections 620.03.7 and 714.06. Apply final epoxy pavement markings a minimum of 30 calendar days after the seal coat application per MDT Subsection 620.03.7. Apply at least 25 pounds per gallon of glass beads. Epoxy is included in the lump sum bid price for Pavement Markings. Furnish and install curb epoxy markings to the top and side of concrete curb at the locations shown on the Drawings, a minimum of 30 calendar days after placement of new curb and gutter. Apply at least 8 pounds per gallon of glass beads. Curb epoxy is included in the lump sum bid price for Pavement Markings. Furnish and install reflective extruded in-laid thermoplastic as shown on the Drawings in accordance with City of Bozeman Modifications and MPWSS Section 02582, or Pre-Formed Plastic markings meeting City of Bozeman Modifications and MPWSS Section 02581. Thermoplastic transverse lines,words, and symbols shall be 400 mils thick.Thermoplastic longitudinal lines shall be 270 mils thick. Thermoplastic or Pre-Formed Plastic is included in the lump sum bid price for Pavement Markings. Furnish and install Temporary Markings of water-borne paint 10 mils thick, in accordance with MPWSS Section 02581,Part 2.2 and Part 3.2 for winter shutdown if necessary.Temporary Markings are not quantified and are included in the Traffic Control bid item. For Interim markings,furnish and install tabs along all lane lines. Interim markings are placed after the chip seal and prior to the final pavement marking application. Interim tabs are included in the lump sum bid price for Pavement Markings. Remove epoxy and paint pavement markings as shown on the Drawings, in accordance with MPWSS Section 02581 Section 3.3. Remove plastic and thermoplastic markings as shown on the Drawings by mechanically scarifying and roughening the existing plastic pavement marking surfaces to produce a uniformly roughened surface that, when sealed, is smooth and matches the adjacent surfaces. Clean up and remove all debris from all pavement marking removals prior to the seal coat operation.Remove Pavement Markings are included in the lump sum bid price for Remove Pavement Markings. 59. HANDRAIL This work is furnishing and installing handrail in the new concrete steps in accordance with the Drawings and meeting requirements of the International Building Code. Submit shop drawings to the Engineer for approval prior to fabrication. Construct handrails according to the Drawings and approved shop drawings. Either cast rail posts into concrete stairs or anchor posts in block outs after concrete has cured. Paint handrail according to manufacturer's specifications using materials and a system compatible with the handrail material.Paint in a color to match other existing handrails along Cottonwood Road. All work is included in the unit bid price per linear foot for Handrail. SPECIAL PROVISIONS—Cottonwood Road Page 38 of 77 1 i 60. PVC IRRIGATION SLEEVE This work is furnishing and installing sleeves for future irrigation.Provide 4" Schedule 40 PVC pipe or 6" Schedule 80 PVC pipe. Coordinate with the Engineer for locations. Install sleeves prior to placement of new curbs, sidewalks, and surfacing section. Bore new sleeves at locations of existing roadways and sidewalks to remain in place.Extend the ends of the sleeves as shown on the Drawings. Cap the pipes and install wood lathe at the ends of all sleeves. During curbing and sidewalk installation, stamp an "I" in the concrete above the sleeve on each side of the concrete and/or curb to delineate the sleeves. Do not damage any sleeves during placement of concrete or surfacing. Remove and replace damaged pipe at the Contractor's expense. All work is included in the unit bid price for 4" PVC Schedule 40 Pipe or 6" PVC Schedule 80 Pipe including boring, trenching, bedding,backfill, and compaction. 61. RETAINING WALL This work is furnishing and installing an unreinforced split-face masonry block gravity retaining wall in accordance with the Drawings and manufacturer specifications to avoid impacts to existing a utilities. Work includes excavation, grading, leveling pad, drainage system, aggregate, backfill, block units, and caps. Submit brochure of the block type, block dimensions, curved section, and manufacturer specifications to the Engineer for approval. All work is included in the unit bid price per linear feet of Retaining Wall. f 62. BYPASS PUMPING Adequate provisions shall be made for maintaining the flow of sewers, drains, and water courses E encountered during construction.No separate measurement or payment is made for bypass pumping. Include all costs for bypass pumping in the various bid items of the Contract. 1 63. SANITARY MANHOLE TESTING In addition to the requirements of C.O.B.MPWSS Modification Section 02720 3.4.D.,the Water Test method for sanitary manholes will only be allowed where groundwater is below the bottom of the manhole during the test,per DEQ-2,34.7 requirements. 64. TEMPORARY WATER SUPPLY Provide temporary water service for the water main and water service adjustments as required in accordance with MPWSS and City of Bozeman Modification Sections 01580 and 02660. Coordinate water shutdowns and temporary water supplies with the Owner prior to impacting any water lines. Include all costs for Temporary Water Supply in the lump sum bid price. 65. BAXTER DITCH The Baxter Ditch conveys irrigation waste flows, groundwater flows, and runoff from spring flooding and storm events. Prior to starting any construction activities impacting the ditch, coordinate the work with the Farmer's Canal representative Bill Tatarka(406-581-5359). 66. RIP RAP Furnish Class 1 random rip rap in accordance with MDT Subsection 701.06. Install rip rap in accordance with the Drawings and MDT Section 613 for random rip rap. 67. MISCELLANEOUS WORK Miscellaneous work is any minor work or material that is necessary for the Contract. Miscellaneous Work is estimated at$1.00 per unit and is measured by the respective unit for either material or work SPECIAL PROVISIONS—Cottonwood Road Page 39 of 77 performed, as directed in writing by the Owner or Engineer. The Contract estimates a quantity of Miscellaneous Work and the actual amount will vary based on site conditions. 68.IRRIGATION WELL 68.1.1 Description. A. This section includes the furnishing of all labor, equipment, and materials to construct one well to be completed as a non-potable, irrigation water well. This work includes drilling, casing, grouting, developing, sampling, and testing of the well. The well is to supply water for a future irrigation system for the three grassed median islands along Cottonwood Road, of approximately 0.9 acres. This work is part of Alternate#2 Bid. B. Well drilling executed more than 60 feet will not be paid for unless the Contractor has prior written permission from the Engineer. Target water quantity is a minimum of 55 gallons per minute (this includes a 1.5 safety factor, and final pumping rate will be 35 gpm). C. Complete all work in accordance with this specification and the requirements of Title 36, Chapter 21 Administrative Rules of Montana (ARM), as regulated by the Department of Natural Resources (DNRC), and Board of Water Well Contractors (BWWC). D. Compile thorough well records. E. The Contractor for this work shall be a licensed Water Well Contractor in the state of Montana. The Contractor shall procure all certificates and licenses required of him by law for the execution of his work. Log and test the well and file all necessary reports and permits required to obtain a completed water supply ready for use. This work includes a temporary discharge permit and other permits as applicable and as required by the State of Montana and local City and County governments. F. All work is included in the lump sum bid item for irrigation Well under the Alternate#2 bid. As part of the bid item,the Contractor will also be required to provide staking,utility locates, potholing of existing utilities if necessary, traffic control, erosion control, permitting, clearing and grubbing, stockpiling and reuse of materials if necessary, reclamation, and coordination with other work items in this Contract to complete the irrigation well work as specified. G. Target water quantity is 35 gallons per minute to provide future irrigation to 0.9 acres of landscaped medians. The new well is located at Sta. 56+75, 85' LT. See the Geotechnical Report in Appendix B and local well logs in Appendix D for local conditions. 68.1.2 Location. A. The drill site is on City of Bozeman Park property, located in the northwest quadrant of Classical Way and Cottonwood Road. Access to the park and Petra Academy via Classical Way must be provided at all times. Do not impact existing wetlands near the drill site. B. The well location is shown on the Drawings at Sta. 56+75, 85' left. Prior to drilling, locate all existing public and private utilities and coordinate the final drilling location with the Engineer. The intent of the project is to drill one 55 gpm well (35 gpm x 1.5 flow safety factor). Thirty-five(35) gpm will be the final water quantity for water right purposes. 68.1.3 Local Conditions. See the Geotechnical Report in Appendix B for subsurface conditions,test pits, and boring logs. Previous wells have been drilled in the area, see Appendix D for well log data. SPECIAL PROVISIONS—Cottonwood Road Page 40 of 77 1 i These well logs are for information only, and existing conditions may vary. These and other well logs are available from the Montana Bureau of Mines and Geology. r 68.1.4 Submittals and Shop Drawings. t A. Submit drawings and specifications to the Engineer for approval illustrating and describing all materials to be used, including temporary and permanent well casings, grout,well cap, as well as drawings and specifications illustrating and describing the methods employed in drilling, installing, grouting, developing,testing of the well, and site restoration. B. Submit the following prior to construction: 1. Schedule of Values for the lump sum bid item to include the following: a. Per foot cost to drill the well b. Per foot cost to furnish and install the 6-inch casing C. Per foot cost to furnish and install the grout d. Hourly cost for well development e. Hourly cost of the pump test 2. Materials to be utilized 3. Deviations from the specifications 4. Well water disposal and site restoration plans 5. Decontamination and disinfection plans 6. Equipment and Methods for: a. Drilling b. Casing perforation and sample C. Grouting d. Plumbness and alignment test C. Well development f Development testing g. Pump testing C. Submit the following prior to final payment: 1. Record Drawings 2. Materials utilized 3. Any actual deviations from specifications or preconstruction submittal 4. Records Including: a. Daily Log b. "Well Log Report" C. Development Records d. Test Pump and Disinfection Information 67.1.5 Well Type. The well shall be similar to Type 5 (AWWA Standard for Water Wells, A100- 97) with the protective grouting terminating a minimum 25' below the surface. The well design is shown in the Drawings. Well standards as required in Title 37, MCA and Title 36,ARM, apply. 67.1.6 Well Abandonment. A. In the event the Contractor fails to drill the well as specified or abandon the well because of misalignment to avoid some obstruction because of loss of tools in the well or any other reason,no payment will be made. The Contractor shall fill the hole with a neat cement grout using a pipe,tremie or bailer and remove the casing as required by law. Salvaged materials furnished by the Contractor shall remain his material. A. If the yield or quality of water produced by a well is unsatisfactory to the Owner,the Engineer SPECIAL PROVISIONS—Cottonwood Road Page 41 of 77 f may direct the Contractor to properly abandon the well. Costs associated with such abandonment will be paid for under the Miscellaneous work bid item or under Change Order procedures. The well shall be abandoned in a matter satisfying all applicable regulations as stipulated by the ARM. 67.1.7 Environmental Protection. The Contractor shall comply with all laws and regulations of the Montana Department of Natural Resources (DNRC) and Montana Department of Environmental Quality (MDEQ), and with all other federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent air pollution from particulate and gaseous matter. 67.1.8 Standby Time.No separate payment will be made for standby time,inactive periods beyond Contractor control or inactive periods resulting from requirements of this Contract. Such time will be considered incidental to the required work. Standby time can be expected but not limited to time during drilling, and testing. 67.1.9 Disposal of Well Water A. Well water from well drilling, development and testing procedures shall be discharged in such a manner as to prevent any damage to surrounding property or structures, meet any local, state and federal regulations, and be approved by the Engineer. Specifically, the Contractor must submit to the Engineer the proposed water disposal location and methods and obtain any necessary permits. Permitting is typically required if discharge reaches a surface water source. The Contractor shall dispose of his well water to have no adverse effects on pump testing. B. If required by the City of Bozeman or MDEQ, the Contractor shall provide a sediment catching/settling tank for catching of all drill cuttings and drill water prior to disposal. This tank shall be capable of settling out all drill cutting larger than sand size. The drill cutting shall be properly disposed by the Contractor on a regular basis to allow for proper sediment control in the sediment settling tank and a clean work site. C. The Contractor shall provide for proper disposal of the drill water by use of a temporary pipe system from the sediment settling tank to the designated discharge location. If applicable, this system shall include provisions for vehicles and pedestrians to cross the pipe at all times at sidewalks and parking accesses. The discharge water shall not be allowed to flow over the land surface causing any flooding, erosion or sedimentation. 67.1.10 Artesian Conditions.If artesian water is encountered in the well,an unperforated well casing shall extend into the confining stratum overlying the artesian zone. The casing shall be adequately sealed into the confining stratum to prevent surface and subsurface leakage from the artesian zone. If the well flows at land surface, it shall be equipped with a control valve so that flow can be completely stopped. The well shall be completed with seals, packers, and neat cement grout that will eliminate leakage around the well casing. The driller shall not move his drilling rig from the well site until the leakage has been completely stopped. Payment for control of artesian conditions shall be managed through change order procedures. 67.1.11 Disinfection. A. If a filter pack is necessary, sand and gravel used in filter pack wells shall be thoroughly hosed or sluiced with water and shall be disinfected with a solution containing at least 50 parts per million chlorine before being placed in the well. All water introduced into a well during construction shall be clean and potable. SPECIAL PROVISIONS—Cottonwood Road Page 42 of 77 B. All drilling equipment and well materials shall be thoroughly cleaned at the start of the(each) well construction effort. The goal of this cleaning is to eliminate the possibility of contamination from off-site or between wells. Iron bacteria and other contaminants are the primary contaminants of concern. Submit the construction decontamination and disinfection plan to the Engineer prior to construction. C. All the well materials and equipment, including the interior of the well casing, shall be thoroughly swabbed with disinfectant and cleaned to remove all oil, grease, and foreign substances upon completion of the well's construction. 67.1.12 Pump Testing. A. Testing During Drilling. To ascertain productive water bearing zones pump testing may be required by the Engineer during the drilling process. This testing will not be paid for separately unless directed by the Engineer to install a test pump.Yield testing and developing during drilling is considered incidental work. B. Development Testing. See the Well Development section of this provision. Expect at least of two hours of development testing per well and one hour of recovery monitoring. C. Yield Testing. See the Testing for Yield and Drawdown section of this provision. Two-hour pump tests and one hour recovery monitoring are required. 68.2 Materials. 67.2.1 Permanent Protective Casing. Protective Casing shall be of 6" new steel pipe (black or ` galvanized) Schedule 40, meeting AWWA Standard A-100 for water well construction. The casing shall be equipped with a drive shoe if driven and have full circumferential welds at joints. C The protective casing will have the following minimum weights and nominal dimensions: i OD 6.625" Thickness 0.28" Weight per foot for plain end pipe 18.97 lbs. The contractor shall size the casing to have additional thickness and weight if minimum thickness is not considered sufficient to be capable of withstanding the forces to which it is subjected. F 67.2.2 Tgmporary Casing. All temporary casing used for construction shall be steel and shall be capable of withstanding the structural load imposed during its installation and removal. 67.2.3 Grout.The grout shall be a bentonite clay or neat cement grout. Grout materials shall comply with applicable well construction standards as described in Title 36, Chapter 21 ARM, most recent addition(1.5"min all around for 0' to 25' bgs). 67.2.4 Well Cap. The temporary well cap shall be a galvanized or painted steel locking well cap, hinged and suitable for padlocking. The cap shall be sized to match the permanent well casing diameter. The base of the cap shall be attached to the casing so that no exposed screws or other means of attachment could be removed by unauthorized personnel. 67.2.5 Gravel Pack. The Contractor may elect to gravel pack the well. The gravel pack design and material shall be submitted to and approved by the Engineer prior to installation. Gravel pack materials and installation shall comply with Title 36, Chapter 21,ARM. 67.3 Construction. 67.3.1. Records. Keep an accurate log of the well and record (depths, date and time) of the well drilling operations,which shall provide the following information: SPECIAL PROVISIONS—Cottonwood Road Page 43 of 77 f A. Record of hours spent drilling each day and depths drilled. B. Record of top and bottom of each geologic stratum encountered and driller's detailed description of material (rock type, color, shape, hardness, grain size, percent sand, silt& clay). C. Record of water-bearing strata encountered and estimated yield. D. Record of material and water samples taken. E. Record of static water level(SWL) at: - Observable changes of SWL with depth; - Start of each set up day; and - Subsequent to recovery after development. F. Other matters of interest such as heaves,boulders, cemented strata, etc. G. Record of tests for yield and drawdown. H. Record of pumping water level or drawdown at test pump rates. I. Length,type, and placement of perforated casing. J. Record of drill hole diameters and depths. K. Record of assembled order of size,type, and length of casing. L. Record of grouting and filter pack depths and installed volume. M. Record of lost circulation N. Record of development type,time, and testing. O. Reference point for all depth measurements. These records shall be updated on a daily basis by the drilling Contractor and shall be copied to the Engineer when requested(especially important during screen opening interval design). In addition to the above records, the Contractor shall prepare 5 copies of the "Well Log Report" (available from Department of Natural Resources, Helena, Montana) and will make distribution of the compiled copies as follows: 1 copy to the Bureau of Mines and Geology; 1 copy to the Department of Natural Resources; 1 copy to the County Clerk and Recorder; and 2 copies to the Engineer. Contractor shall submit the well log report to the Engineer for review prior to sending to other listed recipients. 67.3.2 Samples and Testing. A. Formation Samples. The Contractor shall secure representative samples of all materials encountered in the formations drilled in the well. These samples shall be taken at least as often as required by the following: 1. One sample at the beginning of each change in lithologic material encountered. 2. One sample (minimum) for each 10 feet in non-water-bearing formations or in highly impermeable material. 3. One sample (minimum) for each 5 feet drilled through a water-bearing aquifer. 4. One sample for each 2 feet drilled in the proposed area of perforated casing installation. Samples shall be taken by such means as will assure a representative sample. The sample may be secured with a suction type sand bucket, or by driving a smaller casing ahead of the drilling and removing the casing with its core, or by other means so long as the method used will assure securing the required representative sample. Care shall be taken to accurately determine the depth of the material sampled. SPECIAL PROVISIONS—Cottonwood Road Page 44 of 77 i Each sample shall be at least one pint in size and shall be placed immediately in cloth bags, one- gallon Ziploc freezer bags, or plastic containers, supplied by the Contractor. Each sample container shall be durable and securely tied shut or capped and clearly labeled with the location of the well, the depth at which the sample was taken,the number of feet of formation that the sample represents, and the date and time taken. Store all samples in a suitable and safe place until the well has been completed and final payment is made,unless directed by the Engineer to ship the samples to a testing laboratory prior to completion of the well. The Engineer will determine if laboratory sampling is necessary and will approve all samples that are to be sent in for testing. Laboratory testing required to select the proper size and type of well screen will be paid for by the Contractor. This cost is often included as part of the services of the well screen supplier.Approved samples shall be sent to an approved laboratory where the following tests will be conducted: 1. Grain-size analysis using at least 5 standard sieves. 2. Determination of uniformity coefficient. A copy of the laboratory results will be sent to the Engineer. E B. Water. The Engineer may direct the Contractor to take water samples during the drilling, development, and pump testing process. If sampling is required, the Engineer will provide sample containers and will pay for any laboratory testing for water quality. Water sampling shall be done by a method that will ensure a representative sample of the water- bearing strata encountered and that will ensure no non-representative contamination and a low turbidity sample relatively free of particulate matter. For a sample to be considered representative a minimum of three well volumes shall be removed immediately prior to securing the sample. Based on field analysis,the Engineer may require up to 10 additional well volume removals. The bottle(s) containing the sample shall be clean polyethylene clearly marked with the location of the well, the date and time taken, and the depth of the strata from which the water was taken. The Contractor shall pack and store water samples to prevent breakage and place in a suitable and safe place until the well is completed. 67.3.3 Well Construction. A. Drilling. The well shall be drilled plumb and free from obstruction using cable tool or air rotary methods with water and/or a foaming agent. The use of drilling mud is not permitted unless specifically authorized by the Engineer in writing. The equipment and driller must be able to determine accurate water bearing locations and quantity during the drilling process. Cable tool rigs will need to conduct yield (bailer) checks and air rotary rigs will need to conduct air lift yields routinely during drilling. Drilling equipment shall have sufficient capacity to drill the largest diameter hole to the required depth as shown in these Specifications. Provide sanitary (targeting iron bacteria and potable water contaminants)and weed free drilling equipment for the project. This typically requires steam cleaning just prior to mobilizing on the site. Anticipate grouting method employed and as necessary drill a large enough diameter to provide a minimum annular opening of 1-1/2" between the protective casing and the outer casing or bore hole to facilitate proper grouting. Adding bentonite during driving of casing is not an acceptable grout installation method. B. Procedure in Water-BearingS . When the water-bearing strata are reached, the driller shall notify the Engineer. The Engineer reserves the right to demand a suitable water-bearing strata SPECIAL PROVISIONS—Cottonwood Road Page 45 of 77 be developed before proceeding to greater depths. This preliminary development may be with air and will not be measured for payment unless it exceeds 1 hour per drill hole. In the event sufficient water is not reached at the maximum specified depth, the Contractor shall cease drilling and contact the Engineer. The Engineer will direct the Contractor in writing at that time(after Engineer consultation with the Owner) to either abandon the well, or continue drilling. C. Protective Well Casing. The permanent protective well casing will extend from at least 18 inches above the ground surface to the finished depth of the well (minimum 25 feet bgs, excluding sections of the well which are screened). The casing shall be grouted completely from the surface to 25 feet bgs. Casings shall have butt-welded joints with sufficient passes of continuous weld being applied so the finished surface at the area of fusion is built up to the surface of the adjoining pipe and is watertight. Welding of casings shall be done in accordance with the recommended standards of the American Welding Society. D. Centralizer. The protective steel casing shall be fitted with proper centering brackets to ensure the casing string will be plumb and centered in the borehole. E. Temporary Well Casing. Any temporary casing used during well construction shall be capable of withstanding the structural load imposed during its installation and removal. The temporary casing shall be completely withdrawn as grout is applied. F. Sealing and Grouting. The well shall be grouted to a minimum of 25 feet below ground surface to provide a watertight well and exclude pollution from shallower formations. The annular opening between the protective steel casing and the hole shall be filled with cement or bentonite clay grout. Sealing and grouting requirements vary with formation type encountered. The Contractor shall comply with applicable well construction standards as described in Title 36, Chapter 21 ARM, most recent addition. Before proceeding with the placing of the grout, the Contractor shall secure the Engineer's approval of the method he intends to use. In installing, developing, redeveloping or conditioning a well, care shall be taken to preserve the natural barriers to ground-water movement between aquifers and to seal aquifers or strata penetrated during drilling operations which might impair water quality or result in cascading water.All sealing shall be permanent and prevent possible downward movement of surface waters in the annular space around the well casing. Sealing shall be accomplished to prevent the upward movement of artesian waters within the annular space around the well casing that could result in the waste of ground water. The sealing shall restrict the movement of ground water either upward or downward from zones that have been cased out of the well. G. Plumbness and Alignment.All holes shall be constructed and all casings and liners set round, plumb, and true to line as defined herein. To demonstrate the compliance of the work with this requirement, the Contractor shall furnish all labor, tools, and equipment and shall make the tests described herein in the manner prescribed. Alternate plumbness and alignment test methods must receive the Engineer's prior written approval. Tests for plumbness and alignment must be made after the complete construction of the well and before its acceptance. Additional tests, however, may be made by the Contractor during the performance of the work. If the plumbness test fails, payment for this item will not be made by the Owner. The Engineer may waive the requirements of this section for plumbness if, in his judgment: 1) the Contractor has exercised all possible care in constructing the well and the defect is due to SPECIAL PROVISIONS—Cottonwood Road Page 46 of 77 circumstances beyond his control; and 2) the utility of the completed well will not be materially affected. Plumbness and alignment shall be tested by lowering into the well a section of pipe 40' long or a dummy of the same length. The outer diameter of the plumb shall not be more than 1/2" smaller than the diameter of that part of the casing or hole being tested. If the dummy is used, it shall consist of a rigid spindle with 3 rings, each ring 12" wide. The rings shall be truly cylindrical and shall be spaced one at each end of the dummy and one in the center thereof. The central member of the dummy shall be rigid so it will maintain the alignment of the axis of the rings. t Should the plumb or dummy fail to move freely through the length of the casing or hole or should the well vary from vertical in excess of 2/3,the smallest inside diameter of that part of the well being tested per 100' of depth or beyond limitations of this test, the plumbness and alignment of the well shall be corrected by the Contractor at his expense. Should the Contractor fail to correct such faulty alignment or plumbness,the Owner may refuse to accept the well;and the Contractor will be directed to drill a new well within 10' of the same location at no additional cost to the Owner. 67.3.4 Well Development. A. General. The development of the well shall remove the native silts and clays and drilling fluid/debris residues deposited on the borehole face and in adjacent portions of the aquifer during the drilling process. If organic drilling fluids are used, they must be broken down chemically according to manufacturer's recommendations before or during development. The length of time of developing shall be determined by the Engineer and Contractor depending on the type of water- bearing formation encountered. The objective of the development process is to maximize specific capacity and to provide sand free water. B. Method. The primary development process shall be carried out by surging and bailing the well.The surging shall be accomplished by a solid or valved surge block.The Engineer shall approve the surge block and related apparatus before its use is permitted. Surging shall start slowly just below the static water level and continue at a faster rate once free flow into the screen is assured.Thereafter, the surge block shall be lowered gradually into the screened area. Methods in addition to surge blocking, such as jetting with water, may be employed after Engineer review through the submittal processes. C. Development Test. Furnish all necessary pumps, compressors, plungers, bailers, discharge piping, flow meters, or other needed equipment and develop the well by approved methods as necessary to give the maximum yield of water per foot of drawdown and extract from the water- bearing formation the maximum practical quantities of fines and drill cuttings. Test the well for development using a pump with lift and production capacity in excess of the final anticipated capacities. Develop the well until: 1. The turbidity has an NTU value of less than 5 (Engineer measured). 2. Suspended solids (Contractor measured) content average less than 5 mg/1 when the well is pumped at the target production rate for 2 hours. 3. At least 5 sediment content measurements have been taken. 4. There is no increase in specific capacity during at least 10 continuous hours of pumping and surging. D. Development Records. Record the following information in the process of development: 1. Quantity and description of material brought into the well. SPECIAL PROVISIONS—Cottonwood Road Page 47 of 77 2. Static and pumping water levels. 3. Methods of measurement. 4. Duration of each development operation. 5. Observation of results. 6. Production rates and specific capacity. 7. Sediment content as a function of production rate and time. 8. Sediment content as a function of production rate and specific capacity. 9. All other pertinent information. E. Any blasting and chemical conditioning methods covering equipment and controls for increasing the yield of ground water structures shall be submitted for approval to the State Board of Health,Ground Water Branch of Bureau of Mines and Geology,and to the Owner.Use such methods to increase yield at no additional cost to the Owner unless agreed to through prior written Change Order procedures. 67.3.5 Testing for Yield and Drawdown. A. Time of Test. After the well has been completely constructed and developed and its depth accurately measured, the Contractor shall notify the Engineer to that effect and shall make the necessary arrangements for conducting a final pumping test.Besides this final test,the Engineer may order the Contractor to make such additional pumping tests during and after construction, as he deems necessary. Run all tests with similar equipment and in a like manner to that hereinafter described. B. Test Pump. The Contractor shall furnish and install necessary pumping equipment capable of pumping to the required point of discharge the minimum of 20 gallons per minute and up to 100 gallons per minute. The exact pumping level will be determined by the Engineer at the time of the test and will be a minimum of 1.5 times the design-pumping rate. Provide a pumping unit complete with a prime mover of ample power, controls, and appurtenances, and capable of being operated without interruption for a period of 2 hours. For this project, air pumping may be used for the yield test. Provide adequate measurement equipment for flow rates and pumping water levels. C. Auxiliary Equipment. Discharge piping, control valve, pitless adapter, flow meter, the permanent pump, and other items will be installed in the future by others once the median sprinkler system and landscaping are determined by the Owner. The appropriate point of disposal for test pumped water shall be a location at least 200 feet down gradient from the pumping well. The Contractor is responsible for associated permitting as described in these provisions. Proposed water disposal locations shall be submitted to the Engineer as required in the contract submittal requirements. D. Duration of Test. The Contractor shall provide all labor, motive power, lubricating oil, and other necessary materials, equipment, labor, and supplies required and shall operate the pumping unit at such rates of discharge and for such periods of time as directed. The final test shall be run for a period of at least 2 continuous hours and until a stabilized drawdown has continued for at least 1 hour. Interrupted tests will not be compensated for by the Owner. After completion of the final test, remove,by bailing,sand pumping, or other methods, any sand, stones, or other foreign material that may have become deposited in the well. Time stated for the duration is a minimum only, and the Engineer reserves the right to require the Contractor to extend such period of test or make additional tests. SPECIAL PROVISIONS—Cottonwood Road Page 48 of 77 1 M i E. Information Required. Completely fill out and use DNRC Form 633 available at the DNRC's website. Submit the following data to the Engineer: 1. Test pump capacity-head characteristics 2. Static water level 3. Depth of test pump setting 4. Time of starting and ending each cycle 5. Yield measurement method Provide recordings and graphic evaluation of the following at 30-minute intervals or less as described under the Subsection for Measurement Time Intervals: 1. Pumping rate 2. Pumping surface water level 3. Drawdown versus time 4. Water recovery levels versus time ` F. Measurement Time Intervals. During the pumping test,the watches of all observers shall be synchronized before the test begins and record times to the nearest 10 seconds. r Record water-level measurements (to 0.01 feet) for the pumped well at the following times: Time Since Pumping Started Time Intervals Between (or Stopped) in Minutes Measurement in Minutes 0 - 10 0.5 - 1 10 - 15 1 15 - 60 5 60 - 300 30 Take water-level measurements in observation wells at the following times: Time Since Pumping Started Time Intervals Between (or Stopped) in Minutes Measurement in Minutes 0 - 60 2 Note any unusual event(s) during the test.Record water-level recovery measurements with the same frequency as those taken during the pumping portion of the test. 67.3.6 Well Cap and Completion. A. Sand Pumping. Pump clear any sand fines that may have collected in the well sump below the open interval during testing or development. Conduct this "sand pumping" after pump testing and prior to installation of any permanent pump. B. Well Cap. Cut the top of the well casing square and uniform to provide a flush seat for the well cap. Ground or file smooth all rough edges and projections. Provide a well cap as specified in the Drawings. C. Surface Grading. Grade the ground surface immediately surrounding the top of the well casing to drain surface water away from the well. 67.4 Measurement and Payment.Include all costs for the completed and accepted well in the lump sum unit bid price for Irrigation Well. No separate measurement or payment is made for stand-by time. As part of the all-inclusive bid item under Alternate #2, the Contractor will be required to provide staking, utility locates, potholing of existing utilities, traffic control, erosion control, SPECIAL PROVISIONS—Cottonwood Road Page 49 of 77 permitting, clearing, grubbing, stockpiling and reuse of materials, reclamation, and coordination with other work items to complete the irrigation well work as specified. 69. MEASUREMENT & PAYMENT 69.1 Scope. This section describes the method of measurements and basis of payment for all work covered by the Contract Documents. For the purposes of this Contract, this Measurement and Payment Section shall govern and take precedence over all other references to measurement and payment(with exception to any addenda)referenced in these specifications. 69.2 Bid Prices. The bid price for each item of the Contract in the Bid Proposal shall cover all work shown on the Drawings and required by the specifications and other Contract Documents. All costs in connection with the work, including furnishing all materials, equipment, supplies and appurtenances; providing all required construction support plants, equipment, and tools; and performing all necessary labor and supervision to fully complete the work, shall be included in the unit and/or lump sum prices bid in the Bid Proposal. 69.3 Estimated Quantities. Any estimated quantities stipulated in the Bid Proposal or other Contract Documents are approximate and are to be used; (1) only as a basis for estimating the probable cost of the work and(2) for the purpose of comparing the bids submitted for the work. 69.4 Incidentals. The following measurement and payment sections do not necessarily name all the incidental items required by the Contract Documents to complete the work. The cost of all such incidentals shall be included in the various related bid items. 69.5 Basis of Pament. Item No. Description 1. Mobilization, Bonding, and Submittals (May Not Exceed 5% of Total Base Bid): * General: This bid item shall include mobilization, bonding, insurance, permitting, and submittals. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Transport and set up all equipment, materials and other items needed to complete the project; • All permits, coordination and compliance inspections required for work; • Bonding and Insurance; • Provide all submittals, the construction schedule, and other paperwork required prior to construction start up. * Measurement: Measurement is one lump sum item. * Payment: Payment is at the unit bid price per lump sum. Payment of this bid item will be allowed once the Contractor is fully mobilized,all submittals are received, and bond and insurance certificates have been submitted and approved; then 100%payment will be allowed. This bid item may not exceed five percent (5%) of the total base bid. 2. Construction Surveying, Staking, and Testing: * General: This bid item shall include providing field surveying equipment,trained personnel, and staking services for all construction activities in accordance with this contract. This bid item also includes all testing services not provided by the Owner's Testing Company. * Work Included: SPECIAL PROVISIONS—Cottonwood Road Page 50 of 77 1 i 0 Provide all surveying equipment and all required surveying, staking, and grade control as specified and as shown in the Drawings; • Provide a Montana registered P.L.S. and other personnel for the operation of the survey devices and equipment; • Produce to the Engineer all staking notes and material testing reports; • Provide all testing services not provided by the Owner's Testing Company. * Measurement: Measurement is one lump sum item. * Payment: Payment is at the unit bid price per lump sum. Partial payments will be made based on the percentage of the work provided. 3. Traffic Control: 1 * General: This bid item shall include providing traffic control submittals, personnel and devices for all construction activities. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Prepare and provide traffic control plans, including all iterations and for winter shutdowns as necessary, and obtain approvals; • Coordination with adjacent projects and agency representatives, providing project updates to the Owner's representative for social media and news outlets, and meetings as specified; • Furnish, install, maintain, relocations for sequencing changes, and removal all necessary traffic control devices and markers; • Provide personnel for flagging and other traffic control tasks as needed; • Furnish, install, maintain and remove temporary traffic and pedestrian signals, warning signals and lights, ADA accessibility, temporary pavement markings,temporary concrete barrier rail,temporary attenuators, and signing for vehicles,pedestrians, and bicyclists; • Furnish, install, maintain and remove traffic control items for and during winter shutdown including temporary asphalt pavement and markings; • Furnish, install,maintain and remove detours. * Measurement: Measurement is one lump sum item. * Payment: Payment is at the unit bid price per lump sum. Partial payments will be i made on the basis of the percentage of the traffic control provided. A 4. Erosion Control and Permits: * General: This bid item shall include preparing applications and obtaining project permits and procuring and installing all erosion control devices. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • All permits and fees, coordination and compliance inspections required for work including but not limited to the NOI,SWPPP,and any requirements for the 404 Permit, Stream Protection Act 124, and 401 Certification permits; • Procuring and installing temporary erosion control devices as required, and permanent erosion control devices as necessary; • Monitoring the performance of erosion control devices and providing corrections, improvements,replacement, and maintenance as necessary; SPECIAL PROVISIONS—Cottonwood Road Page 51 of 77 I • . Removal of temporary devices. * Measurement: Measurement is one lump sum item. * Payment: Payment is at the unit bid price per lump sum. 5. Dewatering: * General:This bid item shall include dewatering,bypass pumping of groundwater, and permitting to construct the project. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • All dewatering and discharge plans, permits, fees, coordination and compliance inspections required for work; • Disposal of waste water; • Furnish, install,maintain and remove dewatering facilities. * Measurement: Measurement is one lump sum item. * Payment: Payment is at the unit bid price per lump sum. 6. Remove Tree: * General: This bid item includes removing existing trees and stumps within the construction limits as shown on the Drawings and as directed by the Engineer. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Removal of trees and stumps as shown on the Drawings and as directed by the Engineer including backfilling, compaction, and re-grading; • Coordination with the City of Bozeman Forester; • Protection of existing trees that are not to be disturbed. * Measurement: Measurement is per each tree removed. Tree grove/cluster area quantities are as estimated on the Drawings. * Payment: Payment is at the unit bid price per each tree removed. 7. Trim Tree: * General: This bid item includes trimming trees as shown on the Drawings and as directed by the Engineer. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Trimming trees including removal of limbs and debris; • Coordination with the City of Bozeman Forester; �easurement: Protection of existing trees that are not to be disturbed. * Measurement is per each tree trimmed. * Pam: Payment is at the unit bid price per each tree trimmed. 8. Topsoil-Strip, Salvage, and Reuse: * General: This bid item includes the stripping, salvage, stockpiling, and reuse of topsoil. Remove all available topsoil to provide a replacement quantity to cover all areas disturbed by construction within the construction limits shown on the Drawings with a 6-inch thick layer of salvaged topsoil. * Work Included: SPECIAL PROVISIONS—Cottonwood Road Page 52 of 77 • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Stripping, salvaging, and stockpiling existing topsoil to stockpile locations within right-of-way limits or at a Contractor furnished site located off the project; • Hauling, placing, spreading salvaged topsoil on disturbed areas within construction limits to a 6-inch depth; • Grading the topsoil to finished grade elevations and slopes. * Measurement: Measurement is per cubic yard of final topsoil in place. * Payment: Payment is at the unit bid price per cubic yard. 9. Topsoil-Imported: * General: This bid item includes furnishing and installing imported topsoil including any stockpiling and re-handling of topsoil, if there is not adequate salvage topsoil material available within the project limits to cover all disturbed areas to 6-inch thick depth of topsoil, as approved by the Engineer. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Imported topsoil including hauling, stockpiling, and re-handling of topsoil; • Hauling, placing, spreading salvaged topsoil on disturbed areas within construction limits to a 6-inch depth; i • Grading the topsoil to finished grade elevations and slopes. * Measurement: Measurement is per cubic yard of final topsoil in place. Contract quantity is an estimate only. * Payment: Payment is at the unit bid price per cubic yard. 10. Imported Trench Backfill * General: This bid item shall include providing and placing of imported trench backfill material as approved by the Engineer. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Excavation, screening and all other work necessary to meet material specifications; • Loading, haul or other transportation required to place the materials; • Place and compact the material to meet minimum density specifications at the locations, depths, lines, and grades required to construct the project; • Removal,haul, and disposal of excavated unsuitable materials; • Furnishing and placing water for compaction and dust control. * Measurement: Measurement for import trench backfill material will be by the cubic yard, complete and accepted in place. * Payment: Payment will be made for complete,measured,and accepted quantities at the contract unit price bid per cubic yard. 11. Remove Sanitary Pipe: * General: This bid item includes the removal or abandonment and disposal of existing sanitary pipe. * Work Included: SPECIAL PROVISIONS—Cottonwood Road Page 53 of 77 i • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Saw cutting and excavation of the pipes to expose and remove/abandon; • Removal and disposal of pipes and excess material; • Any exploratory excavation, repair work, protection, and slowdown in progress due to encountering any utility which crosses the existing pipes; • Backfilling,re-grading, and compacting the removal or abandon areas. * Measurement: Measurement is per linear foot of removed sanitary pipe. * Payment:Payment is at the unit bid price per linear foot of Remove Sanitary Pipe. 12-13. PVC SDR-35 &PS-46 Sanitary Pipe: * General: This bid item shall include furnishing and installing new sanitary sewer main pipe of the material and dimensions specified. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Saw cutting; • Exploratory excavation to determine the exact location, depth, size and type of the existing mains and crossing utilities; • Trench excavation, clearing and grubbing,topsoil stripping and replacement, trench support by shoring, gradation and compaction tests; • Furnish and install all bedding, flowable fill backfill, and compaction; • Furnish and install all pipe at various sizes and types, including connections to existing, end caps, and flowable fill for abandoned pipes; • Removal and disposal of or salvage any existing pipes; • Any repair work, protection, and slowdown in progress due to making the connection or encountering a utility which crosses the mains; • Testing and inspections; • Removal and disposal of material generated by the work and cleanup. * Measurement: Measurement for new pipe is by the linear foot of various diameter of new pipe installed. * Payment: Payment is at the unit bid price per linear foot of each size of.new pipe installed and approved. Payment for new pipe is made only after all work in this section is complete,including testing and inspections. 14-16. Sanitary Manholes: * General: This bid item shall include the installation of various sizes and types of manholes. * Work Included: • All labor,tools, equipment,materials, and incidentals necessary to complete the work as specified; • Saw cutting,removal and disposal of all material generated; • Subexcavation of saturated or yielding subgrades as required to provide a firm,unyielding pipe foundation bed; • Furnishing and placing subexcavation foundation material as a subbase to pipe bedding as required to provide for a firm,unyielding pipe bed; • Furnishing and placing backfill, re-grading, and backfilling and compacting trench and foundation areas as necessary; SPECIAL PROVISIONS—Cottonwood Road Page 54 of 77 1 • Flowable fill as required; • Connections to the existing pipes and any joints; • Furnish and install manholes structure with all required penetrations and slots, precast bases and roof slabs, interior and exterior drop components, dry well holes, steps, shelves, frame and cover, grates,joint sealer, adjustment rings and risers,joints, and pipe connections; • Shop drawings; • Finish grading at the manholes; • Testing as specified; • Any exploratory excavation, repair work,protection, and slowdown in progress due to encountering a utility which crosses the manholes. * Measurement: Measurement is per each installed and accepted item. * PUrn : Payment for the completed and accepted quantities is at the unit bid price per each for the type, size and material specified of manholes. 17. Modify Manhole: * General: This bid item shall include all equipment, labor and associated work to modify manholes by raising or lowering using replacement of portions of the cone or barrel sections, core penetrations, and channel modifications. * Work Included: • All labor,tools, equipment,materials, and incidentals necessary to complete the work as specified; • Saw cutting, excavation, compaction and backfill; • Modifying manholes in accordance with the Drawings including core penetrations, channel modifications, cone and barrel replacement; • Making final manhole adjustments before paving; • Temporary adjustments for construction sequencing and winter shutdown; • Removal and disposal of unsuitable materials replaced by the work. * Measurement: Measurement for Modify Manhole is per each. * Pam: Payment for the completed and accepted quantities is at the unit bid price per each Modify Manhole. 18. Adjust Manhole: * General: This bid item shall include all equipment, labor and associated work to adjust manholes to finished grade by raising or lowering using grade rings. * Work Included: • All labor,tools, equipment,materials, and incidentals necessary to complete the work as specified; • Saw cutting, excavation, compaction and backfill; • Adjusting and sloping manholes to finished elevation with grade rings; • Making final manhole adjustments before paving; • Temporary adjustments for construction sequencing and winter shutdown; • Removal and disposal of unsuitable materials replaced by the work. * Measurement: Measurement for Adjust Manhole is per each. * Patent: Payment for the completed and accepted quantities is at the unit bid price per each Adjust Manhole. SPECIAL PROVISIONS—Cottonwood Road Page 55 of 77 I 19. Adjust Water Valve: * General: This bid item shall include all equipment,labor and associated work for adjusting water valves to finished grade. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Coordinating with City of Bozeman for operations; • Temporary adjustments for sequencing and winter shutdown. • Adjusting water valves including final adjustments before paving. * Measurement: Measurement for Adjust Water Valves is per each. * Pam: Payment for the completed and accepted quantities is at the unit bid price per each Adjust Water Valve. 20. Adjust Curb Stop: * General: This bid item shall include all equipment, labor and associated work for adjusting curb stops to finished grade. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Coordinating with City of Bozeman for operations; • Temporary adjustments. * Measurement: Measurement for Adjust Curb Stop is per each. * Patent: Payment for the completed and accepted quantities is at the unit bid price per each Adjust Curb Stop. 21. Adjust Cleanout: * General: This bid item shall include all equipment,labor and associated work for adjusting clean outs to finished grade. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Monument box and concrete collar for adjustments in new sidewalk; • Temporary adjustments. * Measurement: Measurement for Adjust Cleanout is per each. * P"mment: Payment for the completed and accepted quantities is at the unit bid price per each Adjust Cleanout. 22-23. Adjust Water Main&Water Service: * General: This bid item shall include the removal,connections, and adjustment of existing water mains and services for the new sanitary sewer main. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified including conducting testing,disinfection and repairs as required; • Exploratory excavation to determine the exact location, depth, size and type of the existing water lines; • Saw cutting,trench excavation,bedding,backfill, including clearing and grubbing,topsoil stripping and replacement, dewatering, trench support by shoring, and gradation and compaction tests; SPECIAL PROVISIONS—Cottonwood Road Page 56 of 77 1 I i • Furnish and install all required pipe of the type/size discovered,tapping sleeves, connections to existing water lines, MJ glands, valve boxes, additional spools, conduit and tracer wire, couplings, corrosion protection,lubricants,gaskets,thrust blocking,restraints,washed gravel, and other incidentals as necessary to adjust water lines; • Removal and disposal of or salvage existing pipes, valves, valve boxes, hydrants, fittings, or other obstructions; • Any repair work, protection, and slowdown in progress due to making the connection or encountering a utility which crosses the water line; ' • Testing, cleaning and disinfection; • Removal and disposal of any excess material generated by the work and cleanup. * Measurement: Measurement is per each Adjust Water Main or Adjust Water Service completed. * Payment: Payment is at the unit bid price for each Adjust Water Main or Adjust Water Service completed and accepted for a working system. 24. Remove and New Hydrant Assembly: * General: This bid item shall include the removal and installation of a new hydrant, including connections, extensions, fittings, and valves. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified including conducting testing,disinfection and repairs as required; • Exploratory excavation to determine the exact location, depth, size and type of the existing hydrant lines; • Removal and disposal of bollards; • Trench excavation, bedding, and native backfill, including clearing and grubbing,topsoil stripping and replacement, dewatering, trench support by shoring, and gradation and compaction tests; • Furnish and install necessary extensions to install per bury depths; • Furnish and install all required pipe of the type/size discovered, tees, . reducers,tapping sleeves, connections to existing water lines,MJ glands, valve boxes, additional spools, new hydrant assembly, hydrant risers, conduit and tracer wire, couplings, corrosion protection, lubricants, gaskets, caps for line abandonments, thrust blocking, restraints, washed gravel, and other incidentals as necessary to relocate and adjust to finished grade; • Removal and disposal of or salvage existing pipes, valves, valve boxes, hydrants, fittings, or other obstructions; • Any repair work, protection, and slowdown in progress due to making the connection or encountering a utility which crosses the hydrant line; • Testing, cleaning and disinfection; • Removal and disposal of any excess material generated by the work and cleanup. * Measurement: Measurement is per each hydrant relocation completed. * Payment: Payment is at the unit bid price for each Remove and New Hydrant Assembly completed and accepted for a working system. SPECIAL PROVISIONS—Cottonwood Road Page 57 of 77 25. Remove Drainage: * General: This bid item includes the removal or abandonment and disposal of existing storm drain, culverts,manholes, and inlets. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Saw cutting, excavation of the storm drain system, culverts, inlets, or manholes to expose and remove/abandon; • Removal and disposal of storm drain pipes, culverts, end sections, inlets, manholes, grates,rims, aprons, concrete drains, and excess material; • Any exploratory excavation, repair work, protection, and slowdown in progress due to encountering any utility which crosses the removals; • Backfilling, compacting, and finished grading of the removal areas. * Measurement:Measurement is at the lump sum for removing all existing drainage items necessary. * Payment: Payment is at the lump sum bid price of Remove Drainage. 26-30. Storm Pipe and Concrete Inlet Chase: * General: These bid items shall include furnishing and installing new pipe and concrete curb chases with grates for the storm drain system of the material and dimensions specified. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Saw cutting, trench excavation, foundation preparation and compaction, and furnishing and placing Type 1 and Select Type 1 pipe bedding; • Removal and disposal of all material generated from excavation; • Furnishing and placing Type A or flowable fill backfill, re-grading, and backfilling and compacting trench areas as necessary; • Concrete and/or grout connections including modifications to existing pipes, culverts,manholes or inlets; • Furnishing and installing PVC, RCP, RCPA, CMP, CMPA, CSP and appurtenances; • Concrete collar connections,precast mitered bends, angled joint connections, and bends; • Furnishing and installing FETS as shown on the Drawings; • Modifying existing inlets or manholes with connections to new pipes; • Coordination with Irrigation Companies; • Water tight joints; • Temporary diversion facilities for pipe installation in creeks and ditches; • Testing as specified, including but not limited to light, leakage, deflection, trench and backfill compaction, and joints; • Any exploratory excavation, repair work, protection, and slowdown in progress due to encountering a utility which crosses drainage features. * Measurement: Measurement for pipes is by the linear foot for the installed and accepted pipes. SPECIAL PROVISIONS—Cottonwood Road Page 58 of 77 Payment: Payment for the completed and accepted quantities is at the unit bid price per linear foot of pipe for the type, size and material specified. 31-34. Manholes and Inlets: * General: This bid item shall include the installation of various sizes and types of combination manholes and inlets, manholes, curb inlets, outlet structures, and median inlets associated with the storm drainage and culverts. * Work Included: • All labor,tools, equipment,materials, and incidentals necessary to complete the work as specified; • Saw cutting, excavation, foundation preparation and compaction, and furnishing and placing bedding material; • Removal and disposal of all material generated from excavation; • Connections to the existing pipes and any joints; • Furnish and install manholes structure with all required penetrations and slots, precast bases and roof slabs, dry well holes, steps, shelves, frame and 4 ' cover, grates,joint sealer, adjustment rings and risers, flexible gasket joints, 1 and pipe connections; • Furnish and install all inlets with grates as specified; • Shop drawings; • Furnish and install drain rock, fabric, interior drops,joint seals and fast 6 setting hydraulic cement; • Grading the drainage leading to inlets/manholes; • Testing as specified, including but not limited to light, leakage, deflection, trench and backfill compaction, and joints; • Any exploratory excavation,repair work,protection, and slowdown in progress due to encountering a utility which crosses manholes or inlets. * Measurement: Measurement is per each for the various size manholes and inlets for the installed and accepted item. * Patent: Payment for the completed and accepted quantities is at the unit bid price per each for the type, size and material specified of manhole and inlet. 35. Subsurface Detention System: * General: This bid item shall include furnishing and installing a new pre- manufactured subsurface detention system. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; Shop Drawings and submittals; • Trench excavation, foundation preparation and compaction, excavation to native gravels, furnishing and placing bedding and backfill; • Removal and disposal of all material generated from excavation; • CSP perforated lateral pipe, bulkheads, weirs, bands, riser manholes, inlets and outlets,manhole casing,manhole frame and cover, concrete grade rings, geotextile, 1" minus clean crushed rock, crushed base course,joints, bends, connections, and all appurtenances; • Connections to PVC,RCP, and CSP storm drain pipes and manholes; • Any exploratory excavation, repair work, protection, and slowdown in SPECIAL PROVISIONS—Cottonwood Road Page 59 of 77 progress due to encountering a utility which crosses the system. * Measurement: Measurement is lump sum for the installed and accepted Subsurface Detention System. * Payment: Payment for the completed and accepted quantity is at the lump sum unit bid price for Subsurface Detention System. 36. Drainage Geotextile: * General: This bid item includes all material, labor and associated work for furnishing and installing drainage geotextile. * Work Included: • All labor,tools, equipment, materials, and incidentals necessary to complete the work as specified; • Furnish and install drainage geotextile to line the type 2 bedding perimeter as specified, and as directed by the Engineer. * Measurement: Measurement is at the square yard in place, excluding overlaps. * Payment: Payment for the completed and accepted quantities is at the unit bid price per square yard for Drainage Geotextile. 37. Pipe Bedding Type 2: * General: This bid item shall include furnishing and placing Type 2 bedding material in accordance with MPWSS Section 02221 as shown on the Drawings or as directed by the Engineer. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Excavation, foundation preparation and compaction; • Removal,haul,and disposal of unsuitable materials being replaced by the bedding; • Any exploratory excavation, repair work, protection, and slowdown in progress due to encountering a utility which crosses the bedding areas; • Bedding material placement, compaction, and cleanup. * Measurement: Measurement for Pipe Bedding Type 2 material is by the cubic yard, complete and accepted in place. * Payment: Payment for complete,measured, and accepted quantities is at the unit bid price per cubic yard of Pipe Bedding Type 2. 38. Rigid Board Insulation: * General: This bid item includes furnishing and placing high density insulation board as shown in the Drawings and as identified by the Engineer. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Trench excavation, disposal of excavated material, backfill, compaction; • Furnish and install bedding sand and insulation board; • Cutting and abutting board ends to provide a neat seam between each board installed. * Measurement: Measurement is per square foot of insulation in place. * Payment: Payment for the completed and accepted quantities is at the unit bid price per square foot of Rigid Board Insulation. SPECIAL PROVISIONS—Cottonwood Road - Page 60 of 77 3 9. Flowable Fill: * General: This bid item is furnishing and placing excavatable flowable fill material as shown in the Drawings or as identified by the Engineer. Flowable Fill for electrical work is included in the price of associated electrical items. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Providing a mix design for excavatable flowable fill; • Haul, excavation, foundation preparation,placement, backfill; • Removal and disposal of excavated material; • Any exploratory excavation, repair work, protection, and slowdown in progress due to encountering any utility conflict; • Clean up. * Measurement: Measurement is the in-place volume per cubic yard. Measurements shall be taken prior to placing flowable fill. * Payment: Payment for the completed and accepted quantities is at the unit bid price per cubic yard. Flowable Fill for electrical work is not paid for and is included in the price of associated electrical items. 40. Street Excavation(Above Subgrade): * General: This bid item includes clearing, grubbing, shrub and stump removal, urban street excavation, transporting on-site excavation for embankment fill construction, compaction, and disposal of excess material encountered within the construction limits necessary to construct the project to the lines and grades noted in the specifications and Drawings. This bid item also includes saw cutting and the removal and disposal of existing concrete sidewalk, curb, asphalt pavement, concrete pavement, and miscellaneous items within the construction limits to be removed,not otherwise identified as a specific bid item. * Work Included: • All labor, tools, equipment,materials, and incidentals to complete the work; • Utility company coordination to facilitate construction of the project; • Protecting and supporting existing underground, at-grade, and overhead utilities including gas,phone, TV,power,fiber, cable during excavation; • Clearing, grubbing, stump removal within the construction limits or as directed by the Engineer, including haul and disposal; • Coordination with the City of Bozeman Forester and protection of existing trees that are not to be disturbed; • Saw cutting; • Excavation and grading to construct the roadway, sidewalks, driveways, ditches, culvert inlet and outlets, and grade to drain areas; • Removal, haul, and off-site disposal of existing bituminous surfacing, existing concrete pavement, existing concrete curbs and sidewalks; • Transporting,hauling, and placing on-site material; • Subgrade preparation and compaction; 0 Dust control; • Final grading and clean up. * Measurement: Measurement for Street Excavation is per cubic yard of plan quantity. Over-excavation not authorized by the Engineer, or excavation outside SPECIAL PROVISIONS—Cottonwood Road Page 61 of 77 the lines, grades, elevations, and dimensions as shown in the Drawings will not be considered. Any material removed, replaced, or wasted for the Contractor's convenience will not be considered for measurement. * Payment: Payment for the completed and accepted quantities is at the unit bid price per cubic yard of Street Excavation(Above Subgrade). 41. Imported Borrow: * General: This bid item includes imported material for embankments and compaction to construct the project to the lines and grades. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work; • Haul or other transportation required to place the imported material in embankment and stockpiles to construct the project; • Placing and compacting clean embankment material meeting minimum density specifications at the lines, grades, and elevations required; • Subgrade preparation and compaction; • Dust control; • Final grading and clean up. * Measurement: Measurement for Imported Borrow is per cubic yard of plan quantity. * Payment: Payment for the completed and accepted quantities is at the unit bid price per cubic yard of Imported Borrow. 42. Subexcavation and Replacement Below Subgrade (Imported 6"Minus): * General: This bid item is subexcavation as shown on the Drawings, disposal of unsuitable material, and replacement with imported material. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Excavation, disposal, and haul of unsuitable material below subgrade; • Foundation preparation and compaction; • Furnishing,placing, and compacting imported material; • Furnish moisture-density proctors; • Final grading and cleanup. * Measurement: Measurement is per cubic yard accepted in-place. Over- excavation not authorized by the Engineer will not be considered. * Past: Payment for the completed and accepted quantities is at the unit bid price per cubic yard. 43. Separation Geotextile: * General: This bid item includes all equipment, labor and associated work for furnishing and installing separation geotextile at the locations as shown on the Drawings or as directed by the Engineer. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Furnish and install separation geotextile fabric including all overlaps and keys as necessary. SPECIAL PROVISIONS—Cottonwood Road Page 62 of 77 * Measurement: Measurement is at the square yard in place. Required overlaps, vertical walls, keys, and excess fabric are not measured for payment. * Payment: Payment for the completed and accepted quantities is at the unit bid price per square yard for Separation Geotextile. 44. Geosynthetic: ` * General: This bid item includes all equipment, labor and associated work for furnishing and installing geosynthetic at the subexcavation locations shown on the Drawings or as directed by the Engineer. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Furnish and install geosynthetic including all overlaps and keys as necessary. * Measurement: Measurement is at the square yard in place. Required overlaps, vertical walls,keys, and excess fabric are not measured for payment. • ' * Payment: Payment for the completed and accepted quantities is at the unit bid i price per square yard for Geosynthetic. 45-46. Sub-Base Course (6" Minus), Crushed Base Course(1.5"Minus): * General: This bid item is furnishing and compacting base course material of the gradation and specifications indicated. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Excavation,crushing,screening and all other work necessary to meet material specifications; • Loading,haul or other transportation required to place the material on-site to construct the project; • Furnish moisture-density proctors; i • Placing and compacting the material to meet density specifications at the locations, depths, lines,grades and elevations required; • Furnishing and placing water for compaction and dust control. * Measurement: Measurement is per cubic yard, complete and accepted in place. * Payment: Payment for accepted quantities is at the unit bid price per cubic yard for each specified gradation. 47. Asphalt Pavement,PG 58-28: * General: This bid item includes providing and placing the bituminous surface course of specified thickness, lifts, and area. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Excavation,crushing,screening and all other work necessary to meet material specifications; • Loading,haul or other transportation required to place the material; • Place the material meeting minimum density specifications at the locations, depths, lines, grades and elevations required to construct the project; • Provide aggregate production control testing and project specific mix-design of the product; SPECIAL PROVISIONS—Cottonwood Road Page 63 of 77 • Provide all bituminous material (PG 58-28) and tack coat (between lifts), to complete the work in accordance to the mix-design and specifications; • Furnishing, loading, hauling, handling, measuring, mixing, manipulation, placing, shaping, compacting, rolling, finishing and testing of materials for the original installation; • For unsatisfactory areas, removal of newly placed pavement, furnishing, loading, hauling, handling, measuring, mixing, manipulation, placing, compacting,rolling, finishing and testing of materials; • Provide refinery certifications of the bituminous product; • Weighing each truck load of material at a certified scale prior to delivery; • Producing weight tickets for the Engineer's records for each load; • The Contractor is responsible for density testing during asphalt placement. The Owner is responsible for asphalt core testing, which is the basis of payment for asphalt pavement, per the special provisions. • Removal and disposal of any wasted bituminous materials. * Measurement: Measurement is by the tons placed of plan quantity. * Payment: Payment is at the unit bid price per ton of Asphalt Pavement in accordance with the special provision for Materials and Control Testing. 48. Asphalt Seal and Chip Coat: * General: This bid item is providing and placing bituminous material covered with aggregate over the specified area. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Surface preparation and cleaning including installing building paper to all inlets,valves,manholes, and monument boxes; • Protection of all inlets, sign posts, luminaires, signals, trees, shrubs, tops of curb and gutters from splashing bituminous material and aggregates; • Furnishing, installing, and removing "No Parking" signs along both sides of the streets; • Traffic control for seal and chip coat operations; • Provide all bituminous material, aggregate, and building paper as required to complete the work in accordance to the specifications; • Stockpiling materials; • Furnishing, loading, hauling, handling, measuring, mixing, spreading, spraying, placing, compacting, rolling, sweeping, brooming, finishing and testing of materials to the locations shown on the Drawings or as determined by the Engineer; • Provide refinery certifications of the bituminous product; • Removal and disposal of any loose or wasted aggregate and bituminous materials; • Cleaning of gutters,inlets,valves,manholes, and monument boxes. * Measurement: Measurement is by the square yard placed and accepted. * Payment: Payment is at the unit bid price per square yard of Asphalt Seal and Chip Coat. SPECIAL PROVISIONS—Cottonwood Road Page 64 of 77 I 49. Concrete Sidewalk 6"Thick(With 3"Thick Gravel Base) * General: This item includes construction of 6"thick concrete sidewalks, A.D.A. ramps, and driveway aprons. The concrete work under this bid item includes the ' 3-inch thick base course gravels. * Work Included: • All labor,tools, equipment,materials,royalties and incidentals necessary to complete the work as specified; • Excavation, shaping and compaction of underlying subgrade; • Furnish,place, shape, and compact 3"minimum thickness of sidewalk base course gravels to achieve proper sidewalk lines, grades and elevations shown on the Drawings; • Furnish,place, and strip form work; • Machine grade control for machine-placed sidewalk and any necessary subgrade compaction for adjacent surfaces supporting paving machines; • Furnish and place cast in place Portland Cement Concrete with Fibermesh reinforcement for sidewalks and A.D.A. ramps meeting the lines, grades, and thicknesses shown on the Drawings; Furnish and place all reinforcing steel,joint material, finishing, curing, coating and other materials as necessary; • Construct all connections to existing concrete sidewalks and driveways, including saw cutting, drilling reinforcing into the existing concrete; • Provide broom finish as specified; • Provide all materials and labor to perform any hot/cold weather concreting procedures. * Measurement: Measurement is per square yard of concrete placed including A.D.A. ramps and sidewalk under detectable warning panels. * Payment: Payment is at the unit bid price per square yard of concrete placed including base gravels and A.D.A. ramps. Payment will be made after the Engineer verifies the work meets A.D.A. requirements. 50. Detectable Warning Panels: * General:This item includes furnishing and installing A.D.A. Detectable Warning Panels in the concrete sidewalk ramps as shown on the Drawings. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Cast iron or ductile iron warning panels meeting the requirements shown on the Drawings. * Measurement: Measurement is per square yard in place. * Payment: Payment is at the unit bid price per square yard of warning surface installed and verified by the Engineer to meet A.D.A. requirements. 51. Concrete Curb and Gutter * General: This bid item is the installation of the various types of concrete curb and gutter to the dimensions and at the locations shown on the Drawings. * Work Included: • All labor,tools, equipment,materials, and incidentals necessary to complete the work as specified; SPECIAL PROVISIONS—Cottonwood Road Page 65 of 77 • Furnish and install all reinforcement, doweling, and supports; • Furnish and erect all forming, • Preparation of existing concrete in contact with the pour; • Furnish,place and finish concrete for all various types of curb and gutter; • Furnish and install pre-molded mastic material for expansion joints, contraction joints, and other necessary jointing; • Curing, finishing,testing concrete; • Strip and remove forming; • Provide all materials and labor for any cold/hot weather concreting. * Measurement: Measurement for Concrete Curb and Gutter is per linear foot of curb and gutter installed, measured along the top back of the curb. * Payment: Payment for Concrete Curb and Gutter is at the unit bid price per linear foot of curb and gutter placed and verified by the Engineer to meet A.D.A. requirements. Base gravels under the curb are paid separately. 52-53. Concrete Double Gutter (7"Thick)/ Concrete Apron Fillets (7"Thick): * General: These items include the installation of concrete double gutters and concrete fillets at street intersections. * Work Included: • All labor,tools, equipment,materials, and incidentals necessary to complete the work as specified; • Furnish and erect all forming • Preparing existing surfaces in contact with the pour; • Furnish and install all reinforcement; • Furnish,place, compact, install, and finish concrete; • Furnish and install jointing and bond breaker; • Curing, finishing,testing concrete; • Strip and remove forming; • Provide all materials and labor for any cold/hot weather concreting. * Measurement: Measurement is per square yard of concrete installed and accepted. * Payment: Payment is at the unit bid price per square yard of concrete double gutter and fillets installed and accepted. Base gravels under the gutters and fillets are paid separately. 54. Concrete Median Cap (4"Thick): * General: This item includes the installation of a 4" thick concrete cap in the median islands. * Work Included: • All labor,tools, equipment,materials, and incidentals necessary to complete the work as specified; • Furnish and install all reinforcement, doweling, box outs, and supports; • Furnish and erect all forming,prepare existing surfaces in contact with the pour; • Furnish,place, compact, install, and finish 4"thick concrete cap; • Furnish and install jointing and bond breaker; • Curing, finishing,testing concrete; • Strip and remove forming; SPECIAL PROVISIONS—Cottonwood Road Page 66 of 77 I • Provide all materials and labor for any cold/hot weather concreting. * Measurement: Measurement for Concrete Median Cap is per square yard of median cap installed and accepted. * Payment: Payment is at the unit bid price per square yard of Concrete Median Cap placed and accepted. Base gravels under the median cap are paid separately. 55. Concrete Stairs: * General: This item includes the installation of concrete stairs as shown in the Drawings, including base gravels. * Work Included: • All labor,tools, equipment,materials, and incidentals necessary to complete the work as specified; • Furnish and erect all forming; • Prepare existing surfaces in contact with the pour; • Furnish and install all reinforcement and base gravels; • Furnish, place, compact,install, and finish concrete; • Furnish and install jointing,bond breaker, and box outs; • Curing, finishing,testing concrete; a Strip and remove forming; • Provide all materials and labor for any cold/hot weather concreting. * Measurement: Measurement is per square foot of concrete installed and accepted. * Pam ent: Payment is at the unit bid price per square foot of concrete stairs installed and accepted. Base gravels under the stairs are included in the cost of the concrete stairs. 56. Handrail: * General: This item includes the installation of handrails on the new concrete stairs as shown on the Drawings. ` * Work Included: • All labor,tools, equipment, materials, and incidentals necessary to complete the work as specified; Furnish and erect all handrails, pickets, and rail post anchors to meet specifications; • Painting. * Measurement: Measurement is per linear foot of handrail installed and verified by the Engineer to meet specifications. * Payment:Payment is at the unit bid price per linear foot of handrails installed and verified by the Engineer to meet specifications. 57. Retaining Wall: * General: This item includes the installation of a gravity masonry block retaining wall as shown in the Drawings. * Work Included: • All labor,tools, equipment,materials, and incidentals necessary to complete I the work as specified; • Furnish and erect all components of the retaining wall including excavation, compaction, leveling pad, aggregates, drainage system,backfill, blocks, cap units,pins, and other items per manufacturer's recommendations; .• Removal and disposal of excavated material; SPECIAL PROVISIONS—Cottonwood Road Page 67 of 77 1 • Any exploratory excavation, repair work, protection, and slowdown in progress due to encountering any utility. * Measurement: Measurement is per linear foot of retaining wall installed and accepted. * Patent: Payment is at the unit bid price per linear foot of retaining wall. 58. Remove Pavement Markings: * General: This item includes the removal of existing epoxy, paint, plastic, and thermoplastic pavement markings. * Work Included: • All labor,tools, equipment, materials, and incidentals necessary to complete the work as specified; • Surface preparation and removal including sweeping, cleaning, grinding, scarifying, sand blasting, and all work necessary to remove the markings; • Remove debris and clean up. * Measurement: Measurement is per one lump sum. * Payment: Payment is at the unit bid price per lump sum of Remove Pavement Markings installed and accepted. 59. Pavement Markings: * General: This item includes furnishing and installing interim tabs and new pavement markings including thermoplastic, pre-formed plastic, epoxy, words, and symbols at the locations shown on the Drawings in a single,final application. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Pre-application surface preparation including sweeping, cleaning, grinding, and all work necessary to prepare the surface to place the markings; • Furnishing and installing new thermoplastic/pre-formed plastic and epoxy pavement markings to the color and style specified, including words and symbols; • Interim markings of tabs placed along lane lines. * Measurement: Measurement is per one lump sum. * Payment: Payment is at the unit bid price per lump sum of Pavement Markings installed and accepted. 60. Signing: * General: This item includes furnishing and installing new signs, removing signs, reusing signs, and new delineators at the locations on the Drawings. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Clearing, grubbing, stripping and salvaging topsoil, excavation, backfilling, compaction, final grading, topsoil replacement, seeding and sodding replacement, and final cleanup at signing installation sites; • Foundation excavation, furnishing and placing concrete foundations and rebar, curing foundation concrete; • Furnishing, installing, and mounting new signs, foundations, posts, breakaway devices, and mounting hardware for posts, luminaires, and over- SPECIAL PROVISIONS—Cottonwood Road Page 68 of 77 head mast arms; • Removing, salvaging, and transporting existing signs to the City shop; • Reusing signs including removing and salvaging signs, furnishing and installing a new foundation and post, and mounting hardware; • Removing and disposing of existing posts, foundations, and delineators; • Furnishing and installing new delineators; • Any exploratory excavation, protection, and slowdown in progress due to encountering any utility crossing the work. * Measurement: Measurement is per one lump sum. * Payment: Payment is at the unit bid price per lump sum for Signing completed and accepted items of work. ` 61. Hydraulic Seeding: * General: This item includes hydraulic seeding of all areas within right of way or construction permits, including mulch, compost, tackifier, fertilizer, and various seed mixes. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Preparing areas for seeding and smooth grading over construction slopes; • Furnishing and placing certified weed-free seed, fertilizer, compost, mulch, and tackifier; • Hydraulic seeding all slopes; • Coordination of seed and topsoil placement with installation or relocation of sprinkler systems and electrical systems; • Clean-up of hydraulic seeding over-spray areas. * Measurement: Measurement is per square yard installed and accepted. * Payment: Payment is at the unit bid price per square yard of Hydraulic Seeding. 62. Adjust Sprinkler System: * General: This bid item shall include the adjustment or relocation of lawn irrigation sprinkler systems in conflict with the work. * Work Included: • All labor, tools, equipment, materials, royalties and incidentals necessary to i complete the work as specified; • Coordination with the irrigation system owner; • Temporarily shutting down water flow to complete the work; • Identify and expose all fixtures and subsurface components to be adjusted and ` relocated; • Excavation and trenching; i • Removing,relocating, or adjusting sprinkler irrigation system components; • Supplying and installing new heads, components, mains and laterals; • Backfilling and finished grading at areas of work; • Hydraulic seeding at sprinkler installation sites; • Leak testing and final operational adjustments to provide adequate head-to-head irrigation coverage; • Extending systems to the new boulevards and 4" PVC Schedule 40 pipes for sleeves under the sidewalks; SPECIAL PROVISIONS—Cottonwood Road Page 69 of 77 • Remove and dispose of all materials removed that are not to be salvaged. * Measurement: Measurement shall be per each Adjust Sprinkler System for approximately one system per impacted parcel/owner. * Payment: Payment for the completed and accepted quantities is at the unit bid price per each Adjust Sprinkler System. 63-64. 4" & 6"PVC Pipe Irrigation Sleeves: * General: This bid item shall include furnishing and installing new irrigation sleeves of the material and dimensions specified for areas where irrigation systems will be installed in the future by others or as requested by landowners. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Trench excavation,borings as necessary under existing asphalt and concrete, clearing and grubbing,topsoil stripping and replacement; • Bedding,backfill and compaction; • Furnish and install all pipe, end caps, concrete stamping, and markers; • Any repair work, protection, and slowdown in progress due to making the connection or encountering a utility which crosses the mains; • Removal and disposal of any excess material and cleanup. * Measurement: Measurement for new pipe is by the linear foot of various diameter and type of new pipe installed. * Payment: Payment is at the unit bid price per linear foot of each size and type of new pipe installed and approved. 65. Monument Box: * General: This item includes furnishing and installing monument boxes using a Professional Land Surveyor, at the locations shown on the Drawings. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Furnish and install monument box; • Setting and marking the monument point dictated by monument records by a State of Montana Professional Land Surveyor; • Completing and filing Corner Recordations. * Measurement: Measurement is per each monument box. * Pavment: Payment is at the unit bid price per each Monument Box installed. 66. Property Pin: * General: This item includes installing new property pins using a Professional Land Surveyor licensed in Montana. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Furnish and install property pins by a State of Montana Professional Land Surveyor; • Completing and filing Corner Recordations. * Measurement: Measurement is per each accepted and installed property pin. * Pavment: Payment is at the unit bid price per each Property Pin. SPECIAL PROVISIONS—Cottonwood Road Page 70 of 77 67. Buried Electrical (Concrete Foundations Conduits, Pull Boxes, Borings, Cables, Wires, Conductors): * General: This item includes furnishing and installing buried electrical items for ' the corridor lighting and traffic signals, at the locations shown on the drawings. This item includes concrete for foundations,conduits,composite type pull boxes, copper cable of various sizes, copper conductors of various sizes, jack or directional boring, trench excavation, trench backfill including flowable fill, compaction, re-vegetation, and clean-up. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Clearing, grubbing, strip and salvage topsoil, saw cutting,trench excavation, trench shoring, backfilling, flowable fill for crossings and backfill, trench patching with replacement of asphalt,gravels or concrete along the trenching, final grading, topsoil replacement, hydraulic seeding and sodding replacement, and final cleanup; • Furnishing and installing conduits of the material type and size shown on the Drawings, including caps, markers, elbows, and fittings as necessary; • Jacked and directional borings; • Foundation excavation, sono-tube, furnishing and placing foundation concrete and reinforcing, curing; • Furnishing and installing composite pull boxes and lids of the type and size shown on the Drawings with concrete collar, and including foundation soils preparation and compaction, and connection of conduits; i, • Furnishing and installing wiring, cables, and conductors of the size and type shown on the Drawings; • Connections to existing and new electrical facilities. * Measurement: Measurement is per one lump sum. * Patent: Payment is at the unit bid price per lump sum of Buried Electrical installed and accepted. i 68. Emergency Preemption System: * General: This item includes furnishing and installing the emergency preemption system at the Babcock intersection as shown on the Drawings. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Furnish,install,wire,test,and adjust new emergency preemption system,and include all appurtenances for a complete and working system; • Coordination with manufacturer representative as necessary. * Measurement: Measurement is per each emergency preemption system. * Payment: Payment is at the unit bid price per each Emergency Preemption System installed and accepted for a complete and working system. 69. Radar Detection System: * General: This item includes furnishing and installing the radar detection system at the Babcock intersection as shown on the Drawings. * Work Included: SPECIAL PROVISIONS—Cottonwood Road Page 71 of 77 • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Furnish,install,wire,test,and adjust new radar detection system, and include all appurtenances for a complete and working system; • Coordination with manufacturer representative as necessary. * Measurement: Measurement is per each radar detection system. * Payment: Payment is at the unit bid price per each Radar Detection System installed and accepted for a complete and working system. 70-71. Colored Luminaire Standard: * General: These items are furnishing and installing street lighting luminaires to the dimensions and with the mast arm lengths as shown on the Drawings. * Work Included: • All labor,tools, equipment, materials, and incidentals necessary to complete the work as specified; • Shop drawings and structural calculations for approval; • Furnish and install street luminaire, mast arm, wiring, connections, grounding, mounting hardware, accessories, and all appurtenances for a complete and working street lighting system; • Factory paint or powder coating. * Measurement: Measurement is per each colored luminaire. * Patent: Payment is at the unit bid price per each Colored Luminaire Standard installed and accepted. 72. Colored LED Assembly (Signal and Luminaire): * General: This item includes furnishing and installing signal and luminaire mounted colored Cobra LED assemblies, at the locations on the Drawings. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work; • Furnish and install LED assembly,wiring, connections, grounding,mounting hardware, accessories, and all appurtenances for a complete and working lighting system; • Factory paint or powder coating. * Measurement: Measurement is per each LED assembly. * Payment: Payment is at the unit bid price per each Colored LED Assembly installed and accepted. 73. Service Assembly (30 AMP and 60 AMP): * General: This item includes new service assemblies for the signal and street lighting, of the type and at the locations shown on the drawings. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Furnish, install, and wire the new service assemblies including all appurtenances and connections for a complete and working service; • Power connection and coordination with Northwestern Energy; • Furnish and install new photo electric controls; • Furnish and install NEMA Type 3R cabinets with a hinged lockable door, SPECIAL PROVISIONS—Cottonwood Road Page 72 of 77 terminal strip,wiring and connections; • Any exploratory excavation, repair work, protection, flowable fill, and slowdown in progress due to encountering any utility crossing the service; * Measurement: Measurement is per each type of new assembly. * Payment: Payment is at the unit bid price per each type of Service Assembly installed and accepted. 74-75. Signal Indication(Traffic and Pedestrian): * General: This item includes furnishing and installing new traffic and pedestrian signal indications to the type and at the locations on the Drawings. * Work Included: ' 0 All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Furnishing and installing new traffic signal indications with yellow back plates to the type shown on the drawings including LED optical units, signal housing,mounting brackets, and all appurtenances for a working system; • Furnishing and installing new pedestrian signal indications to the type shown on the drawings including LED optical units, signal housing, mounting brackets, and all appurtenances for a working system. * Measurement: Measurement is per each signal indication. * Pa. ment: Payment is at the unit bid price per each Signal Indication installed and accepted. 76. Controller, Cabinet, and Concrete Pedestal: * General: This item includes furnishing and installing the new controller, cabinet, and concrete foundation pedestal, at the location on the Drawings. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Furnishing and installing new cabinet foundation pedestal including concrete and reinforcing; • Clearing,grubbing,stripping topsoil,excavation,preparation and compaction j of subsurface soils and foundation gravels, form work, concrete and reinforcement, and curing; • Furnishing, installing, wiring, and testing the controller system and all appurtenances as necessary for a complete and working system; • Coordination with Montana Department of Transportation, City of Bozeman, and manufacturer as necessary; • Any exploratory excavation, repair work, protection, flowable fill, and slowdown in progress due to encountering any utility crossing. * Measurement: Measurement is per each controller system. * Payment: Payment is at the unit bid price per each Controller, Cabinet, and i Concrete Pedestal system installed and accepted. 77-80. Colored Signal Standard (Traffic &Pedestrian): * General: This item includes furnishing and installing traffic and pedestrian signal standards,to the type and at the locations shown on the Drawings. * Work Included: a All labor,tools, equipment, materials, and incidentals necessary to complete SPECIAL PROVISIONS—Cottonwood Road Page 73 of 77 the work as specified; • Shop drawings and structural calculations for approval; • Furnish, install, and wire new traffic signal standards MDT Types 2 & 3 and pedestrian signal standards MDT Type 1; • Rain tight metal covers, bases, wiring, mounting, anchor bolts, hardware, accessories, and all appurtenances for a complete and working system; • Factory paint or powder coating; • Any exploratory excavation, repair work, protection, flowable fill, and slowdown in progress due to encountering any utility crossing. * Measurement: Measurement is per each colored signal standard. * Payment: Payment is at the unit bid price per each Colored Signal Standard, for traffic and pedestrian types, installed and accepted. 81. Remove and Reset Signal: * General: This item includes removing and resetting existing signal components at the Durston and Cottonwood intersection, as shown on the Drawings. New items of work at the intersection are paid separately as Buried Electrical(new pull boxes, conduit,wires, and concrete foundations) and as other electrical bid items of work. * Work Included: • All labor,tools, equipment, materials, and incidentals necessary to complete the work as specified as shown on the drawings; • Excavation, removal, disposal, backfill, and re-grading of removed various electrical items; • Demolition of existing signal pole foundations to be abandoned; • Removing three existing traffic signal poles from existing foundations and resetting to new foundations with new anchor bolts and connections; • Removing and resetting two existing signal pole mounted luminaires to the reset signal pole mast arms,including all connections and rotating luminaires to the directions shown on the Drawings; • Removing and resetting traffic and pedestrian signal indications, housings, push buttons, and connections; • Removing and resetting existing radar detection and emergency preemption systems and detectors, including connections for working systems; • Furnishing and installing wiring and conduits to match existing material type and size as necessary for a working system, including caps,markers, elbows, fittings, connections to existing,rewiring as necessary; • Coordination with the City of Bozeman and manufacturer representatives for new and existing signal components to be reused and reset; • Clearing, grubbing, stripping and salvaging topsoil, saw cutting, trench excavation, trench shoring, backfilling, flowable fill for crossings and backfill, trench patching with replacement of asphalt, gravels or concrete along the trenching, final grading, topsoil replacement, seeding and sodding replacement, and final cleanup; • Any exploratory excavation, repair work, protection, flowable fill, and slowdown in progress due to encountering any utility crossing the work. * Measurement: Measurement is per one lump sum. SPECIAL PROVISIONS—Cottonwood Road Page 74 of 77 * Patent: Payment is at the unit bid price per lump sum of Remove and Reset Signal installed and accepted for a complete and working traffic signal system. 82. Push Button/Pedestrian- Tactile: * General: This item includes furnishing and installing tactile pedestrian push button systems,to the type and at the locations shown on the Drawings. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Furnish, install, program, and wire new tactile and audible with voice messaging pedestrian push buttons meeting ADA requirements including housing,housing back plate to fit the pole curvature, saddles when necessary, mounting, and all appurtenances for a complete system. * Measurement: Measurement is per each pedestrian push button. * Patent: Payment is at the unit bid price per each Push Button/Pedestrian — Tactile installed and accepted for a complete and working system. Push button i signs are included in the lump sum Signing bid item. 83. Broadband Antenna: * General: This item includes furnishing and installing new broadband antenna at the location shown on the Drawings. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete 0 the work as specified; • Furnish,install, and wire new broadband antenna including all appurtenances for a complete and working system. * Measurement: Measurement is per each antenna. ' * Payment: Payment is at the unit bid price per each Broadband Antenna installed and accepted for a complete and working system. i 84. Remove and Salvage Luminaire,Miscellaneous Electrical: * General: This item includes removing and salvaging the existing signal pole luminaire and upper shaft section at the Durston and Cottonwood intersection, as shown on the Drawings. This item also includes removing, adjusting, and re- connecting existing electrical lighting and signal systems. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified as shown on the drawings; • Removing, one existing traffic signal pole upper shaft section and Iuminaire l mast arm and light assembly from the existing lower shaft section; • Salvaging,transport, and delivery; • Coordination with the City of Bozeman for delivery; • Remove, adjust, and reconnect existing electrical systems impacted by the project work to provide a complete and working system. * Measurement: Measurement is per one lump sum. * Paent: Payment is at the unit bid price per lump sum. 85. Rip Rap—Class 1 Random: * General: This bid item shall include all equipment, labor and associated work for furnishing and placing rip rap meeting Contract specifications. SPECIAL PROVISIONS—Cottonwood Road Page 75 of 77 * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Furnishing and installing rip rap stones meeting specifications; • Keying the rip rap ends into embankment slopes; • Manipulating stones to provide a uniform surface and stable mass. * Measurement: Measurement for Rip Rap is per cubic yard in place. * PUment: Payment is at the unit bid price per cubic yard for accepted quantities. 86. Miscellaneous Work: * General: This bid item includes any minor work or materials on the project not covered by the other bid items. * Work Included: Miscellaneous Work items will be determined by the Engineer. The Contract measurement is by the Unit. * Measurement &Payment: Measurement and Payment will be determined by the . Engineer based on time and materials. 87. Temporary Water Supply: * General: This bid item shall include temporary water service to all connections interrupted by the construction of the project. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified including conducting testing,disinfection and repairs as required; • Shop drawings and temporary water plan coordination; • Exploratory excavations; • Saw cutting,trench excavation,bedding,backfill, including clearing and grubbing, topsoil stripping and replacement, dewatering, trench support by shoring, and gradation and compaction tests; • Furnish and install all temporary piping, valves, backflow preventers, connections, and other incidentals; • Any repair work, protection, and slowdown in progress due to making the connection or encountering a utility which crosses the water line; • Testing, cleaning and disinfection; • Removal,reconnections, clean up. * Measurement: Measurement is per lump sum. * Payment: Payment is at the lump sum unit bid price for Temporary Water Supply completed and accepted for a working system. 88. Adjust Vault: * General: This bid item shall include all equipment, labor and associated work to adjust private utility vaults to finished grade. This work also includes furnishing and installing A.D.A. compliant lids when vaults are in new sidewalk. * Work Included: • All labor, tools, equipment,materials, and incidentals necessary to complete the work as specified; • Coordinating work with utility owner; • Saw cutting, excavation, compaction and backfill; • Furnishing and installing A.D.A. compliant lids when specified; SPECIAL PROVISIONS—Cottonwood Road Page 76 of 77 • Adjusting and sloping vaults to finished elevation; • Making final adjustments before concrete surfacing and final grading; • Temporary adjustments; • Removal and disposal of unsuitable materials replaced by the work. * Measurement: Measurement for Adjust Vault is per each. * Payment: Payment for the completed and accepted quantities is at the unit bid price per each Adjust Vault. 89. Irrigation Well: * General: This bid item shall include furnishing, drilling, permitting, and installing the non-potable exempt irrigation well as shown on the Drawings. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • All permits, coordination, and compliance inspections required for the work; • Staking as necessary; • Utility locates and potholing of existing utilities as necessary; • Traffic control for well work zone; • Supply all submittals and shop drawings of the irrigation well for the Engineer's approval; • Clearing and grubbing, topsoil salvage and reuse as necessary; • All items necessary to deal with discharge water including erosion control and discharge permits; • Drill well by a licensed well driller in accordance with applicable laws and as detailed in the contract; • Furnish and install casing, grout, and other items as specified and as required; • Testing and final operational adjustments; • Provide drilling samples as specified; • Provide required well development and disinfection; • Provide required well yield testing, including any necessary permitting, or coordination for disposal of discharged water; • Supply and submit records of installation, well log information, and DNRC forms; • Bedding,backfilling, compaction, and finished grading at areas of work; • Remove and dispose of all materials removed that are not to be salvaged. * Measurement: Measurement is per one lump sum. * Payment: Payment for the completed and accepted quantities will be at the lump sum unit bid price for Irrigation Well. SPECIAL PROVISIONS—Cottonwood Road Page 77 of 77 Intentionally Left Blank ) ) ) ) ) SECTION 7. ) TECHNICAL SPECIFICATIONS ) C� f ice.max, r� 1 . l_ CITY OF BOZEMAN MODIFICATIONS TO I ' f MONTANA PUBLIC WORKS STANDARD SPECIFICATIONS - SIXTH EDITION r PREPARED BY CITY OF BOZEMAN ENGINEERING DEPARTMENT i Approved March 31, 2011 C L Authorized by Ordinance No. 1611, April 5, 2004 Including Addendum No. 1 Approved 8/26/13 Including Addendum No. 2 Approved 4/20/15 Including Addendum No. 3 Approved 8/1/2017 L� . Intentionally Left Blank i FOREWORD Because the City of Bozeman has unique requirements which are not addressed in the "Montana Public Works Standard Specifications"(MPWSS),Sixth Edition,April,2010,the "City ofBozeman Modifications To Montana Public Works Standard Specifications"was created. This document addresses those specific requirements which the City of Bozeman has pertaining to Public Works projects which are not addressed in the MPWSS. All Public Works projects for the City of Bozeman shall be done in accordance with MPWSS and City of Bozeman Modifications to MPWSS. Where a City of Bozeman modification to MPWSS does not exist for a particular Section of MPWSS it shall be assumed the work is to be completed in accordance with the appropriate MPWSS Section. When a City of Bozeman modification to the MPWSS does exist the requirements of that modification supersede the related MPWSS requirement. The same holds true for City of Bozeman Standard Drawings; however, there are some City of Bozeman Standard Drawings which do not replace or supersede the MPWSS Standard Drawing but are additional drawings created specifically for the City of Bozeman. Each Section of the MPWSS that has been modified is listed in the Table of Contents of the "City of Bozeman Modifications To Montana Public Works Standard Specifications." The entire Section from the MPWSS has not been rewritten for these modifications. Instead, modifications are indicated for a specific subsection, paragraph, sentence or drawing. Appendix A of these modifications contains a list of MPWSS Standard Drawings followed by "Deleted", "Replaced", or "Active". "Deleted" indicates that the drawing is not to be used. "Replaced" indicates that the drawing has been replaced by a City of Bozeman Standard Drawing and"Active"means that the drawing is useable as shown in MPWSS. Appendix B contains a list of City of Bozeman Standard Drawings. It is the intent of the City of Bozeman to revise this document on an as-needed basis. Written comments on the "City of Bozeman Modifications To Montana Public Works Standard Specifications"maybe submitted to the City Engineer. A form for submitting suggested changes can be found in Appendix E. Additional copies of the City of Bozeman Modifications to Montana Public Works Standard Specifications may be obtained from the office of the City Engineer located at 20 E. Olive Street in Bozeman, Montana. COBMODS 6°Edition Page 1 of 1 FOREWARD Intentionally Left Blank TABLE OF CONTENTS BIDDING REQUIREMENTS CONTRACT FORMS AND CONDITIONS OF THE CONTRACT Instructions To Bidders Form Special Provisions DIVISION 1 - GENERAL REQUIREMENTS Section 01500 Construction and Temporary Facilities Section 01570 Construction Traffic Control Section 01580 Temporary Water Supply Section 01700 Contract Closeout DIVISION 2— SITEWORK Section 02112 Removal of Existing Pavement,Concrete Curb,Sidewalk,Driveway and/or Structures Section 02113 Adjusting Existing Manholes, Lampholes, Inlets, Water Valve Boxes, Water Services And Fire Hydrants To Grade Section 02221 Trench Excavation And Backfill For Pipelines And Appurtenant Structures Section 02234 Sub Base Course Section 02235 Crushed Base Course Section 02502 Asphalt Prime And/Or Tack Coat Section 02504 Asphalt Seal Coat Section 02510 Asphalt Concrete Pavement Section 02528 Concrete Curb And Gutter Section 02529 Concrete Sidewalks, Driveways, Approaches, Curb Turn Fillets, Valley Gutters And Miscellaneous New Concrete Construction Section 02581 Pavement Markings and Markers Section 02582 Reflective Thermoplastic Pavement Markings Section 02660 Water Distribution System Section 02720 Storm Drain Systems Section 02730 Sanitary Sewer Collection Systems Section 09810 Street Signs APPENDIX A Listing of Status of MPWSS Standard Drawings APPENDIX B Listing of City of Bozeman Standard Drawings APPENDIX C Standard Drawings for City of Bozeman Modifications to MPWSS Sixth Edition APPENDIX D City of Bozeman Approved List of Copper Connectors COBMODS 6`h Edition Page r of r TABLE OF CONTENTS • • • • • i • • • • • • • s • • • • • • • 1 1 INSTRUCTIONS TO BIDDERS Any contract documents for which the City of Bozeman acts as the contracting agent,(i.e., signatory to the contract), shall include the following additions or changes to the Montana Public Works Standard Specifications. BID QUANTITIES Bidders must satisfy themselves by personal examination of the locations of the proposed work and by such other means as they may prefer as to the correctness of any quantities. The estimated unit quantities of the various classes of work to be done under this contract are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. The Contractor agrees that, during progress of the work, the Owner may find it advisable to omit portions of the work, to increase or decrease the quantities as may be deemed necessary or desirable,that the actual amount of work to be done and materials to be furnished may differ from the estimated quantities, and that the basis for payment under this contract shall be the actual amount of work done and the materials furnished. The Contractor agrees that he will make no claim for damages, anticipated profits or otherwise on account of any difference which may be found between quantities of work actually done and the estimated quantities. BID REQUIREMENTS The Bidder is expected to base his bid on materials and equipment complying fully with the plans and specifications and, in the event he names in his bid materials or equipment which do not conform,he will be responsible for furnishing materials and equipment which fully conform at no change in his bid price. 1 Before submitting a propo,, d, each Contractor should read the complete Contract Documents (including all addenda),spe ..1cations and plans,including all related documents contained herein, all of which contain prov '-)ns applicable not only to the successful Bidder, but also to his subcontractors. EXAMINATION Exam ate documents and conditions at existing site carefully. No extra payments will be given . conditions which can be determined by examining documents and existing conditions. i QUESTIONS Submit to Engineer. Replies will be issued to Bidders of record as addenda. Engineer and Owner shall not provide nor be responsible for any oral clarification. j PROPOSAL I. The Bidder shall submit his proposal on the forms bound in these Contract Documents. Neither the proposal nor any other pages bound herein or attached hereto shall be detached. COBMODS 6"Edition Page I of 3 INSTRUCTION TO BIDDERS 2. Proposals shall be in a sealed envelope and addressed to: Clerk of Commission City Hall 121 N. Rouse Avenue P.O. Box 1230 Bozeman, MT 59771-1230 The envelope shall also contain the following information: a. Name of Project b. Name of Contractor C. Montana Certificate of Contractor Registration Number e. Acknowledge Receipt of Addendum No.:_,_,_, f. In the lower left-hand corner of the envelope print of type: BID DOCUMENTS - DO NOT OPEN UNTIL 2:00 P.M., on , 201_. 3. Proposals shall be made in accordance with the following instructions: a. Submit one copy of the complete bound documents in an opaque sealed envelope. DO NOT REMOVE THE PROPOSAL NOR ANY OTHER PAGES FROM THE BOUND CONTRACT DOCUMENT. b. Bids shall be made in ink upon the unaltered Bid Proposal Form supplied with these documents. C. All blank spaces must be properly filled. d. The total bid price must be stated in both writing and in figures. In case of a discrepancy between unit price and total bid price, the unit prices or lump sum prices shall be used in computing the total bid price. e. The proposal form shall contain no addition, conditions, stipulations, erasures, or other irregularities. f. The proposal must acknowledge receipt of all addenda issued. g. The proposal must be signed in ink and display the Bidder's name, address, and correct Montana Contractor's Registration Number. SIGNING OF BIDS a. Bids which are not signed by individuals making them shall have attached thereto a Power of Attorney evidencing authority to sign the bid in the name of the person for whom it is signed. b. Bids which are signed for a co-partnership shall be signed by all of the co-partners or by any attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the bid a Power of Attorney evidencing authority to sign the bid. COBMODS 6'h Edition Page 2 of 3 INSTRUCTION TO BIDDERS n C. Bids which are signed for a corporation shall have the correct corporate name thereof signed in handwriting or in typewriting and the signature of the president or other authorized officer of the corporation shall be manually written below the written or typewritten corporate name following the work: By: Corporate Seal: Title: I d. If bids are signed for any other legal entity, the authority of the person signing for such legal entity should be attached to the bid. TELEGRAPHIC MODIFICATION Any Bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids. The telegraphic communication shall not reveal the bid price, but shall only provide the addition or subtraction from the original proposal. Telegraphic proposal modifications must be verified by letter. This written confirmation shall be received no later than three (3) working days following the bid opening or no consideration will be given to the telegraphic modification. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT The successful Bidder, upon his failure or refusal to execute and deliver the contract and bonds required within ten(10) days after he has received notice of the acceptance of his bid, shall forfeit to the Owner as liquidated damages for such failure or refusal, the security deposited with his bid, as provided in 18-1-204 Montana Code Annotated. GROSS RECEIPTS WITHHOLDING In accordance with Section 15-50-206, Montana Code Annotated,the City of Bozeman must withhold one percent(1%)of incremental payments due the 1 Contractor for remittance to the Department of Revenue for any contracts greater than$5,000.00. I CITY OF BOZEMAN BUSINESS LICENSE All Contractors conducting work within the City of Bozeman are required to have a current Business License. Applications for Business Licenses may be obtained at City Hall, 121 N. Rouse Avenue, Bozeman,Montana. 1 COBMODS 611 Edition Page 3 of 3 INSTRUCTION TO BIDDERS Intentionally Left Blank SPECIAL PROVISIONS Any contract documents for which the City of Bozeman acts as the contracting agent,(i.e.,signatory to the contract), shall include the following additions or changes to the Montana Public Works Standard Specifications. 1. GENERAL All work shall be performed in accordance with applicable sections of the Montana Public Works Standard Specifications,Fourth Edition(MPWSS-6th),published April,2010,including all addenda, which by this reference are hereby included as part of this specification as modified herein by the City of Bozeman. All correspondence and official authorization concerning the work shall be with the City Engineer or his designated representatives as identified at the preconstruction meeting. Any changes in the work or schedule not authorized by the above shall be deemed as unauthorized and shall be done at Contractor's risk at no cost to the Owner. All damages,reparations,and costs thus incurred during the progress of such unauthorized work shall be borne exclusively by the Contractor. 1 2. AWARD OF CONTRACT The award of the contract,if awarded,will be made within the period specified in the Invitation to Bid to the lowest responsible Bidder whose bid complies with all the requirements prescribed herein. The successful Bidder will be notified by letter,mailed to the address shown on the bid,that his bid j has been accepted and that he has been awarded a contract. The bid schedules may be awarded as a single total combined contract,may be awarded singly as separate contracts,or in any combination ■ of schedules which result in the lowest project cost to the Owner. 3. TIME OF COMMENCEMENT AND COMPLETION DATE The beginning of the contract time shall be stated in a written NOTICE TO PROCEED written by the City Engineer to the Contractor. In establishing the date when contract time begins,the Engineer will consider that the contract time begins following delivery of the NOTICE TO PROCEED. The j contract time will expire automatically the number of calendar days stated as contract time,except as the contract time may be extended by change order. A Notice to Proceed may be given at any time within thirty days after the Effective Date of the Agreement. In no event will the Contract Time commence to run later than the seventy-fifth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 4. LIQUIDATED DAMAGES Subject to the provisions of the contract documents, the Owner shall be entitled to liquidated damages for failure of the Bidder to complete the work within the specified contract time. The Bidder agrees to pay liquidated damages for compensation to the Owner for expenses incurred by the Owner during the contract time overrun. COBMODS 6'Edition Page I of 6 SPECIAL PROVISIONS As compensation for expenses incurred, the Contractor shall be assessed a liquidated damage of $200.00 per calendar day for each day that the work remains uncompleted beyond the contract period. Liquidated damages shall be paid by deduction from monthly progress payments and the final payment. 5. COST LIMITATIONS The Owner reserves the right to eliminate or reduce certain proposal items from the project following the bid opening to make the project financially feasible with the limitations of the funds allocated for this project. The determination of which items shall be eliminated shall be the responsibility of the Owner. 6. NAMES,PRODUCTS AND SUBSTITUTIONS Where products or materials are specified by manufacturer,trade name, or brand,such designations are intended to indicate the required quality, type, utility, and finish. Requests for proposed substitution shall include complete specifications and descriptive data to prove the equality of proposed substitutions. Substitutions shall not be made without the written approval of the Owner. No substitutions will be considered until after contract award. 7. APPROVAL OF EQUIPMENT AND MATERIAL The Contractor shall furnish to the Owner or its Engineer for approval the name of the manufacturer of machinery, mechanical and other equipment and materials which he contemplates using in execution of the work,together with the performance capacities and such other information which may be pertinent or required by the Owner. 8. BIDDER'S QUALIFICATIONS The Contractor shall show evidence that he has the finances,organization,and equipment to perform the work with a limited number of subcontractors. The Contractor will be required to have a full- time resident General Superintendent on the job at all times while the work is in progress. He shall be in a position to direct the work and make decisions either directly or through immediate contact with his superior. Absence or incompetence of the Superintendent shall be reason for the Owner to stop all work on the project. 9. WARRANTY If, within two years after acceptance of the work by the Owner, any of the work is found to be defective or not in accordance with the Contract Documents, and upon written notice form the Owner, the Contractor shall correct any work beginning within seven (7) calendar days of said written notice. Should the Contractor fail to respond to the written notice within the designated time,the Owner may correct the work at the expense of the Contractor. COBMODS 6"Edition Page 2 of 6 SPECIAL PROVISIONS i 10. SCHEDULING } Prior to or at the PRECONSTRUCTION CONFERENCE, the Contractor shall provide the City Engineer the following schedules: A. A practicable CONSTRUCTION PROGRESS SCHEDULE showing the order, timing,and progress in which the Contractor proposes to prosecute the work. This schedule shall be ? in bar graph,CPM or PERT format. The schedule shall be updated and re-submitted as necessary to reflect project changes. B. A PAYMENT SCHEDULE showing the anticipated amount of each monthly payment that will become due the Contractor in accordance with the Construction Progress Schedule. 11. PRECONSTRUCTION CONFERENCE After the contract(s) have been awarded, but before the start of construction, a preconstruction conference will be held at the site of the project for the purpose of discussing requirements on such matters as project supervision,on-site inspection,progress schedules and reports,payrolls,payment to contractors,contract change orders,insurance,safety,and any other items pertinent to the project. The Contractor shall arrange to have all supervisory personnel and a representative from each of the affected utility companies connected with the project on hand to meet with a representative of the Owner to discuss the project and any problems anticipated. 12. SHOP AND FABRICATION DRAWINGS The Contractor shall prepare and submit fabrication drawings, design mix information, material testing compliance data, and other data in accordance with the General Conditions. Following review,the Contractor shall resubmit copies of any drawings which required revision or correction. Any review by the Owner will not relieve the Contractor from responsibility for errors or omissions, inadequate design performance requirements, schedule requirements, and proper operation of any item required under the Contract. Not withstanding any such review,Contractor shall remain solely responsible for full and complete performance in accordance with the terms,conditions,provisions, drawings and specifications set forth in the Contract Documents. 13. UNDERGROUND UTILITIES The Contractor shall be responsible for checking with the Owners of the underground utilities such as the City, County,power and telephone companies, etc., as to the location of their underground installations in the project area. The Contractor shall be solely responsible for any damage done to these installations due to failure to locate them or to properly protect them when their location is known. It shall be solely the responsibility of the Contractor to fully coordinate his work with the agencies and to keep them informed of his construction activities so that these vital installations are fully protected at all times. L COBMODS 6'Edition Page 3 of 6 SPECIAL PROVISIONS J A Montana One-Call system(1-800-424-5555) has been established to facilitate requests for underground facility location information. The Contractor is cautioned that all utilities may not be on this system. 14. EASEMENTS, RIGHTS-OF-WAY, ADJOINING PROPERTY The Contractor shall contain all of his construction operations within the easements and rights-of- way unless written approval is secured from the Owner of the adjoining property or written approval is given by the Owner to utilize the adjacent land area. 15. TRAFFIC CONTROL A. GENERAL The Contractor shall at all times conduct his operations so that there is a minimum interruption in the use of City streets affected by the work. Exact procedures in this respect shall be established in advance of construction with the City Engineer. Barricade function, design and construction shall conform to the latest edition of the Manual on Uniform Traffic Control Devices and the Standard Specifications for Road and Bridge Construction of the State Highway Commission of Montana, latest edition. Should construction of the project require the closure of any streets, roads or highways or require night-time or long-term traffic control, the Contractor shall be required to prepare a detailed TRAFFIC CONTROL PLAN to address the methods and means of controlling traffic under the specific conditions. In regards to closures,the plan shall include specific details on traffic detours and estimated duration of the closures. Details of signing, barricades, flagging and other traffic control devices shall be included, and the TRAFFIC CONTROL PLAN shall be approved by the City Engineer or his designated representative prior to construction. B. TRAFFIC ACCES S Construction work shall be programmed by the Contractor so that local traffic will have continuous access within one block of any given property. It shall be the responsibility of the Contractor to notify all residents in the area of programmed work of street closures,parking requirements and restriction,and any other conditions,a minimum of twenty-four (24)hours prior to beginning work within the affected area. All signing,barricades,and other traffic control measures shall be provided by the Contractor. C. WARNING SIGNALS All streets,roads,highways and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed, mounted or affixed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations within the construction area shall be provided with suitable barriers,signs and lights to the extent that adequate public protection is provided. All abrupt grade changes greater than one inch which traffic is required to pass over,and obstructions,including but not limited to material stockpiles and equipment, shall be similarly protected. All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sundown to sunrise. COBMODS 6"Edition Page 4 of 6 SPECIAL PROVISIONS 1 • 16. DISPOSAL EROSION WATER POLLUTION, AND SILTATION CONTROL The Contractor is responsible for proper disposal of all waste soils and materials unless otherwise directed herein. Where waste materials are disposed on private property not owned by the Contractor, evidence of property owner's written permission shall be obtained and provided to the Owner. Contractor shall comply with all local, state,and federal laws and regulations pertaining to erosion control, fill in wet lands, and floodplains. The Contractor shall dispose of all refuse and discarded material in an approved location. + The Contractor shall exercise every reasonable precaution throughout the life of the project to prevent pollution or siltation of rivers, streams or impoundments. Pollutants such as chemicals, fuels, lubricants, bitumens, raw sewage, and other harmful wastes shall not be discharged into or alongside of rivers,streams,impoundments or into natural or manmade channels leading thereto. In addition, the Contractor shall conduct and schedule his operations to avoid muddying or silting of rivers, streams or impoundments. The Contractor shall meet the requirements of the applicable regulations of the Department of Fish,Wildlife and Parks,Department of Environmental Quality and other State or Federal regulations relating to the prevention or abatement of water pollution and siltation. The Contractor's specific attention is directed to the Montana Water Pollution Control Act and the Montana Stream Preservation Act. The Contractor shall be responsible for obtaining any required discharge permits associated with erosion control and groundwater dewatering operations. ' Contractor's responsibility shall include all cleanup,restoration,etc., of any detention or discharge areas. 17. PROTECTION OF EXISTING PAVEMENT All equipment shall be fitted with pads on the outriggers and other accessories as necessary to prevent damage to existing pavement during the course of the project. Any damages to pavement shall be corrected by the Contractor, at his expense;in a manner directed by the Engineer. 18. OPERATION OF EXISTING AND NEW VALVES All existing City of Bozeman water main valves shall be operated by authorized personnel of the City of Bozeman only. The Contractor shall not operate any existing valves without the written consent of the City of Bozeman. When new or existing valves are used to take water from the City of Bozeman water distribution system,they shall be operated by City of Bozeman personnel only. 19. SALVAGEABLE ITEMS Any items removed from the existing system under the terms of this contract shall remain the property of the City of Bozeman and shall be delivered to a site specified by the City of Bozeman. Should the City of Bozeman choose not to accept any salvageable items, then the Contractor shall dispose of those items at his expense at a site or landfill acceptable to the Engineer. Any costs for the above work shall be at the Contractor's expense. COBMODS 6"Edition Page 5 of 6 SPECIAL PROVISIONS 20. ACCESS TO RECORDS The Contractor shall allow access to any books, documents, papers or records which are directly pertinent to this Contract by the Owner, State or Federal agencies, or any of their duly authorized representatives for the purpose of making an audit, examination, excerpts or transcriptions. 21. INSURANCE Insurance coverages required under this contract shall extend, at a minimum, to the end of the contract time. COBMODS 61°Edition Page 6 of 6 SPECIAL PROVISIONS SECTION 01500 CONSTRUCTION AND TEMPORARY FACILITIES 1.4 Revise this section as follows: Be responsible for dust and vehicle off-tracking control, providing all equipment and personnel for the work.Furnish Engineer name(s)and telephone number(s) of the person(s) responsible for dust and vehicle off-tracking control during evenings and weekends.If the person cannot be contacted,Owner or City of Bozeman may, at Contractor expense, perform the work or contract the work out. Assure all storm water pollution prevention permits are approved, and any required erosion control devices are in place before beginning any land disturbance. } 1 1 i i i COBMODS Oh Edition Page 1 of 1 SECTION 01500 Addendum 3 Intentionally Left Blank SECTION 01570 CONSTRUCTION TRAFFIC CONTROL 1.3 NOTIFICATIONS Add the following: D. Notify police department,fire department,ambulance services,and bus companies of any planned street closures a minimum of 24 hours before closing any street. Add the following section: 1.4 STANDARD DRAWINGS Refer to the following Standard Drawings in Appendix C: City of Bozeman Standard Drawing No. 01570-1, Traffic Control, Minimum Standard,Urban Work Site, 4 Lane Road,Work Site Closing One Lane City of Bozeman Standard Drawing No. 01570-2, Traffic Control, Minimum Standard, Urban Work Site, 2 Lane Road,Work Site On Centerline City of Bozeman Standard Drawing No. 01570-3, Traffic control, Minimum Standard, Urban Work Site, 4 Lane Road, Work Site On Centerline Partially Blocking Inside Lanes City of Bozeman Standard Drawing No. 01570-4, Traffic Control, Minimum Standard,Urban Work Site,2 Lane Road, 1 Lane Partially or Fully Closed By Work Area City of Bozeman Standard Drawing No. 01570-5, Traffic Control, Minimum Standard, Rural Work Site, Work Adjacent to The Present Traveled Way City of Bozeman Standard Drawing No. 01570-6, Traffic Control, Minimum Standard, Rural Work Site, Utility Work On or Across the Present Traveled Way City of Bozeman Standard Drawing No. 01570-7, Pedestrian Traffic Control for Temporary Sidewalk Closure City of Bozeman Standard Drawing No. 01570-8, Sidewalk Closure with Detour 4.1 PAYMENT Add the following section: D. Measurement and payment for Construction Traffic Control will be made only if listed as a separate item in the bid documents. If not listed in the contract as a bid item, Construction Traffic Control shall be considered an incidental cost to be included in other items in the contract requiring Traffic Control to complete that item. COBMODS 611'Edition Page 1 of 1 SECTION 01570 Intentionally Left Blank 1 SECTION 01580 TEMPORARY WATER SUPPLY 1.1 DESCRIPTION A. Replace this section with: Provide temporary water service to all residential and commercial service connections interrupted by water system replacement or extension projects.The Contractor shall verify with the Engineer and Owner at least 72 hours(excluding weekends and holidays)prior to the suspension of service to the areas where consumers will require a temporary water supply. Temporary water service shall include temporary service for commercial or residential fire protection unless otherwise approved by the City of Bozeman Fire Department. 3.1 GENERAL D. Replace this section with: Fire protection is included unless specifically approved otherwise by the City of Bozeman Fire Department. The Fire Department may require the Contractor to provide personnel for continuous "fire watch" in lieu of temporary fire service connections. 3.2 LOCATING CURB STOPS A. Replace this section with: The Contractor shall be solely responsible for all activities related to locating and exposing curb stop valves to the individual properties. Curb stop valves shall only be operated by Water Department personnel. Existing conditions shall be identified and noted by the Contractor. Any existing condition that is suspected to indicate a defect of the curb stop valve,box,or service shall be reported immediately to the Engineer. 3.3 LAWN WATERING CONNECTIONS A. Replace this section with: Each house connection shall be equipped with a wye or splitter with a valve to allow for lawn watering.Plastic fittings are not permitted.The connection to each customer shall require a short section of high-pressure flexible rubber hose at the connection point.House-to-house connections are not permitted. All connections shall be from the approved temporary water system. Additionally, each service must have a backflow prevention fitting. COBMODS 6TH Edition Page I of 1 Section 01580 Intentionally Left Blank SECTION 01700 CONTRACT CLOSEOUT 1.1 CLEANUP Add the following requirement. B. Contractor shall provide personnel to remove utility covers for any required pre- paving, final, or warranty inspections. 1.4 WARRANTIES AND BONDS Add the following requirement: B. Prior to acceptance of the publicly maintained infrastructure, the Contractor shall post a Maintenance Bond with the Owner equal to 20% of the actual cost of the improvements to correct any deficiencies in workmanship and/or materials which are found within the two-year warranty period.The City of Bozeman shall be named as a dual oblige on the bond. The City of Bozeman expressly reserves the right to draft the Maintenance Bond for repairs not completed by the Property Owner,Developer, or Contractor within thirty calendar days of being advised that repairs are required. The Commencement Date for the Maintenance Bond shall be the date of acceptance by the City of Bozeman on the Certificate of Completion and Acceptance. The Maintenance Bond shall remain in full force for the two-year period following this date,however if the expiration date of the Maintenance Bond falls after November 16, the expiration date of the Maintenance Bond shall be June 30 of the following year.Maintenance Bonds may be in the form of a Surety Bond or a Certified Check. it W COBMODS 6'h Edition Page 1 of I SECTION 01700 Addendum 2 Intentionally Left Blank SECTION 02112 REMOVAL OF EXISTING PAVEMENT, CONCRETE CURB, SIDEWALK, DRIVEWAY AND/OR STRUCTURES 3.1 GENERAL l Add the following section: D. Exercise care in removal of existing tree roots that conflict with the work. Tree roots shall be removed by sawcutting the roots to a neat line at the extent of the excavation. Remove only the minimum amount of roots necessary in order to complete the work. COBMODS 6"Edition Page 1 of 1 SECTION 02112 Intentionally Left Blank SECTION 02113 ADJUSTING EXISTING MANHOLES, LAMPHOLES, INLETS,WATER VALVE BOXES, WATER SERVICES AND FIRE HYDRANTS TO GRADE 1.2 STANDARD DRAWINGS Delete: Standard Drawing No. 02213-1, Manhole Adjustment Detail Delete: Standard Drawing No. 02213-2, Water Valve Adjustment Detail Add: City of Bozeman Standard Drawing No. 02213-1,Manhole Adjustment Detail Add. City of Bozeman Standard Drawing No. 02213-2,Water Valve Adjustment Detail PART 2 -PRODUCTS 2.1 GENERAL Add the following section: B. East Jordan Iron Works Model 69 screw type adjustable risers may be used to adjust existing valve boxes to grade. Do not use these adjustable risers on new valve boxes; add mid-section extensions to provide correct valve box adjustment. COBMODS 6m Edition Page 1 of 1 SECTION 02113 Intentionally Left Blank ) SECTION 02221 MIR } TRENCH EXCAVATION AND BACKFILL * FOR PIPELINES &APPURTENANT STRUCTURES 2.1 PIPE BEDDING MATERIALS A. TYPE 1 PIPE BEDDING # ) 2. Modify this section as follows: Provide Type 1 Bedding consisting of imported sand,sandy gravel,or fine gravel having a maximum 3/4 inch size and a maximum plasticity index of 6,determined by AASHTO T89 and T90 or by ASTM D4318. 2.3 FLOWABLE FILL A. If used, Flowable Fill is to meet the requirements of Section 2225, Flowable Fill. S - Add the following: 1. Flowable fill is required for trench excavations in streets that are designated as arterial or collector unless alternative backfill has been approved by the City Engineer. 3.1 PROTECTION OF EXISTING PROPERTIES A. General J 1. Add the following: Replace any tree, bush, hedge, planter or similar vegetation or landscaping damaged during the course of the work with a planting equal to that damaged in kind, size, and location. The contract warranty period for performance applies also to the instances described herein. 4. Modify this section as follows: Do not cut and replace existing services from the mains to private property which interfere with trenching operations unless the work has been specifically approved by the City of Bozeman Water/Sewer Department. If approved, the cost for this work will be the responsibility of the CONTRACTOR. Do not interrupt water service for more than four hours. Install a temporary service connection approved by the City of Bozeman Water Department if service is interrupted for a longer period. Protect temporary services from freezing or interruptions of use during the construction period. COBMODS 6 h Edition Page 1 of 2 SECTION 02221 Addendum 2 3.6 TRENCH FILLING AND BACKFILLING C. Trench Backfill 4. Watering C. Add the following requirements: Water from the City of Bozeman's municipal system may only be obtained from the metered service located at the Vehicle Maintenance Facility, 1814 N. Rouse Ave. The Contractor shall reimburse the City Water Department for the cost of the water used at a rate determined by the Water Department. D. Replacement of Unsuitable Backfill Material 1. Modify this section as follows: Remove and dispose of excavated soils that are saturated and cannot be readily conditioned or dried to be made suitable, contain deleterious materials or have characteristics that,in the opinion of the ENGINEER, render the soils unsuitable as backfill. Add the following: G. Quality Assurance Testing 1. Compaction testing frequency and location. a. Compaction testing shall be done on each lift of backfill material. b. Trench backfill tests shall be done within the first 100 feet of a mainline trench operation and at no more than 200-foot intervals thereafter. C. All service lateral trench backfills shall be tested. d. Compaction testing around all manholes and valve boxes shall be done independently of the main line. e. Testing shall be done by the project Engineer. rnnn,inrw rw R i;f; , pavr.9 nf') SECTION 02221 Addendum 2 I SECTION 02234 SUB BASE COURSE PART 2 PRODUCTS 2.1 GENERAL A. Add the following: Limit use of recycled concrete and/or asphalt in the sub base course to a maximum of 50% by weight. Recycled material shall be mechanically blended to assure thorough mixing. a 1 COBMODS 6'h Edition Page I of I SECTION 02234 Intentionally SECTION 02235 CRUSHED BASE COURSE PART 2 PRODUCTS 2.1 GENERAL A. Add the following: Limit use of recycled concrete and/or asphalt in the crushed base course to a maximum of 50%by weight. Recycled material shall be mechanically blended to assure thorough mixing. 2.2 CRUSHED BASE MATERIAL Add the following section: E. When available, incorporate reclaimed glass cullet into the base course material. A minimum of 3% and a maximum of 15% of the base course material shall be reclaimed glass. The reclaimed glass shall be crushed so that 100%of the crushed glass passes a 3/8 inch screen. No more than 10% of the material retained on an individual sieve 1/4 inch or larger shall be glass,based upon visual examination and weight. P) i COBMODS 6"Edition Page 1 of 1 SECTION 02235 Intentionally Left Blank i SECTION 02502 ASPHALT PRIME AND/OR TACK COAT PART 2 PRODUCTS 2.1 GENERAL A. Unless otherwise specified in the contract documents; do not use type SS-lh emulsified asphalt. i COBMODS 6ih Edition Page I of I SECTION 02502 Intentionally Left Blank SECTION 02504 ASPHALT SEAL COAT 3.2 CONSTRUCTION METHODS B. Weather Limitations Add the following requirements: i 2. Do not perform seal coat work if the local radio weather forecast includes a probability of precipitation greater than 45%within the intended schedule of operations for the day. Regardless of the weather forecast, seal coat work may be suspended if impending adverse weather conditions occur in the vicinity of the work. D. Application of Asphalt Material Add the following requirements: 7. Building paper shall be applied to the surface of any street drain inlet,water valve box, manhole cover, monument box, or other similar item, prior to beginning asphalt application on the street. For any such item not adequately covered by paper, the Contractor must re-open or clean as necessary any } asphalt to the satisfaction of the City Engineer prior to final payment. It is the sole responsibility of the Contractor to dispose of all building paper or other material used for covering manholes,valve boxes,monument markers, etc. E. Application of Seal Coat Material 4. Revise this section as follows: Immediately after spreading, roll the aggregate with self-propelled, pneumatic-tired rollers. Roll in a longitudinal direction, beginning at the outer edges of the treatment and working toward the center. Overlap the previous strip by about one-half the roller width. Do not allow the roller speed to exceed 7 mph during initial rolling, or 15 mph after initial rolling. Complete the first rolling of the aggregate within one-half hour of it being spread. 1 Continue rolling until a smooth,thoroughly compacted surface is obtained. Roll at - least three complete passes with each roller. If the seal coat is finished in partial widths at a time, leave 4 to 6 inches of the inside edge uncovered with aggregate to permit overlap of asphaltic material when the remaining portion of the surface is treated. 5.Add the following: Unless otherwise specified in the contract documents,the City of Bozeman will remove and dispose of all loose aggregate from the pavement after the work is completed for projects done under contract to the City. COBMODS 61 Edition Page I of 2 SECTION 02504 3.4 PROTECTION OF SIDE STREET STRUCTURES AND TRAFFIC CONTROL Add the following requirements: C. It is the sole responsibility of the Contractor to furnish and post"No Parking" signs along both sides of the street(s) intended for seal coating. The "No Parking" signs shall be posted at 100-foot intervals and securely fastened to their support posts. (Wood laths may be used.) It is also the responsibility of the Contractor to remove and dispose of all "No Parking" signs and their supports immediately after the seal coating operations have been completed on each street. "No Parking" signs shall be posted 24 hours in advance of seal coating operations. The Contractor shall notify the public as to the proposed streets to be seal coated and the corresponding dates of the construction activities. The Contractor shall be responsible for removing all vehicles from streets to be seal coated. Traffic will be allowed onto streets upon completion of the seal coat street improvements. However,traffic will be required to operate at 15 mph for a period of 48 hours following completion of the seal coat. It is the responsibility of the Contractor to erect, maintain and remove the temporary speed control signs for the appropriate streets. t-nurnnnc rth F t;r;_ PROP.7 Of? SECTION 02504 ... . ............................ .............. ....... SECTION 02510 ASPHALT CONCRETE PAVEMENT 2.2 PLANT MIX AGGREGATES Add the following: J. Reclaimed glass may be added to the aggregate for plant mix. A maximum of 3% crushed glass may be blended in the mix. The glass shall be crushed so that 100%of the glass passes a 3/8 inch sieve, and no more than 8% passes a No. 200 sieve. If glass is used in the mix, 1%hydrated lime(by weight) shall be added to the mix as an anti-stripping agent. Hot plant mix asphalt with glass is limited to binder or base courses and is not to be used in surface or friction courses. 2.3 ASPHALT BINDER MATERIAL A. 1. Grades: Add the following requirement: Unless otherwise specified in the Contract Documents, the type and grade of asphalt cement shall be performance grade 58-28 (AASHTO Performance Graded Binder Specification MP-1). 3.14 PATCHING B. Surface Preparation Add the following requirements: 3. d. Tack coat all existing asphalt edges prior to placing new asphalt concrete. C. If hot plant mix asphalt is not available, temporarily patch the pavement using a 3000 psi(minimum) concrete(M-3000 or C-3000), with a minimum thickness of 3 inches. Remove the temporary patches and replace with hot mix asphalt when it becomes available. f. Thickness of the pavement patch will equal that of the existing pavement, unless otherwise approved. 3.16 SPREADING AND FINISHING: Revise this section as follows: A. Spread and finish meeting the following requirements: 1. The maximum lift thickness is 3 inches (compacted depth) for surface courses and 4 inches (compacted depth) for base courses COBMODS 6TH Edition Page 1 of I SECTION 02510 Intentionally Left Blank SECTION 02528 CONCRETE CURB AND GUTTER 1.1 DESCRIPTION B. Revise as follows: Delete: Standard Drawing No. 02528-1, Standard Curb and Gutter Delete: Standard Drawing No. 02528-2,Drive-over Curb and Gutter Add: City of Bozeman Standard Drawing 02528-1, Integral Concrete Curb and Gutter 3.2 FOUNDATION PREPARATION l D. Revise as follows: For new street construction or street reconstruction,place gravel base course for the street 9"beyond the back of curb. 3.6 STRIPPING FORMS AND FINISHING B. Finishing Add the following requirement: J 3. After finishing and brooming,stamp a mark into the concrete to mark sewer and/or water service lines. The mark shall be either a"W" for water or an "S"for sewer. The mark shall be 3"tall and stamped a minimum of into the face of the curb. The marking shall locate the end of the stubbed service at a 90-degree angle to the curb. COBMODS 6"Edition Page I of I SECTION 02528 Intentionally Left Blank SECTION 02529 CONCRETE SIDEWALKS, DRIVEWAYS,APPROACHES, CURB TURN FILLETS, VALLEY GUTTERS, AND MISCELLANEOUS NEW CONCRETE CONSTRUCTION 1.2 REFERENCES A. Revise as follows: Delete: Standard Drawing No. 02529-1, Double Gutter Detail for Street Intersection Delete: Standard Drawing No. 02529-2, Standard Fillet Delete: Standard Drawing No. 02529-3, Type I Street Monument Delete: Standard Drawing No. 02529-4, Type II Street Monument Delete: Standard Drawing No. 02529-5A, Boulevard Driveway Approach Delete: Standard Drawing No. 02529-513, Curb Walk Driveway Approach Delete: Standard Drawing No. 02529-7B, Curb Walk Alley Approach Delete: Standard Drawing No. 02529-8, Accessibility Ramp Delete: Standard Drawing No. 02529-9, Swale Crossing Add: City of Bozeman Standard Drawing No. 02529-1, Double Gutter Detail for Street Intersection Add: City of Bozeman Standard Drawing No. 02529-2, Standard Fillet Add: City of Bozeman Standard Drawing No. 02529-3, Type I Street Monument Add: City of Bozeman Standard Drawing No. 02529-5, Driveway Approach With Sidewalk Adjacent to Curb Add: City of Bozeman Standard Drawing No. 02529-7B, Curb Walk Alley Approach Add: City of Bozeman Standard Drawings No. 02529-8, Pedestrian Ramp Add: City of Bozeman Standard Drawings No. 02529-8A,Blended Transition Pedestrian Ramp Add: City of Bozeman Standard Drawing No. 02529-11,Residential Driveway Approach Add: City of Bozeman Standard Drawing No. 02529-12, Non-Residential Driveway Approach. Add: City of Bozeman Standard Drawing No. 02529-13, Non-Residential Driveway Approach for Arterial Streets. Add: City of Bozeman Standard Drawing No. 02529-14, Concrete Storm Drainage Outlet and Inlet Chases Add: City of Bozeman Standard Drawing No. 02529-15,Publicly-Maintained Sidewalk Add: City of Bozeman Standard Drawing No. 02529-16, Asphalt Pathway Typical Section Add: City of Bozeman Standard Drawing No. 02529-17, Concrete Class 1 Trail F Add: City of Bozeman Standard Drawing No. 02529-18, Class 2 Trail 2.4 GRAVEL BASE MATERIAL Add the following: B. Washed rock material meeting the following Table of Gradations may be used as base material. COBMODS 6h Edition Page I of 2 SECTION 02529 Addendum 2 Table of Gradations -Washed Rock Base Material Percentage by Weight Passing Square Mesh Sieves Sieve Size % Passim 1" 100 3/4" 90-100 3/8" 10-55 No. 4 0-10 2.5 CURING AND PROTECTIVE COATING MATERIALS Add the following requiremment: C. The curing compound used on colored concrete shall be a high solid acrylic cure, Day/Chem Aggre-Gloss J-25(manufactured by Dayton Superior)or approved equal. 3.8 JOINTS. C. Revise this section as follows: Divide sidewalk into sections using contraction joints formed by a jointing tool or other approved methods. Extend the contraction joints into the concrete for at least one-fourth its depth and make the joints approximately 1/8 inch wide. Unless otherwise directed, space contraction joints at maximum 10-foot intervals or a distance equal to the sidewalk width,whichever is less. In continuous sidewalk runs,install expansion joints at the location of every fifth contraction joint.For machine-placed sidewalk, install expansion joints with a maximum spacing of 150 feet. 3.11 MISCELLANEOUS NEW CONCRETE CONSTRUCTION Add the following requirement: B. Construct all curb ramps with detectable warning surfaces in conformance with the requirements of the Americans with Disabilities Act Accessibility Guidelines (ADAAG). Detectable warning plates shall be either cast iron or ductile iron. rnur,rnnc Ath F 7;r; PA I of 9 CFC'TION 02529 Addendum 2 1 1 l - SECTION 02581 1 PAVEMENT MARKINGS AND MARKERS A (PREFORMED PLASTIC, PAINTS AND ENAMELS) 1.2 STANDARD DRAWINGS Add the following Standard Drawings which are applicable to this section: } City of Bozeman Standard Drawing No. 02581-1, Typical Pavement Markings for i Pedestrian Crossings City of Bozeman Standard Drawing No. 02581-2,Typical Pavement Markings for School Crossings J 2.1 PREFORMED PLASTIC PAVEMENT MARKING MATERIAL A. Add the following: Pre-formed plastic pavement marking material to be Premark Plus®manufactured by Flint Trading Inc. or approved equal. D. Revise this section as follows: Assure plastic pavement markings for inlay into new asphaltic surfaces are capable of being applied just before the final rolling of the new surface and can be rolled into place with conventional pavement rollers. For inlay applications, assure the plastic and adhesive are not damaged by pavement j temperatures exceeding 150'For by water on roller drums. Insure that the pavement markings are installed according to manufacturer's recommendations. Add the following: I 2.3 EPDXY PAVEMENT MARKING PAINT A. Furnish and install epoxy paint in accordance with the applicable sections of Standard Specifications for Road and Bridge Construction, Montana Department of Transportation, latest edition including any supplements. 1 COBMODS 6'e Edition Page 1 of 1 SECTION 02581 Intentionally Left Blank SECTION 02582 REFLECTIVE THERMOPLASTIC PAVEMENT MARKINGS 1.1 DESCRIPTION D. Revise this section as follows: Furnish thermoplastic that is hydrocarbon based. Furnish thermoplastic material that,while on the roadway surface and at any natural ambient temperature,will exist in a hard solid state with cold ductility that permits normal movement with the road surface without chipping and or cracking. 3.4 APPLICATION A. 2. Extruded (Inlaid) Add the following: 1 d. Unless otherwise specified in the contract documents, all transverse pavement markings and words and symbols shall be 400 mils thick, and all longitudinal lines shall be 270 mils thick. 1 COBMODS 6'"Edition Page 1 of 1 SECTION 02582 J Intentionally Left Blank SECTION 02660 WATER DISTRIBUTION 1.4 STANDARD DRAWINGS Delete: Standard Drawing No. 02660-3, Thrust Blocking for Water Main Valves Delete: Standard Drawing No. 02660-4,Fire Hydrant Setting Delete: Standard Drawing No. 02660-5, Hydrant Location Detail Delete: Standard Drawing No. 02660-6, Water Service Line Delete: Standard Drawing No. 02660-7, Blowoff Valve Add: City of Bozeman Standard Drawing No. 02660-3, Thrust Blocking for Water Main Valves Add: City of Bozeman Standard Drawing No. 02660-4,Fire Hydrant Add: City of Bozeman Standard Drawing No. 02660-5,Hydrant Location Detail Add. City of Bozeman Standard Drawing No. 02660-6,Water Service Line Add: City of Bozeman Standard Drawing No. 02660-7, Typical Blowoff Add: City of Bozeman Standard Drawing No. 02660-8, Hydrant Barrier Posts Add. City of Bozeman Standard Drawing No. 02660-10, Typical Valve/Tee Restraint Add. City of Bozeman Standard Drawing No. 02660-11,Water Main Crossing Below Existing Sewer Main Add: City of Bozeman Standard Drawing No. 02660-12, Water Service Line, 4" and Larger Add: City of Bozeman Standard Drawing No. 02660-12A, Typical Riser Configuration Add. City of Bozeman Standard Drawing No. 02660-13, Standard Fire Service Line Installation, Class I, H, and III Systems Add: City of Bozeman Standard Drawing No. 02660-14, Standard Fire Service Line Installation, Class IV and V Systems Add: City of Bozeman Standard Drawing No. 02660-15,Water Service Line from Curb j Stop to Building (Lines 2" and Smaller) Add: City of Bozeman Standard Drawing No. 02660-16, Water and Sewer Main and Services Location Standards Add. City of Bozeman Standard Drawing No.02660-17,Water Service Interior Clearances 1 Add. City of Bozeman Standard Drawing No. 02660-18,Irrigation Meter Pit, 3/" or 1" Add: City of Bozeman Standard Drawing No. 02660-19,Irrigation Meter Pit, 1 %Z" or 2" 2.2 PIPE MATERIALS B. Ductile Iron Pipe 1. Revise as follows: Furnish Class 51 wall thickness meeting AWWA C151, American National Standard for Ductile Iron Pipe for 12"diameter pipe and smaller. For pipe sizes greater than 12", furnish as specified in the contract documents. 2. Revise as follows: Use underground pipe having mechanical or push-on joints meeting AWWA C 111. Use underground fittings having mechanical joints meeting COBMODS 61°Edition Page 1 of 14 SECTION 02660 Addendum 3 �J AWWA C111. Use restrained joint pipe for all stream crossings and for pipe installed in casings. If restrained joints at fittings are required, use Megalug mechanical j oint restraint or Megaflange restrained flange adapter,manufactured by EBBA Iron Sales,or Uni-flange Series 1400 retainer glands,manufactured by Ford Meter Box Company, MJ Field Lok® Series DI, manufactured by US Pipe, Field Lok® 350 Gaskets for push-on joints, manufactured by US Pipe, Sigma One-Lok Series SLD manufactured by Sigma Corporation, or approved equal. 4. Fittings Delete the use of gray-iron fittings, add the following requirements: All fittings must be manufactured in accordance with applicable AWWA standards at ISO 9001-2000 approved manufacturing facilities. These manufacturing facilities must be covered under periodic audits by third party accreditation bodies for evaluations. These evaluations shall include manufacturing processes,quality control,corrective and preventative actions, and document control. In addition, distribution centers must be audited by Third Party'Approval Agencies for periodic confirmation tests and surveillance audits. These periodic confirmation tests and surveillance audits shall document continuation of product approvals by auditing the entire quality systems including design, infrastructure, system implementation, distribution, training, quality control and assurance, and document control. All fittings must be manufactured in accordance with NSF 61. 5. Joints a. Revise as follows: Assure the fitting interior is cement mortar lined meeting AWWA C104,or fusion-bonded epoxy lined meeting ANSI/AWWA C116/A21.16. Assure the fitting exterior is bituminous tar coated 1 mil thick or fusion-bonded epoxy lined meeting ANSI/AWWA C116/A21.16. Use compact fittings having a rated working pressure of 350 psi following manufacturer recommended laying lengths. 6. Couplings Delete the use of cast iron or gray iron sleeves Add the following requirements: a. 4) Furnish one of the following copper to copper compression connection couplings: Mueller H15403; Ford C44-xx-Q style; or AY McDonald 4758Q for 3/4", 1", 3/4" x 1", and 1" x 1 1/2". No connection couplings are permitted from the corporation stop to the curb stop for 3/" and 1" services. 5) Hymax(V couplings shall not be used. C. Polyvinyl Chloride(PVC) Pressure Pipe Delete the use of thispipe material for water lines D. Concrete Cylinder Pipe Delete the use of this pipe material for water lines QT!r TTnN O')CrO A 9Aanli—4 E. Water Service Pipe Revise this section as follows: 1. Use copper or ductile iron pipe in water service line construction as specified in the contract documents and meeting the following specifications. a. Furnish service pipe of the size or sizes specified. A waterline is designated a service line or water main based on its use,not its size. Generally, a line serving a single building or facility is considered a service line; a line serving more than one building, or intended to } serve more than one building or facility is generally designated a water main. The standard sizes of services are 3/4", 1", 1 Y ,2",411 , 6", or 8". The minimum size of a fire service is 1". b. Unless otherwise shown on the plans, furnish and install the service pipe from the main to 8 feet past the property line with a curb stop and curb box installed 8 feet past the property line. Install the water service lines in accordance with City of Bozeman Standard Drawings 1 02660-6 and 02660-12 and where applicable with"City of Bozeman Fire Service Line Standard", City of Bozeman Standard Drawings 02660-13 and 02660-14. C. Copper Service Pipe } 1) Use copper, type K annealed, meeting AWWA Standard C800. Use straight lengths for 1.5" and 2" services. d. Polyethylene Service Pipe Delete the use of thispipe material for permanent water lines. e. Ductile Iron Pipe 1) Use ductile iron pipe for water service lines that are 4" in diameter or larger. Furnish ductile iron pipe which conforms to the requirements of Section 02660. 2.3 TAPPING SLEEVES AND VALVES: Revise this section as follows: A. Tapping sleeves shall be ductile iron or stainless steel,split-sleeve,mechanical joint 1 type with end and side gaskets. They shall have a Class 125, ANSI B 16.1 outlet flange. They shall be rated for a minimum of 200 psi working pressure and shall contain a threaded plug for testing purposes on the neck or body of the tapping } sleeve. Gaskets shall be manufacturers' standard suitable for use in potable water systems. Bolts and nuts shall be Cor-Ten,Dura-Bolt,or stainless steel. The sleeve shall be as manufactured by Mueller Company, Model H-615 or H-304, or as manufactured by Romac Industries, "SST" Stainless Steel Tapping Sleeve with ductile iron flanged outlet; unless otherwise approved by the City of Bozeman. COBMODS 6°i Edition Page 3 of 14 SECTION 02660 Addendum 3 1 B. Tapping valves shall be as specified in Section 02660 2.8 A. 3, with flanged inlets compatible with the flange of the tapping sleeve and mechanical joint outlet. Tapping valves shall be iron body,bronze mounted gate valves with non-rising stems with design, construction and pressure rating conforming to AWWA Specification C509. Stem seals shall be double "O"ring seals designed so that the seal above the stem collar can be replaced with the valve under pressure in full open position. C. The tapping sleeve and valve shall be furnished and installed by the Contractor and the wet tap made by the City of Bozeman Water Department with the cost paid by the Contractor. The Contractor shall excavate the existing main at the location to be tapped to confirm the appropriate pipe dimensions prior to ordering the fittings. The tapping sleeve shall be installed with the outlet set on the horizontal plane. A concrete thrust block shall be installed behind the tee. 2.4 CORPORATION STOPS Revise this section as follows: 1. Furnish 300 psig ball valve brass corporation stops with inlet end to suit tapping requirements and conductive compression connection outlet for type K copper tubing. Furnish either Mueller B25008, Ford FB 1000-x-Q, or A.Y. McDonald 4701BQ corporation stops. 2.5 SERVICE CLAMPS Revise this section as follows: 1. Furnish flat, double strap, bronze metal service clamps (service saddles) with Neoprene gaskets and corporation stop threads. Use Mueller BR 2 B Series, Ford 202B, or AY McDonald 3825. 2.6 CURB STOPS Revise this section as follows: 1. Furnish curb stops with ball type curb valves with Minneapolis pattern screw box mounts for 3/4", 1", 11/2", and 2" services, with 90' open to close operation. Furnish curb stops that conform to the following: Service Size Curb Valve and Curb Stop 3/4" Ford Ball Valve Curb Stop B44-333-M-Q 1%2" Minneapolis Thread, Mueller B-25155 1%2" Minneapolis Thread,or A.Y.McDonald 6104Q,part number 4182-035 1" Ford Ball Valve Curb Stop B44-444-M-Q llh" Minneapolis Thread, Mueller B-25155 11/2" Minneapolis Thread,or A.Y.McDonald 6104Q,part number 4182-192 11/2" Ford Ball Valve Curb Stop B44-666-M-Q 2" Minneapolis Thread, Mueller B-25155 2" Minneapolis Thread, or A.Y. McDonald 6104Q, part number 4182-137 nu�'rn Q ni,�X..'__ ID—n-F 1 A CR!'Til1TT fly(,(.(1 A.7.9PnAnm a i 2" Ford Ball Valve Curb Stop B44-777-M-Q 2" Minneapolis Thread, Mueller B-25155 2" Minneapolis Thread, or A.Y. McDonald 6104Q,part number 4182-081 2.7 CURB BOXES Revise this section as follows: 1. Furnish Minneapolis pattern base, extension type curb boxes having 7 foot extended lengths. Provide 5-foot stationary rods in all curb boxes. Use the following curb boxes: 1 Y44" and 1" Curb Stops: Mueller H10388 curb box 1 1/"top with a 2 Y2"base tapping(with a 2 1/2"x 1 1/2" standard black hex bushing a 5/8" stationary rod) Ford EM2-70-58 curb box 1 %"top with a 2 Y2"base tapping(with a 2 1/2"x 1 1/2" standard black hex bushing a 9/16" stationary rod) 1 1/2" and 2" Curb Stops: Mueller H10304 curb box 2" top with 3" base tapping (with a 3" x 2" standard black hex bushing and V stationary rod that fits with 2" top section) or A.Y. McDonald Model 5624 2. Center and place the top section of a valve box with lid over all curb boxes that fall within asphalt pavement. 2.8 VALVES A. Gate Valves Revise this section as follows: 3. Gate valves shall be used for all lines from 4" up to and including 20". Furnish gate valves for underground installation equipped with a 2-inch square operating nut for key operation. All valves are to open counterclockwise. Valves are to be equipped with mechanical joints for pipe connections. Furnish Mueller 2360 valves or American Flow Control Series 2500 Ductile Iron Resilient Wedge Gate valves for sizes 12"and smaller,and Mueller 2361 or American Flow Control Series 2500 Ductile Iron Resilient Wedge Gate valves for sizes 14"to 20",or American AVK Series 65 Ductile Iron Resilient Wedge Gate Valves for sizes 4"through 12",Series 45 for 14" and 16"valves,and Series 55 for 18"and 20"valves,or Kennedy 8572/8571 for 12" and smaller and 7572/7571 for 14" to 20". Bolts and nuts for the stuffing box,wrench nut cap screw, and bonnet shall be Type 304 stainless steel. B. Butterfly Valves Revise this section as follows: 1. Furnish Class 250, rubber seated, butterfly valves for water distribution systems sized 24"and larger,meeting AWWA C504 requirements.Valves to COBMODS 60'Edition Page 5 of 14 SECTION 02660 Addendum 3 be equipped with mechanical joint ends and lubricated screw type operators designed for underground service. Furnish butterfly valves by Mueller, Kennedy, ValMatic Series 2000, or M&H. All fasteners shall be Type 304 stainless steel. Add the following section: C. OS &Y Valves 1. For service lines 4" and larger, furnish a UL listed flanged Kennedy, American Flow Control, or Mueller OS &Y valve as the first fitting inside the building. For fire service lines 2"and smaller,furnish a NIB CO T-104-0 OS &Y valve as the first fitting inside the building. Bolts and nuts for the stuffing box, wrench nut cap screw, and bonnet shall be Type 304 stainless steel. 2.9 VALVE BOXES Add the following requirement. B. Valve boxes shall be East Jordan Iron Works 8560 series. Valve box lids for fire service lines shall be East Jordon Iron Works Product Number 06800029 or approved equal. 2.10 FIRE HYDRANTS Revise this section as follows: B. Furnish hydrants with 51/a"valve openings,flanged inlet,one 5"storz connection and two 2%2"hose connections. Storz connectors to be by Harrington Company.Assure hose nozzle threads meet ASA Specification B26 for National Standard Fire Hose Coupling Screw Threads,71/2 threads per inch. Furnish National Standard operating nut. Furnish hydrants opening counterclockwise and having an arrow on the hydrant top designating the opening direction. D. Paint the hydrant portion above the ground line red. Furnish hydrants so that there is a minimum of 61/2 of cover over the hydrant lead unless specified otherwise on the approved plans. Furnish Mueller Super Centurion 250 model hydrants or Waterous 5 1/a"Pacer model hydrants per Water Department specifications, or American AVK Series 2780 Nostalgic Fire Hydrant, or Kennedy K81D hydrant. Furnish Mueller Defender Security Device,with locks keyed to City of Bozeman Standard,for each hydrant installed. Add the following section: 2.13 METER PITS A. Meter pit installations may be allowed for certain service lines such as for irrigation systems. The use of meter pits must be specifically approved by the Water Superintendent. If the use of a meter pit is allowed,the following Manufacturers are approved: Mueller, AY Mc Donald, and Ford. The Meter Department shall approve specific models proposed for use on a case-by-case basis. Add the following sections: 2.14 "NO-LEAD" BRASS A. Brass components of waterworks materials in contact with potable water shall be of No-Lead Alloy(UNS/CDA No. C89833). Components that do not come in contact with potable water shall be UNS/CDA No. C83600-85-5-5-5 and shall conform to AWWA Standard C800 (ASTM B-62 and ASTM B-584). ` 2.15 INSULATION A. Insulation for water pipelines shall be expanded polystyrene rigid board foam plastic with a compressive strength of 60 psi at 10% deformation,minimum. 3.2 PIPE INSTALLATION FOR WATER MAINS C. Laying of Pipe Revise as follows: 10. Construct reaction or thrust blocks at all tees, tapping tees, plugs, valves (except tapping valves and hydrant auxiliary valves that are part of a hydrant assembly),reducers,caps,vertical bends,and at horizontal bends deflecting 22Y2* or more. Limit using metal rods or straps for thrust restraint to those specified on the plans, or where the use of concrete thrust blocks would be impractical. Do not use metal rods or straps unless specifically approved by the City of Bozeman. Construct reaction blocks from concrete having a minimum compressive strength of 3,000 pounds per square inch at 28 days. Place blocking between undisturbed ground and the fitting to be anchored,as shown on Standard Drawing 02660-1. The size of thrust(gravity)blocks for vertical bends will be as designed by the Engineer. Place the blocking so that pipe and fitting joints are accessible for repair. In lieu of concrete thrust blocks; thrust restraint may be provided utilizing Megalug® , Uni-FlangeTM , MJ Field Lok® Series DI, Field Lok® 350 Gaskets for push-on joints,manufactured by US Pipe,Sigma One Lok Series SLD manufactured by Sigma Corporation,or approved equal joint restraints, for all fittings that require thrust restraint, except for cut-in or tapping tees (for mains or services) and bends on service lines inside building foundations,unless specifically prohibited by the City of Bozeman. Install the mechanical restraints in accordance with manufacturer's specifications and at all joints as specified by the Engineer. } 1 D. Pipe Jointing )I J COBMODS 60'Edition Page 7 of 14 SECTION 02660 Addendum 3 1 1. Rubber Gasket, "Push-On" Joints Add the following requirement. b. All sections of newly installed water main shall provide continuity for electrical current. In order to provide continuity, insert a minimum of three brass or bronze conductive wedges in the joints of ductile iron pipe. Insert a copper wedge between cast iron and ductile iron pipe joints in accordance with manufacturer's recommendations. Conduct a continuity test of new mains when required by the Engineer or City of Bozeman. 3. Connections to Existing Mains Add the following requirements: C. All wet taps to water mains in use shall be made by the City of Bozeman Water Department at the expense of the Contractor. All dry taps or connections shall be made by the Contractor. Any new or existing valve which controls water in the municipal system shall be operated by City of Bozeman personnel only. The Contractor shall pressure test tapping tees prior to tapping by the Water Department. The tapping tees shall be hydrostatically pressurized to a minimum pressure of 200 psi, and the testing apparatus shall be in place for verification by the Water Department tapping personnel. d. The Contractor is responsible for 24 hour advance notification, in writing, to all affected customers of a water main shut-down. The written notification is to include the date,time and estimated duration of interrupted service. The written notification is also to include the name and phone number of the Contractor's representative who is coordinating the shut-down as well as the phone number of the City of Bozeman Water Department. All commercial customers affected by the water main shut-down must sign a notification sheet acknowledging that they have been informed of the date and time of the shut-down. The City of Bozeman reserves the right to determine the likely duration of the main shut-down based on the proposed work and Contractor experience, and require the installation of temporary water services by the Contractor. e. Clean and disinfect temporary water systems in accordance with the requirements for cleaning and disinfecting new water mains. Do not connect existing services to the temporary system until bacteriological tests show successful disinfection. Provide backflow protection at the point of connection of the temporary system to the municipal system, and at each point of connection of the temporary water system to the individual services. f. Remove any existing blow-offs or temporary flushing hydrants upon completion of the connection to the existing main,and install a brass plug upon removal of the corporation stop. Add the following section: D. Pipe insulation 1 1. If the Water Superintendent has allowed water pipe to be installed with less than 6.5 feet of cover,provide insulation as directed by the Engineer. 2. Provide insulation as directed by the Engineer where water pipes cross any storm drains or culverts. 3.3 POLYETHYLENE ENCASEMENT A. Revise this section as follows: Polyethylene encasement or other corrosion protection is not required unless corrosive soils are encountered or anticipated. When specified for corrosion protection,wrap all direct bury cast or ductile iron pipe and fittings including hydrants,valve boxes,curb boxes,and all other metal parts and surfaces, in polyethylene encasement. B. Polyethylene encasement for use with ductile iron pipe shall meet all the requirements for ANSI/AWWA CI05/A21.5,Polyethylene encasementfor Ductile Iron Pipe Systems, and shall be V-Bio'Enhanced Polyethylene Encasement. 1 C. The polyethylene encasement shall be overlapped one foot in each direction at joints )� and secured in place around the pipe, and any wrap at tap locations shall be taped tightly prior to tapping and inspected for any needed repairs following the tap. Add the following new section: 3.3.5 DETECTABLE BURIED WARNING TAPE A. Install detectable warning tape centered over all water mains, service lines, and hydrant leads. Install tape a minimum of 18" and maximum of 24" below finish grade. � 1 � J COBMODS 6'Edition Page 9 of 14 SECTION 02660 Addendum 3 i . t 3.4 TESTING, CLEANING&DISINFECTING WATER MAINS, VALVES & FITTINGS A. Hydrostatic and Leakage Testing 1. Add the following: The required minimum hydrostatic pressure for any test is 200 psi. 2. Add the following. Assure that the testing gauge is marked in increments no greater than 10 psi. 4. Revise this section as follows: Conduct the leakage test concurrently with the hydrostatic pressure test for 2 hours. Leakage is defined as(1)the quantity of water supplied into the pipe,or any valved section thereof,necessary to maintain pressure within 5 PSI of the specified test pressure(after the pipe has been filled with water and purged of air) for the duration of the 2 hour test period, and (2) the quantity of water supplied into the pipe, or any valved section thereof, required to return the pressure to the specified test pressure at the end of the 2 hour test period. Add the following requirements: 11. Chlorination, testing, and sampling shall comply with AWWA Standard C651-92. There shall be no allowable leakage for resilient seat gate valves.At least 24 hours prior to beginning water main tests,a testing schedule shall be submitted by the Contractor to the City Engineering Office for approval. The schedule shall specify the proposed sequence of testing and the methods and procedures which will be used to complete the tests. Hydrostatic and leakage testing shall not be conducted concurrently with chlorination of water mains. All heavily chlorinated water must be flushed from the system prior to pressurizing the new mains. 12. Any existing or new water main valves which are used to take water from the City of Bozeman distribution system for the purpose of filling,testing, chlorination or flushing, shall be operated by the City of Bozeman Water Department personnel only,with the Contractor requesting such operation at least 24 hours in advance. All existing water main valves are to be operated only by City of Bozeman Water Department personnel. 13. Allow five days after placement of concrete for thrust blocks before performing hydrostatic or leakage testing. If high-early strength concrete is used, allow two days after placement of concrete before performing hydrostatic or leakage testing. Provide adequate cold blocking as required for all thrust blocks that will not have the necessary curing time prior to testing. 14. For sections of mains that cannot be hydrostatically tested, assure that all joints are visually inspected for leakage under line working pressure by City of Bozeman representative prior to backfilling. B. Cleaning Water Mains Add the following requirements: rnnA xnTv 4th na:.:,... Pa—in..F 1 A 'FPCTUYM 0?"0 A rlrl—d—3 I l I 5. Prior to any main flushing the City of Bozeman Engineering Office shall be notified and provided with a flushing schedule and plan a minimum of 24 hours in advance of any main flushing. The City of Bozeman Fire Department shall be allowed adequate access to conduct pressure and flow testing of fire hydrants during the flushing process. 6. Any existing or new water main valves which are used to take water from the City of Bozeman distribution system for the purpose of filling,testing,chlorination or flushing, shall be operated by the City of Bozeman Water Department personnel only with the Contractor requesting such operation at least 24 hours in advance. All existing water main valves are to be operated only by City of Bozeman Water Department personnel. 7. Install an adequately-sized corporation stop on all main stubs longer than 10 feet to allow for the flushing of the stubs (see Table 1 MPW Section 02660). Following completion of all tests,remove corporation stops,install brass plugs,and assure plugs do not leak after main has been charged.A representative from the City of Bozeman must witness this work. } C. Disinfecting Water Mains 3. Methods of Chlorination a. 1) Tablet Method Revise this section as follows: a) The tablet method consists of placing calcium hypochlorite granules(tablets shall not be used)in the water main as it is being installed and then filling the main with potable water when installation is completed.This method may be used only if the pipes and appurtenances are kept clean and dry during construction. b) Placing of calcium hypochlorite granules. During construction, calcium hypochlorite granules shall be placed at the upstream end of the first section of pipe, 1 at the upstream end of each branch main, and at 500- foot intervals. The quantity of granules shall be as shown in Table 2. c) Warning:This procedure must not be used on solvent welded plastic or on screwed joint steel pipe because of the danger of fire or explosion from the reaction of ithe joint compounds with the calcium hypochlorite. d) When installation has been completed, fill the main COBMODS 6 h Edition Page 11 of 14 SECTION 02660 Addendum 3 with water at a velocity not exceeding 1 fps. Take precautions to assure that air pockets are eliminated. Leave this water in the pipe for at least 24 hours. If the water temperature is less than 41°,leave the water in the pipe for at least 48 hours. Position valves so that the chlorine solution in the main being treated will not flow into water mains in active service. TABLE 2 OUNCES OF CALCIUM HYPOCHLORITE GRANULES TO BE PLACED AT BEGINNING OF MAIN AND AT EACH 500-FT INTERVAL Pipe Diameter(d) (in.) Calcium Hypochlorite Granules (oz.) 4 1.7 6 3.8 8 6.7 10 10.5 12 15.1 14 and larger DZ x 15.1 Where D is the inside pipe diameter in feet D = d/12 D. Bacteriological Tests 1. Revise this section as follows: After final flushing and before the water main is placed in service,test a sample,or samples,collected from the main(s)for turbidity and organisms. Collect at least one sample for every 1200 feet of new main and from each branch. a. Once the water main has been flushed following the successful completion of chlorination and pressure testing, the water line must be refilled with water and allowed to sit a minimum of 24 hours prior to the collection of samples for bacteriological tests. A second set of samples is to be taken a minimum of 24 hours after the first set of samples. Samples shall be taken in accordance with AWWA Standard C651-92. New water mains shall be placed in service by City of Bozeman personnel only. b. Collect samples from new water mains out of service lines or temporary taps. Samples may only be taken out of fire hydrants or flushing hydrants if approved in advance by the City of Bozeman. If hydrants are,approved as sample locations,operate hydrants using the auxiliary valves or curb stops to prevent groundwater from entering hydrant. Assure that hydrants are kept from freezing during testing. C. Following the completion of bacteriological tests, assure that all �m ra:.: _ D---I ) c 1 n QR!'Tll1N n)AAn Add—l—Z temporary piping has been removed, and all temporary corporation stops have been removed and replaced with brass plugs. 3.6 VALVES A. Add the following requirement: For butterfly valves, set the operating nut on the west side of mains that run north-south,and on the north side of mains that run east- west. .I C. Valve Thrust Blocks 1. Revise this section as follows: Install valves with thrust blocks and anchor rods meeting City of Bozeman Standard Drawing 02660-3 requirements. Thrust blocks are required on all valves size 6" and larger, except for tapping valves and hydrant auxiliary valves attached to the hydrant shoe flange. In lieu of concrete thrust blocks, thrust restraint may be provided utilizing Megalug®, Uni-Flange m, MJ Field Lok® Series DI, or approved equal joint restraints. 1 3.7 FIRE HYDRANTS B. Revise this section as follows: Provide drainage at the hydrant base by placing clean gravel under and around it. Place gravel at least 1 foot on all sides from the base of the hydrant to at least 6 inches above the drain opening. Brace the hydrant against undisturbed earth at the trench end with concrete backing as detailed on the plans. In lieu of concrete thrust blocks, thrust restraint may be provided utilizing Megalug®,Uni-FlangCm,or approved equal j oint restraints.Furnish hydrants with the specified gate valves. Install hydrants meeting City of Bozeman Standard Drawings 02660-4 and 02660-5. Where no curb exists or the minimum distance of three feet behind the curb cannot be met or there is no other adequate protection, install protective barrier posts in accordance with City of Bozeman Standard Drawing 02660-8 when required by the Water Superintendent. Protect the hydrant from damage during installation and backfilling operations. Hydrants maybe subject to replacement by the Contractor if any of the protective paint coating is damaged during installation. If hydrant extensions are required, only one coupler will be allowed on the operating rod. 3.8 SERVICE LINE INSTALLATION Revise this section as follows: A. Provide all work and materials for the complete service line installation, including trench excavation and backfill;making the water main tap;furnishing and installing } the corporation stop,curb stop and box,service clamp where necessary,and service line with fittings as required to make the connections to the stops. Provide a minimum of 61/Z feet and a maximum of 8 feet of cover measured as noted on City of Bozeman Standard Drawing No. 02660-6. Use compression fittings for all service line fittings. Do not use sweat or solder fittings. Use a continuous length of pipe with no couplings between the corporation stop and the curb stop for 3/4" and 1" COBMODS 6te Edition Page 13 of 14 SECTION 02660 Addendum 3 services. B. Mark the water service line stub end using a steel fence post painted blue, 6.5 feet long,buried 2.5 feet in the ground. Set post 1' from curb box. After bacteriological tests have passed and the test results have been submitted to the Water Department, open all curb stops in the presence of the Engineer to assure the service lines are flushed and all corporation stops are open. All main line valves are to be operated by Water Department personnel only. C. Service line installation from the end of the stub into the building shall be as per City of Bozeman Standard Drawings 02660-12 or 02660-15. Service lines shall not be installed from the end of the stub into the building until the main line has been accepted by the City and placed into service. The water service line from the stub into the building may be reduced in size,however the size reduction must be made within 18"of the curb stop or outside valve. Connections to existing stubs(either for domestic or fire service)that have remained dormant or unused longer than 6 months may require re-flushing or disinfection at the discretion of the Water Superintendent prior to being placed into service. The Water Superintendent may require bacteriological testing to assure that the dormant line has not become contaminated. 3.9 TAPPING Revise this section as follows: A. Tap the newly installed water mains unless specified otherwise. Provide a minimum distance of 18"between service taps. The City of Bozeman Water Department will tap any existing water mains. For taps on existing mains, the Contractor is responsible for scheduling and coordinating with the Water Department. The Contractor will be charged a fee for each tap made by the Water Department. All taps on existing mains require tapping saddles and corporation stops to be supplied and installed by the Contractor prior to tapping of the main by the Water Department. B. Perform tapping using an approved tapping machine using clean, sharp drill taps and/or shell cutters. 3/4-inch and 1-inch taps maybe made directly into the barrel of ductile iron pipe without using service saddles. Direct tap into the pipe barrel to the depth exposing a maximum three threads of the corporation stop. Taps greater than 1" on a 6"line require the use of saddle clamps. Taps 4" and larger to existing water mains which are 4" and larger require the use of a tapping sleeve and valve. COBMODS 60i Edition Page 14 of 14 SECTION 02660 Addendum 3 1 SECTION 02720 STORM DRAIN SYSTEMS 1.2 CERTIFICATION BY MANUFACTURER Add the following: B. All Precast Concrete Products shall be manufactured by a supplier that is certified by one of the following,NPCA(National Precast Concrete Association), PCI (Precast/Prestressed Concrete Institute), or ACPA(American Concrete Pipe Association). Plant must be certified prior to and during production of precast. 1 1.4 STANDARD DRAWINGS Delete: Standard Drawing No. 02720-1, 30" Standard Storm Drain Inlet Delete: Standard Drawing No. 02720-3, Sanitary Sewer and Storm Drain Manhole Delete: Standard Drawing No. 02720-4, Standard Straight Manhole Delete: Standard Drawing No. 02720-5, 48" Standard Manhole Delete: Standard Drawing No. 02720-8, Standard Cast Iron Cover Delete: Standard Drawing No. 02720-9, Standard 24" Cast Iron Ring Add. City of Bozeman Standard Drawing No. 02720-1, 36" Standard Storm Drain Inlet Add: City of Bozeman Standard Drawing No. 02720-1A, Standard Square Storm Drain Inlet Add. City of Bozeman Standard Drawing No. 02720-1B, Combination Manhole and Curb Inlet 1 Add: City of Bozeman Standard Drawing No.02720-3,Sanitary Sewer and Storm Drain Manhole Add: City of Bozeman Standard Drawing No. 02720-4, Standard Straight Manhole Add: City of Bozeman Standard Drawing No. 02720-11, Storm Drain Debris Rack ) 2.1 GENERAL A. Add the following: All culverts shall be reinforced concrete with flared-end ! sections unless otherwise approved by the City Engineer. All public storm drain systems shall be constructed with reinforced concrete pipe, with solid-wall or corrugated PVC pipe for pipe sizes 36" and less, or with HP Storm Pipe manufactured by Advanced Drainage Systems, Inc., for pipe sizes 24" and less. COBMODS 6 h Edition Pagel of 3 SECTION 02720 Addendum 3 2.2. PIPE MATERIALS E. MANHOLES d. Frames and Covers 1. Revise this section as follows: FumishD&LFoundryA-1178 ring and cover or East Jordan Iron Works 3771/3772 series ring and cover,or approved equal. Furnish 7"rings unless otherwise approved by the City Engineer. Assure that all covers have two pick holes, 1" minimum, 1 1/ " maximum diameter. Cover lettering shall be "Storm Drain". Covers shall have a City of Bozeman logo cast into the cover. The design of the logo to be approved by the Street Superintendent. F. INLETS AND CATCH BASINS Revise this section as follows: a. Unless otherwise approved,furnish either of the following frames and grates: Neenah R-3067-L, Deeter#2047L, D & L Foundry I-3517, or East Jordan Iron Works 7030 with T1 back and Type M6 grate.Inlet castings shall have a logo cast into the curb-piece stating"Dump no Waste,Drains to Waterways" or similar.For catch basins at sag locations,use East Jordan Iron Works Type M7 grate or approved equal. Add the following section: G. DRY WELLS a. Dry wells shall be provided with either locking covers or interior steps. 3.1 PIPE AND SERVICE LINE INSTALLATION Add the following: F. Install detectable buried warning tape centered over all storm sewer mains and service lines.Install tape a minimum of 18"and maximum of 24"below finish grade. 3.2 MANHOLES A. Construction 1.Revise this section as follows: Construct manholes to the specified dimensions. Unless otherwise shown on the plans,do not form channels in storm drain manholes. Assure that the lowest pipe invert is 9"higher than the base of the manhole. 3.5 TESTS Add the following requirement: D. T.V. Inspection 1. All storm drains are required to be inspected using a television camera before final acceptance. All television inspections of new storm drains shall be done by the City of Bozeman Sewer Department at Contractor expense unless otherwise approved by the Water/Sewer Superintendent. Schedule inspections with the Sewer Department a minimum of one week in advance.De-watering equipment must be shut down a minimum of 24 hours prior to the television inspection to allow groundwater to return to typical levels. Adequately flush the storm drain lines prior to each television inspection. T.V. inspection of dry lines is not acceptable. A storm drain line will be considered deficient and unacceptable if 1)the alignment is outside the specified limits,2)water ponds in any section to a depth equal to or greater than a value 2 times the grade tolerance specified herein under Section 02720 3.1 E. 1., or 3) the pipe has visible defects such as open joints,pinched gaskets, cracked barrels or bells, or similar defects. Correct any deficiencies and schedule a re-inspection by the Sewer Department. Storm drain lateral lines(inlet lines)maybe subject to the same T.V.inspection requirements as storm drain mains at the discretion of the Water/Sewer Superintendent. COBMODS 6"Edition Page 3 of 3 SECTION 02720 Addendum 3 • • • • • • • • • • • • • Intentionally • • • • • • s • • • • • • • • • • • • • • • • I 1 SECTION 02730 SANITARY SEWER COLLECTION SYSTEMS 1.2 CERTIFICATION BY MANUFACTURER Add the following: B. All Precast Concrete Products shall be manufactured by a supplier that is certified by one of the following,NPCA(National Precast Concrete Association), PCI (Precast/Prestressed Concrete Institute), or ACPA(American Concrete Pipe Association). Plant must be certified prior to and during production ofprecast. 1.4 STANDARD DRAWINGS Delete: Standard Drawing No. 02720-3, Sanitary Sewer and Storm Drain Manhole 1 Delete: Standard Drawing No. 02720-4, Standard Straight Manhole Delete: Standard Drawing No. 02720-5, 48" Standard Manholes Showing Two Types of Cone Sections Delete: Standard Drawing No. 02720-8, Standard Cast Iron Cover Delete: Standard Drawing No. 02720-9, Standard 24" Cast Iron Ring Delete: Standard Drawing No. 02730-2, Sanitary Sewer Service Line Delete: Standard Drawing No. 02730-3,Deep Sanitary Sewer Service Line Add: City of Bozeman Standard Drawing No. 02730-3, Deep Sanitary Sewer Service Line Add: City of Bozeman Standard Drawing No. 02660-16, Water and Sewer Main and Services Location Standards Add: City of Bozeman Standard Drawing No. 02720-3,Sanitary Sewer and Storm Drain Manhole Add: City of Bozeman Standard Drawing No. 02720-4, Standard Straight Manhole Add: City of Bozeman Standard Drawing No. 02730-2, Sanitary Sewer Service Line Add: City of Bozeman Standard Drawing No. 02730-4, Sanitary Sewer Cleanout Add. City of Bozeman Standard Drawing No. 02730-5, Standard Drop Manhole 2.1 GENERAL ) A. Revise this section as follows: Furnish new sewer pipe and fittings as specified in the Contract Documents and meeting the materials and testing requirements of this Section. Furnish in-line wye branches of the same material and design as the sewer pipe unless specified otherwise. Saddle-type fittings are allowed only upon approval by the Sewer Superintendent. Pipe strength classifications are shown on the plans and/or are listed in the Contract Documents. Do not use tee branches unless specifically approved by the City of Bozeman. COBMODS 6'°Edition Page I of 5 SECTION 02730 Addendum 3 i 11 2.2 PIPE MATERIALS Delete the use of High Density Polyethylene (HDPE) Pipe and Corrugated PVCpipe for sanitary sewers A. Polyvinyl Chloride (PVC)Pipe 2. Gravity Sewer Pipe a. Revise this section as follows: Furnish gravity sewer pipe meeting one of the following requirements: 1) ASTM-3034,"Standard Specifications for Polyvinyl Chloride Sewer pipe and Fittings", with an SDR of 35 8" - 15". 2) ASTM F679, T-1 wall thickness (SDR 35), "Standard Specifications for PVC Large Diameter Plastic Gravity Sewer Pipe and Fittings" 18"—27". 3) SDR 26 PVC pipe for 4" and 6" service lines. 5. Fittings Revise this section as follows: a. Assure wye fittings for connecting service lines are of the same material, construction, and joint design as the main sewer pipe. 2.3 MANHOLES A. General 1. Add the following: Do not use flat-top (straight -nanholes unless specifically called out on the plans or in the Cor.l-Y,- , Jocuments. Unless noted otherwise, flat-top manholes are only f '.c used when the distance from the rim to the invert is less than 6 -PF D. Frames and Covers 1. Revise this section as ' Mows: Furnish D & L Foundry A-1178 ring and cover, or East Jordan Iron Works 3771/3772 series ring and cover, or approved equal. Furnish 7" rings unless otherwise approved by the City Engineer. Assure that all covers have two pick holes, 1" minimum, 1 V4 maximum diameter. Cover lettering shall be"Sanitary Sewer". Covers shall have a City of Bozeman logo cast into the cover.The design of the logo to be approved by the Sewer Superintendent. 3.1 PIPE AND SERVICE LINE INSTALLATION D. Laying Pipe Delete references to tee fittings. E. Tolerances .,.,�nh CA:a1__ QPC TT()TJ W)7*10 A ld—inm Z ) r ) 1. Revise as follows: Install the pipe within 1/2" of the specified alignment and within 1/4" of the specified grade, provided that such variation does not result in a level or reverse sloping invert. Add the following: F. Install detectable buried warning tape centered over all sanitary sewer mains and service lines.Install tape a minimum of 18"and maximum of 24"below finish grade. 3.2 MANHOLES A. Construction I , 2. Add the following requirements: Unless otherwise approved by the City of Bozeman, make all break-in connections to existing manholes by using a core drilling machine. Trim off and remove all excess gasket material inside manholes. 3. Revise this section as follows: Install adjusting rings on each manhole to bring the manhole rim elevation to match the existing or specified ground elevations. A maximum of 12" of adjusting rings are permitted. Furnish concrete adjusting rings reinforced with the same percentage of steel as the riser and top,or HDPE adjusting rings. To adjust the rim to match the slope of a street,use rubber-composite tapered adjusting rings. Install Ram-Nek or approved equal joint sealant compound between the first adjusting ring and the top of the manhole, between each adjusting ring, and between the last adjusting-ring and the manhole frame. 3.3 SANITARY SEWER SERVICE LINES A. Revise this section as follows: Construct service lines in accordance with City of Bozeman Standard Drawing No. 02730-2 or,if authorized by the Engineer,City of Bozeman Standard Drawing No. 02730-3. Install the service line to a point 8 feet past the property line unless shown or specified otherwise on the plans. Plug the end of the service line with a stopper and gasket,using a gasket of the same type used for pipe jointing.Do not grout the plugs.For multiple service lines installed in the same trench,maintain a minimum of 2 feet clear between each service line and service tap. For service lines connected to existing mains, use Schedule 40 PVC pipe with solvent weld joints or SDR 26 PVC pipe with gasketed joints, and provide all ') equipment,material, labor and incidentals necessary to install the service line from the main to the building. The City of Bozeman Sewer Department shall make all main taps for new sewer services connected to existing mains, at the Contractor's expense. Inserta Tees©may be used for service line connections to existing mains. 3.4 TESTS COBMODS Ob Edition Page 3 of 5 SECTION 02730 Addendum 3 A. Add the following requirements: At least 24 hours prior to beginning sewer main and manhole tests, provide a testing schedule to the Engineer and the City Engineering Office for approval. Specify the proposed sequence of testing and the methods and procedures which will be used to complete the tests. D. Water Test 1. Add the following requirement: If the water test method is used, verify groundwater levels at the time of testing by installing piezometers or test pits in the immediate area of the sewer line that is being tested. E. Air Test(Alternate) 9. Revise this section as follows: For test sections exceeding the maximum lengths, either shorten the test section to an allowable length;test according to Uni-Bell Standard Uni-B-6-98; or use the water test. Add the following requirement: 10. If the air test method is used to test the sewer mains, test manholes for leakage by filling each manhole with water to the top of the manhole. Measure the leakage by checking the water level drop in the manhole over a four hour period.Allow time to soak the manholes in advance of performing tests. The allowable leakage for manholes is 0.1 gal/hr/ft-dia/ft-head. G. T.V. Inspection 1. Revise this section as follows: All sewers are required to be inspected using a television camera before final acceptance. All television inspections of new sewers shall be done by the City of Bozeman Sewer Department at Contractor expense unless otherwise approved by the Water/Sewer Superintendent. Schedule inspections with the Sewer Department a minimum of one week in advance. De-watering equipment must be shut down a minimum of 24 hours prior to the television inspection to allow groundwater to return to typical levels. Adequately flush the sewer lines prior to each television inspection. T.V. inspection of dry sewer lines is not acceptable. A sewer line will be considered deficient and unacceptable if 1)the alignment is outside the specified limits, 2) water ponds in any section to a depth equal to or greater than a value 2 times the grade tolerance specified herein under Section 02730 3.1 E. 1.,or 3)the pipe has visible defects such as open joints,pinched gaskets, cracked barrels or bells, or similar defects. Correct any deficiencies and schedule a re-inspection by the Sewer Department. Sanitary sewer service lines maybe subject to the same T.V. inspection requirements as sanitary sewer mains at the discretion of the Sewer Superintendent. n.,,,e A-f c CF(`TInN w7in Addenrlmn I Add the following section: J. Manhole Vacuum Testing ' 1. Vacuum testing of manholes may be done in lieu of water testing.Testing shall be done in accordance with "ASTM C1244-05a, Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure(Vacuum)Test Prior to Backfill",with the exception that the testing shall be done after backfilling. 1 COBMODS 6'v Edition Page 5 of 5 SECTION 02730 Addendum 3 Intentionally Left Blank Add the following new section: SECTION 09810 STREET SIGNS PART 1 - GENERAL 1.1 DESCRIPTION A. This section is furnishing,fabrication,installation and the removing and resetting of signs in accordance with these and other specifications,the Standard Drawings,and in the location as shown on the plans or as directed by the Engineer. 1.2 REFERENCES MUTCD Manual on Uniform Traffic Control Devices 1.3 STANDARD DRAWINGS Standard Drawings in Appendix C applicable to this section are as follows: City of Bozeman Standard Drawing No. 09810-1, Sign Installation Standards City of Bozeman Standard Drawing No. 09810-2, Dead End Barricade City of Bozeman Standard Drawing No. 09810-3, Standard Street Marker Sign Location 1.4 DEFINITIONS A. The following definitions define the signing work to be done when the respective terms are used in the Contract. 1. NEW Signs designated "New" are to be furnished new and erected at the locations specified. 2. REUSE Signs designated"Reuse"are to be removed from the existing post or posts and remounted on a new post or posts at the locations specified. 3. REPLACE Signs designated"Replace" are to be removed and replaced with the specified "New" standard signs, including new post or posts, at the existing or specified new locations. 4. RESET Signs designated"Reset"are to be removed and reset at the locations specified using the existing sign faces and supports. 5. REMOVE Signs designated"Remove" are to be removed,to include the sign or sign assembly and sign supports. COBMODS 6"Edition Page 1 of 4 SECTION 09810 Addendum 3 PART 2 - PRODUCTS 2.1 POSTS A. Use 2" perforated square tube 14 gauge galvanized steel posts for all sign posts unless otherwise specified on the plans. Use Telspar or approved equal sign posts. Anchor posts as shown on Standard Drawing 09810-1. 2.2 STREET NAME MARKER SIGNS A. Provide street marker(D-3)signs which meet all applicable MUTCD Standards.For publicly-maintained streets,use white lettering on a green background.For privately- maintained streets, use white lettering on a blue background. For ground-mounted signs,furnish 9"flat-blade aluminum sign blanks, 0.08 inches thick. Provide a 1/4" white border around the edge of the sign. Use white Highway Font letters for the street name. Lettering for street names shall be mixed-case consisting of an initial upper-case letter followed by lower-case letters. Letter height is specified as the height of the initial upper-case letter. The nominal loop height of the lower-case letters shall be 3/the height of the initial upper-case letter. Street names shall have 6 inch letters, and 3 inch letters for street abbreviations or city sections (e.g. Street, Avenue,Road). Attach signs back to back on signpost with two 3/8" drive rivets with 1" backing washers. For overhead signs, blank and letter sizes shall be determined by engineering design and shall meet the requirements of the MUTCD. 2.3 REGULATORY,WARNING, CONSTRUCTION, AND GUIDE SIGNS A. Assure that all signs meet applicable MUTCD Standards. Furnish construction grade aluminum sign blanks,0.08 inches thick. Attach signs to the posts with a minimum of two 3/8" drive rivets with backing washers. For signs smaller than 18"x18",use 3/8"x 1"washers; for larger signs use 3/8" x 1.5"washers. 2.4 SIGN POST FOUNDATION SLEEVES A. Furnish 21/" non-perforated 12 gauge galvanized steel square tube foundation sleeves for all sign posts. Use "Telspar Quik Punch" or approved equal. Install sleeves in concrete anchor as shown on Standard Drawing 09810-1. 2.5 REFLECTIVE SHEETING A. Reflective sheeting for signs shall be Type IV("High Intensity Prismatic')or better. 2.6 DELINEATORS A. For flexible delineators,use Flex-Stake Series 750 for surface mount and Flex-Stake Series 670 for ground mount, or approved equal. � Mwlrnrnc 4tb VA 4-- Po—I.FA 'QPCT1r1N nQR10 Arlrlp diem I PART 3 -EXECUTION 3.1 SIGN INSTALLATION A. Assure that all signs are installed according to MUTCD Standards. Locate signs where shown on the plans or as directed by the Engineer. Assure that signs are installed plumb, at the correct height, and with the edge of the sign a minimum of two feet from the face of the curb or edge of pavement. 3.2 SIGN REMOVAL OR REPLACEMENT A. As directed by the Engineer, salvage existing signs designated to be removed or replaced to the site specified by the City of Bozeman. Properly dispose of all signs designated for removal or replacement which have not been designated for salvage. 1 PART 4-MEASUREMENT AND PAYMENT 4.1 GENERAL A. The following are pay items for the work covered under this section. Payment for these items is full compensation for providing all materials, tools, labor and equipment necessary to complete the item and all incidental work related thereto, whether specifically mentioned herein or not. 1.NEW SIGNS Measurement of signs is per each sign installed. Payment for signs is made at the contract unit price bid per each sign installed, which includes furnishing and installing sign posts and sign faces and all other work necessary or incidental for completion of the item. 2. REUSE SIGNS Measurement of signs is per each sign installed. Payment for signs is at the contract unit price bid per each sign reused. Such price or prices and payment will be full compensation for furnishing and erecting the new sign supports and remounting the sign,removing and disposing of the existing sign supports,and backfilling of removal sites. 3. REPLACE SIGNS Measurement of signs is per each sign replaced. Payment for signs is at the contract unit price bid per each sign replaced. Such price or prices and payment will be full compensation for removing and disposing of the existing sign and furnishing and erecting the new sign supports and sign faces. 4. RESET SIGNS Measurement of signs is per each sign reset. Payment will be made at the contract unit price bid per each sign reset. Such price and payment will be full compensation for all work and materials including dismantling and removal, resetting, furnishing and installing break away devices (if required),breakdown of foundation material and backfill of removal sites, and all incidentals necessary to COBMODS 6'h Edition Page 3 of 4 SECTION 09810 Addendum 3 complete the work. When not provided for in the contract, reset signs will not be paid for directly but will be considered incidental to and included in payment for other items in the contract. 5. REMOVE SIGNS Measurement of signs is per each sign removed. Payment will be made at the contract unit price bid per each sign removed. Such price and payment will be full compensation for removing each sign and supports, removal from the project,breakdown of foundation material,and backfilling removal sites. /"l1DT X--Q Lth CA:-'— Dn ou A..F A QF(`TT()N OQR 1 fl A&I-1—Z APPENDIX A MONTANA PUBLIC WORKS STANDARD SPECIFICATIONS STANDARD DRAWINGS Drawing Description Status 2213-1 Manhole Adjustment Detail Replaced 2213-2 Water Valve Adjustment Detail Replaced 2221-1 Typical Utility Trench Detail Active 2221-2 Pipe Bedding Alternate Active 2222-1 Trench Plug Excavation Detail Active 2528-1 Detail of Standard Curb and Gutter Replaced 2528-2 Detail of Drive Over Curb and Gutter Deleted 2529-1 Double Gutter Detail for Street Intersection Replaced 2529-2 Standard Fillet Replaced 2529-3 Type I Street Monument Replaced 2529-4 Type II Street Monument Deleted 2529-5 A Boulevard Drive Approach Detail Replaced 2529-5 B Curb Walk Drive Approach Detail Replaced 2529-6 Retrofit Drive Approach Active 2529-7A Boulevard Alley Approach Detail Active 2529-713 Curb Walk Alley Approach Detail Replaced 2529-8 Accessibility Ramp Replaced 2529-9 Swale Crossing Deleted 2529-10 Mailbox Mounting For Curbline Delivery Active 2660-1 Thrust Blocking for Water Main Fittings Active 2660-2 Water And Sewer Main Separation Active 2660-3 Thrust Blocking For Water Main Valves Replaced 2660-4 Fire Hydrant Setting Replaced 2660-5 Hydrant Location Detail Replaced 2660-6 Water Service Line Replaced 2660-7 Blowoff Valve Replaced 2720-1 30" Standard Storm Drain Inlet Replaced 2720-2 24" Standard Riser Inlet Active 2720-3 Sanitary Sewer And Storm Drain Manhole Replaced 2720-4 Standard Straight Manhole (ASTM C-478) Replaced 2720-5 48" Standard Manhole(Cone Sections) Deleted 2720-6 Precast Manhole Bases Active 2720-7 Typical Manhole Channel Details Active 2720-8 Standard Cast Iron Manhole Cover Deleted 2720-9 Standard 24" Cast Iron Ring Deleted 2720-10 Storm Drain Service Line Active 2730-1 Nomograph For Air Testing Gravity SewerMains Active 2730-2 Sanitary Sewer Service Line Replaced 2730-3 Deep Sanitary Sewer Service Line Deleted COBMODS 6ih Edition Page I of I APPENDIX A Intentionally Left Blank APPENDIX B CITY OF BOZEMAN STANDARD DRAWINGS Drawing Description 01570-1 Traffic Control, Minimum Standard, Urban Work Site, 4 Lane Road, Work Site Closing One Lane 01570-2 Traffic Control,Minimum Standard,Urban Work Site,2 Lane Road,Work Site On Centerline 01570-3 Traffic Control,Minimum Standard,Urban Work Site,4 Lane Road,Work Site On Centerline Partially Blocking Inside Lanes 01570-4 Traffic Control,Minimum Standard,Urban Work Site,2 Lane Road, I Lane Partially or Fully Closed By Work Area 01570-5 Traffic Control,Minimum Standard,Rural Work Site,Work Adjacent to the Present Traveled Way 01570-6 Traffic Control,Minimum Standard,Rural Work Site,Utility Work On or Across the Present Traveled Way 01570-7 Pedestrian Traffic Control for Temporary Sidewalk Closure 01570-8 Sidewalk Closure with Detour 02213-1 Manhole Adjustment Detail 02213-2 Water Valve Adjustment Detail 02528-1 Integral Concrete Curb and Gutter 02529-1 Double Gutter Detail for Street Intersection 02529-2 Standard Fillet 02529-3 Type I Street Monument 02529-5 Driveway Approach With Sidewalk Adjacent to Curb 02529-7B Curb Walk Alley Approach 02529-8 Pedestrian Ramp 02529-8A Blended Transition Pedestrian Ramp 02529-11 Residential Driveway Approach and Sidewalk Details 02529-12 Non-Residential Driveway Approach 02529-13 Non-Residential Driveway Approach for Arterial Streets 02529-14 Concrete Storm Drainage Outlet and Inlet Chases 02529-15 Publicly-Maintained Sidewalk 02529-16 Asphalt Pathway Typical Section 02529-17 Concrete Class 1 Trail Typical Section 02529-18 Class 2 Trail Typical Section 02581-1 Typical Pavement Markings for Pedestrian Crossings (Type "A" Crossings) 02581-2 Typical Pavement Markings for School Crossings (Type "B" Crossings) 02660-3 Thrust Blocking For Water Main Valves 02660-4 Fire Hydrant 02660-5 Hydrant Location Detail 02660-6 Water Service Line 02660-7 Typical Blowoff COBMODS 6"Edition Page 1 of 2 Appendix B Addendum 3 Drawing Description 02660-8 Hydrant Barrier Posts 02660-10 Typical Valve/Tee Restraint 02660-11 Water Main Crossing Below Existing Sewer Main 02660-12 Standard Domestic Service Line Installation for Sizes 4" and Larger 02660-12A Typical Riser Configuration 02660-13 Standard Fire Service Line Installation For Class I,II and III Systems 02660-14 Standard Fire Service Line Installation For Class IV and V Systems 02660-15 Water Service Line From Curb Stop to Building(Lines 2" and Smaller) 02660-16 Water and Sewer Main and Services Location Standards 02660-17 Water Service Interior Clearances 02660-18 Irrigation Meter Pit, %" or 1" Services 02660-19 Irrigation Meter Pit, 1 '/2" or 2" Services 02720-1 36" Standard Storm Drain Inlet 02720-1A Standard Square Storm Drain Inlet 02720-1B Combination Manhole and Curb Inlet 02720-3 Sanitary Sewer and Storm Drain Manhole 02720-4 Standard Straight Manhole 02720-11 Storm Drain Debris Rack 02730-2 Sanitary Sewer Service Line 02730-3 Deep Sanitary Sewer Service Line 02730-4 Sanitary Sewer Cleanout 02730-5 Standard Drop Manhole 09810-1 Sign Installation Standards 09810-2 Dead End Barricade 09810-4 Standard Street Marker Sign Location APPENDIX C Complete list of Standard Drawings to be used with the City of Bozeman Modifications to Montana Public Works Standard Specifications, Sixth Edition: Drawing Description COB 01570-1 Traffic Control,Minimum Standard, Urban Work Site, 4 Lane Road,Work Site Closing One Lane COB 01570-2 Traffic Control, Minimum Standard,Urban Work Site, 2 Lane Road, Work Site On Centerline COB 01570-3 Traffic Control,Minimum Standard, Urban Work Site, 4 Lane Road, Work Site On Centerline Partially Blocking Inside Lanes COB 01570-4 Traffic Control,Minimum Standard,Urban Work Site,2 Lane Road, 1 Lane Partially Or Fully Closed By Work Area COB 01570-5 Traffic Control,Minimum Standard,Rural Work Site,Work Adjacent To the Present Traveled Way COB 01570-6 Traffic Control, Minimum Standard, Rural Work Site, Utility Work On or Across the Present Traveled Way COB 01570-7 Pedestrian Traffic Control for Temporary Sidewalk Closure COB 01570-8 Sidewalk Closure with Detour COB 02213-1 Manhole Adjustment Detail COB 02213-2 Water Valve Adjustment Detail MPW 02221-1 Typical Utility Trench Detail MPW 02221-2 Pipe Bedding Alternate MPW 02222-1 Trench Plug Excavation Detail COB 02528-1 Integral Concrete Curb And Gutter COB 02529-1 Double Gutter Detail For Street Intersection COB 02529-2 Standard Fillet COB 02529-3 Type I Street Monument COBMODS 6'Edition Page I of 4 APPENDIX C Addendum 3 COB 02529-5 Driveway Approach With Sidewalk Adjacent To Curb MPW 02529-6Retrofit Drive Approach MPW 02529-7A Boulevard Alley Approach Detail COB 02529-713 Curb Walk Alley Approach COB 02529-8 Pedestrian Ramp COB 02529-8A Blended Transition Pedestrian Ramp MPW 02529-10 Mailbox Mounting for Curbline Delivery COB 02529-11 Residential Driveway Approach and Sidewalk Details COB 02529-12 Non-residential Driveway Approach COB 02529-13 Non-residential Driveway Approach for Arterial Streets COB 02529-14 Concrete Storm Drainage Outlet and Inlet Chases COB 02529-15 Publicly-Maintained Sidewalk COB 02529-16 Asphalt Pathway Typical Section COB 02529-17 Concrete Class 1 Trail Typical Section COB 02529-18 Class 2 Trail Typical Section COB 02581-1 Typical Pavement Markings for Pedestrian Crossings COB 02581-2 Typical Pavement Markings for School Crossings MPW 02660-1Thrust Blocking for Water Main Fittings MPW 02660-2Water And Sewer Main Separation COB 02660-3 Thrust Blocking For Water Main Valves COB 02660-4 Fire Hydrant COB 02660-5 Hydrant Location Detail COB 02660-6 Water Service Line ....,. r.r.r.<ih D__o q-CA APPT7AT"TV P AAAP+,A-A COB 02660-7 Typical Blowoff COB 02660-8 Hydrant Barrier Posts COB 02660-10 Typical Valve/Tee Restraint COB 02660-11 Water Main Crossing Below Existing Sewer Main COB 02660-12 Standard Domestic Service Line Installation for Sizes 4" and Larger COB 02660-12A Typical Riser Configuration COB 02660-13 Standard Fire Service Line Installation For Class 1, I1 And III Systems COB 02660-14 Standard Fire Service Line Installation For Class IV And V Systems COB 02660-15 Water Service Line from Curb Stop to Building (Lines 2" and Smaller) COB 02660-16 Water And Sewer Main And Services Location Standards COB 02660-17 Water Service Interior Clearances COB 02660-18 Irrigation Meter Pit, 3/" or 1" Services COB 02660-19 Irrigation Meter Pit, 1 1/2" or 2" Services COB 02720-1 36" Standard Storm Drain Inlet COB 02720-1A Standard Square Storm Drain Inlet COB 02720-1B Combination Manhole and Curb Inlet MPW 02720-224" Standard Riser Inlet COB 02720-3 Sanitary Sewer And Storm Drain Manhole COB 02720-4 Standard Straight Manhole MPW 02720-61'recast Manhole Bases MPW 02720-7Typical Manhole Channel Details MPW 02720-10 Storm Drain Service Line COB 02720-11 Storm Drain Debris Rack COBMODS 6"Edition Page 3 of 4 APPENDIX C Addendum 3 MPW 0273 0-1 Nomograph For Air Testing Gravity Sewer Mains COB 02730-2 Sanitary Sewer Service Line COB 02730-3 Deep Sanitary Sewer Service Line COB 02730-4 Sanitary Sewer Cleanout COB 02730-5 Standard Drop Manhole COB 09810-1 Sign Installation Standards COB 09810-2 Dead End Barricade COB 09810-4 Standard Street Marker Sign Location ..,........ .a,..,..._._ D---A—VA A PPTTTTITX(' A.TAPn�nm Z City of Bozeman Approved list of Copper Connections COPPER TO COPPER UNIONS BRAND I SIZE I TYPE IFACTORY NUMBER A.Y. McDonald V Compression 3 piece 4758Q Ford 3/a" Compression 3 piece C44-33Q Mueller 3/" Compression 3 piece H15403 A.Y. McDonald 1" Compression 3 piece 4758Q Ford 1" Compression 3 piece C44-44Q Mueller 1" Compression 3 piece 15403 A.Y. McDonald 1 1/2" Compression 3 piece 4758Q Ford 1 1/2" Compression 3 piece C44-66Q Mueller 11/2" Compression 3 piece H15403 A.Y. McDonald 2" Compression 3 piece 4758Q Ford 2" Compression 3 piece C44-77Q Mueller 2" Compression 3 piece H15403 A.Y. McDonald 3/Xl" Compression 3 piece 4758Q Mueller %Xl" Compression 3 piece H15403 A.Y. McDonald 1X11/2" Compression 3 piece 4758Q COPPER TO COPPER 90'S BRAND SIZE TYPE IFACTORY NUMBER A.Y. McDonald 1 W) Compression 4761 Q Mueller 11/2" Compression H15526 A.Y. McDonald 2" Compression 4761 Q Mueller 2" Compression H 15526 STRAIGHT STOPS 1 BRAND SIZE TYPE IFACTORY NUMBER A.Y. McDonald V Compression 610OMWQ Mueller V Compression B24350 A.Y. McDonald 1" Compression 610OMWQ Mueller 1" Compression B24350 A.Y. McDonald 1 1/2" Compression 610OMWQ Mueller 11/2" Compression B24335 A.Y. McDonald 2" Compression 610OMWQ Mueller 2" Compression B24335 COBMODS 6°i Edition Pagel of 3 APPENDIX D ANGLE STOPS BRAND SIZE TYPE FACTORY NUMBER A.Y. McDonald 3/" Compression 4602BQ Mueller 3/" Compression B24258 A.Y. McDonald 1" Compression 4602BQ Mueller 1" Compression B24258 A.Y. McDonald 1 %2" Compression 4602BQ Mueller 1 %2" Compression B24276 A.Y. McDonald 2" Compression 4602BQ Mueller 2" Compression B24276 CORPORATION STOPS BRAND I SIZE I TYPE IFACTORY NUMBER A.Y. McDonald 1/" Ball Corps 4701BQ Mueller 3/" Ball Corps B25008 Ford %5' Ball Corps FB10003Q A.Y. McDonald 1" Ball Corps 4701BQ Mueller 1" Ball Corps B25008 Ford 1" Ball Corps FB10004Q A.Y. McDonald l %2" Ball Corps 4701BQ Mueller 1 T/z" Ball Corps B25008 Ford 1 %2" Ball Corps FB10006Q A.Y. McDonald 2" Ball Corps 4701BQ Mueller 2" Ball Corps B25008 Ford 2" Ball Corps FB10007Q CURB STOPS BRAND SIZE TYPE FACTORY NUMBER A.Y. McDonald %'5 Ball Valves/Minneapolis Thread 6104Q Mueller 3/" Ball Valves/Minneapolis Thread B25155 Ford %" Ball Valves/Minneapolis Thread B44-333MQ A.Y. McDonald 1" Ball Valves/Minneapolis Thread 6104Q Mueller 1" Ball Valves/Minneapolis Thread B25155 Ford 1" Ball Valves/Minneapolis Thread B44-444MQ A.Y. McDonald 1 T/2" Ball Valves/Minneapolis Thread 6104Q Mueller 1 Th" Ball Valves/Minneapolis Thread B25155 ....+,,....r.c.clhr.�..:__ Don 17 fI APPPNT)TXT) CURB STOPS BRAND SIZE TYPE FACTORY NUMBER Ford 1 1/z" Ball Valves/Minneapolis Thread B44-666MQ A.Y. McDonald 2" Ball Valves/Minneapolis Thread 6104Q Mueller 2" Ball Valves/Minneapolis Thread B25155 Ford 2" Ball Valves/Minneapolis Thread B44-777MQ CURB BOXES BRAND SIZE TYPE FACTORY NUMBER Mueller All H10388 with bushings as required SADDLES BRAND SIZE TYPE IFACTORY NUMBER A.Y. McDonald 4" 2838 Ford 4" for DIP 20213-540 Mueller 4" BR21304741P A.Y. McDonald 6" 2838 Ford 6" for DIP 20213-750 Mueller 6" BR21306841P A.Y. McDonald 8" 2838 Ford 8" for DIP 20213-962 Mueller 8" BR21308991P A.Y. McDonald 10" 2838 Ford 10" for DIP 20213-1212 Mueller 10" BR213 11041P A.Y. McDonald 12" 2838 Ford 12" for DIP 20213-1438 Mueller 12" BR213 1314IP Note: Other copper connectors may be approved by the Water Superintendent on a case by case basis. COBMODS 6'n Edition Page 3 of 3 APPENDIX D Intentionally Left Blank r- rn Orn O� 0) n U-) a� taaW- ` w z_ O -Q LO U1 W : Z U i0 o In o N Mw O O f-bi a N M M Vl H U �dJO fi ry �M - - y dZ N ON N L x— U Qw N M N_ Z 0 ~ IW_- _ `o O Z rn w co d� N M M O �Z U J -WW I N J 0� r x� m Q �zao OZ _js -0 no CIO — m o0 o Z 0:� wz °o O w N o o 0 a U !Y I `lt'a.33M}aFES w c L O c li Q u m y U �.L. a o y+°� c u Q Z O o E o h- LOM 0�- v°i E 0 � u, o N:X Z O c U I m o m i o E o 0 3 ._ c o o L I W W EN w on � y J °o 00 '0 +' �: QZ ° ^� O 0,= a�i U o o E o r a E V Z L•- U c O'' a) al N 0 41 0 O a) p > 0 0 .' E a o C c N 1 U.p E •O OL O O c �n U E X c "'' 'O++ O O U o m o m c c E 0 E o 0 o t o e r a 0 w 0 ` o E 0_ Z U 0 c 7 _ < Eoi 4 Q - E o o 3� •�_ aui m EL m0 oc U E o Nam' 0 o c o n -0N ` E Uoo a) a) rc E � 0u • N O ` c U O c fn C N 'O U O U L N Vl N o _ oo I 1. °1a a� L 10 0o c h+ T I Tn0 Q it yC� • 7 0._ZHp 0 E . E fA F- U 7 • L'O V1 NQ N O N 7 a)a N L I V) c" cm O �vS cQ y I -a m 0"oQ; F-fit 7 O 7w7 LZ� � OUw O L3d F- U � aV10Z OOy � •oU> 00N =v-0 .� a~ c tY iyl�jv� w v� Q wU N O.O O ca y O T Y o W W O >D o c O L Z a O U O O() a (n N w L O E �i O a7 FQ-'6 J tll a='n p�`O U O�'N a Q0 w00- E Q E S 00 Z 0 W> O m CL O O y W� >� -0 Q. wQ.n OQ Nm >w-o H O Zr- N M 4 Ld 6 I� °o N t\ rn o _ U_ u o m c o p o i s= N c U O U = ° O ''^^ .._. m 7 a+ O V ......==Q w e a o d° c u N -- E N N N O Z ____ = Y 'O N I O> r _ E = C 41 p m r , __ _ W _c_ E 0 O.D O N 2 fn ° N 0�0 LJ�W EN ap cy jD x am Q uuc62 °oO E J WJ E L— YQZ W L,OL, `° 0 0 u °m E EE d - f r°I -E-u O u t` 5 O:fQzWF�- m3° OE Zw3 ' U O= y W W L C E =u O W U Oy S rN wid U � ZZ C N y d = Q U O may° �, v v"= a m vs ° N �E u�o LL Q N= Nr 0 N I rnp� °jC LL do c mO Q Z °•°� pWF� O p O W Q Z 1/1 W v N r � Z 0:::[: W p° oZ m O°u w � 3cn M ' .• �`oFZ ZOO v Wr oU 2,00 _ Q 2 (7 WpJ_v i ��� d� XZ CK a°� Q:°Zmo��rnp OO_uoT Wtx w°U`o`�nc h wt E W O=c� av aU auZ-0,0 L.LJ �00 pEa wCU DI14)O'n EN u Q OW 00� ZO nu o�ma�.°a!o y O T— w�'Y 0 o¢Hm'>�v U Z T F Ln Z� cj ki � �ci �ri r ao P� Oq q w z_ Z U in O if) O O OOa M X-, q OfNof LLI � H ILO Z N m Lq �� N M M _ +---=- O W a to J _; = N =W W to �� M-wi� W U d M w~~ x0 (n 8-3�w N: Z W �dJO �g oO d M � rn lii1a9;11{1 s1je V I � LO to c u r WE v •O Q uE v O N v` s a L Z E o N v o� °N = = o J W U v= >. m L r a u c W -J ��W E °N a w zYzw xOQU 3 auv v En c� xvOE O W -erg t c c E o Q `o a ov > U N li Oli y�u ' vo of o °'. Eu ° g oY ZO 0 °o v ° r u `o c E O o E Ea 3 �w v � Q W Z J °`m�e n mM �c u Evo ~ m Z � — ° °o V) U "`o m ° ° c O vo3o �a mE °oP_ O E �cv U ' m -° n s a°�i N NNC O L.- LJ 11. o C I :'= LL Q J 0 t\�::<X'::•,:: rNo=o cv ¢d uuvtrn LL zWC pcuQ_ �=- cO0 J -LiZola Q c0 IOQ . vcyZW I ° -o c•- �N� .uk• Q c7' I �oZy °2Wvci, W°O'»v�p Jw a��7°°V aL r o E Z E W cau°>mEulvwEv5 O Z �' fan oQ Nm>w-v N t<i vi �ri r ao z � z O � Q P� Q O � Ems-+ Z wz U ZU r� OU d N NOI M v l to H QZ It N N m N M o f--J d N O W W~ 1!1 O In O �1EAI�i. Q LA I- d- N M M] M w Vlof Ld 0. xr; x� (n��d' N_ Z w �dJO M r o ° w N y o O rn c DO ' VY'� Cam.-•lo NT> � _O E'd c o n o N S Ln ° d N o O E d C y O v � W �- Q J LLJ Z c ui ::DZ_ � c Y JQ QU ° f ua°0 c aE WU E u Q 0::E o<3 0 0 O CL �YO -C oE E<LO '. 2 WO O p O C : of E ° Z o . tE 0 ,J m o 0c( w ° ouo nE < O ° -.-0 co vi v, - W 0` cZ.� I N ' O0EW u aim 3 yo °mz •Cv°` (, Q J • "�� vai mL :3 p 0 U o } inE� Zo~ w�ool v°v U J I c c a v -O a 2 o¢wz c t� LI... Q W J Qom Foamy 3ournWLL,`;o LL Z e LL- yz o0 o ay o_U>> ,o«o m Q Q _j Q u u o oz '�v a�a 0°o a ym yt_o>co0oi1 N OOwwv `Efo °w ccv N a°�m�EE— ow owu zo o >c1v MO m W W N M � u � m JZ Q U O T � Z M�cfl a Z Z o F-z �<z a� N nf 0 q 0-3--Ld w0 En q 0_j ZaJ z O � Ld CD o V q Ud N M M dam' HE Ha V �Jg U H o w U1 a 0-< z?� H w N M 5y J N.i u0 Ld _ (nEL= o o a(n w 0 w~ �n o o AHA€7.. Q w F v w� N M M ry y am»- _ L—(n� x� xO cn��af w DEL 0 cng IL �tM� (n c o U N � O o -0- Ln 0) •— o� 5� Li N "� s 16 0 0 -o U, N Dm 0 o o rn O N N }r 0 Q '(D � ° z oN w O= V)� p O L L C ,f' 00 O N i oLO CL 0)V-M N p o� C� V/ �(�� __ C E n C y L W — Y =.. `00 0 Z F- M� E cD Q Q o�o o0-0OJZ Q W J s� N -0-� j � W o ' U < >O ° . C r � _� I— mU f N o� ° 0 x(z0 o 1 ° n V) w Z �acD °o = � LL QQ W O o Li. C (n �Li0Li • T•N N 70 O E NF- Q Z o �Z Q • a` NLIL -0 N C C N O L C' F-4,= O Z �o I a °oQw U p o C Z N o W d N a) o Z w oo N J Z TE o of �•`-�-o Q 0 a � >D" boo Z 0E)., U o oU nevi N o— Q w nL? vo(D o n _ W C Q U o> 4) Qtn c ~ oiLO w 0 0 J N O_J� fn - Ln-a <-0 oQ N N M N Oq Pq q wa Ez a <w Q� r00 n Xo w 00 a to r` _ rn o c o O 7 :, w m+ � _ X i;iM:N:i;4i;ij mN w -p N- Z ern o� � 0 i!:. p •l L.- O 3 � >rn s L ;'_ rn o O O p m $to to c w in v oa +!"��:::zur..!•'i;''e,pul;;,�, o p rn o o n o ? � Z � ++ ++ ++ O p C ~ _ /1 X n L O 0 L n L Z c 0— O O U p N p N O � (n ~ W �c� a� a L c ;7 c o N ~ c� o cXpZ� o) � o o f o IL � � �J0� EU p : � Oc) a Li O LL C +O+ U O C ++ Q f o �� U o oo t OJ o o o, u o 3 o _ L.-� . : Q O W o p .+�i;:i!^;;'?pl!�y�'I,!.: !;•n:,:ra: L L N � Z W 0 ++ � U Z O a N N 0 •N pf C NNrf o Q Z oY _ "I a rnO `o Cp o O X� 0 3 V) !n-0 O D N O Nc Z + _ M Li� - U z 0c 0c o �n Li w Eo U � o oa�i z Q ZJLLJ n rn W Qo rn p yL CL I o E 70 c f— H ) o' Ham— M.2 (f) � p N j'_''C ZLJ oo po 00 o O 170 moo" Z� m � d o Q. I �5 no o �� °Up wU wNOUViS ON99VIJ Wo w o _ JZ u - O c �o O > � c Z Nn-d Upo Uas �� V) W C C 7 CIL V U p N d N O Z U d 0--0 Q L O Q N z � �^: ��;�1;hl: pq 1 i f2l H � O U H �il�llf41!I,I!If,(IJ lei{!., co fch R9-1 1(L) SIDEWALK CLOSED AHEAD CROSS HERE 30"X24" SIDEWALK CLOSED 24"X18" SIGNS ARE TO BE PLACED AT THE NEAREST LEGAL CROSSING TO THE WORK AREA. MAY ONLY BE USED IF A PARALLEL SIDEWALK EXISTS ON THE OTHER SIDE OF THE ROADWAY. SIDEWALK CLOSED 24"X18" R9-1 1(R) SIDEWALK CLOSED AHEAD CROSS HERE 30"X24" SIGN ® WORK SITE TRAFFIC DRUMS OR CONE CITY OF BOZEMAN SCALE: PEDESTRIAN TRAFFIC NO. 01570-7 NONE CONTROL FOR TEMPORARY FEB 2007 STANDARD DRAWING SIDEWALK CLOSURE 5' 5' -% o NI r R9-9 SIDEWALK 4, CLOSED TEMPORARY ACCESS RAMP ADEQUATELY SUPPORTED FENCING F SIDEWALK FENCING CLOSED MUST MAINTAIN 4' CLEAR AREA R9-9 BETWEEN FENCING. WALKWAY MUST BE SMOOTH AND KEPT CLEAR OF FENCING AS SHOWN MAY USED OBSTRUCTIONS FOR SHORT TERM (LESS THAN APPROPRIATE TRAFFIC 30 DAYS) INSTALLATION. MORE CONTROL PLAN MUST BE PERMANENT STRUCTURES WILL BE USED FOR LANE CLOSURES REQUIRED FOR LONGER TERM. A COVERWALK MAY BE REQUIRED FOR OVERHEAD OPERATIONS (IF HEIGHT MINUS 10' EXCEEDS DISTANCE FROM WALK WAY TO WORK AREA) CITY OF BOZEMAN SCALE: SIDEWALK CLOSURE NO. 01570-8 STANDARD DRAWING NONE WITH FEB 2007 DETOUR REET SURFACING .;�F: 4:�::�::'.:� ::�.J'' �-T•.;:e::..:i:l:;�F<^:.gig, HOT MIX ASPHALT L�24'MIN. COMPACTED 815E II CONCRETE ADJUSTING AND SUBGRAGE .',.f,.i. RINGS AS NECESSARY (2-MIN.-12-MAX.) NOTES: 1.Adjust manholes upward with adjusting rings under frame. 2.Adjust manhole downward by removing cone and barrel sections as necessary and replacing with sections of length required to match grade. 3.Slope manhole frame as required to mathch slope of street. 4.Final manhole adjustment shall be made before paving. 5.All joints between manhole sections,top cone,adjusting rings,and manhole ring shall be watertight. Joint material shall be"Ram-Nek11 or approved equal. 6.Manhole ring and cover shal be adjusted to match final crown and grade of street.Use Anderson Precast or approved equal concrete angled adjustment rings to obtain required angle. 7.Manhole ring and cover:use MCI 305 frame,305A cover,IFCO 772 frame, 772-B cover, or Deeter 1025,or D &L A-1172 with 1"cover. CITY OF BOZEMAN Scale: MANHOLE ADJUSTMENT NO. 02213-1 STANDARD DRAWING None DETAIL Rev.April 2005 TOP OF NEW PAVEMENT �6 1 8" MIN., 1 4" MAX. 6" COMPACTED BASE & SUBGRADE NOTES; 1. Adjust water valves upward or downward as required, Final adjustment shall be made after paving and before seal coating. 2. Model No. 69 8550 series, East Jordan Iron works adjustable screw—type risers may be used to raise or adjust existing valve boxes only. 3. Valve box adjustment shown is designated as Type II water valve adjustment. Type I water valve adjustment is similar except with a concrete collar. CITY OF BOZEMAN SCALE: WATER VALVE ADJUSTMENT NO. 02213-2 STANDARD DRAWING NONE DETAIL Feb. 2004 NOTE: WHERE TRENCH PASSES THROUGH EXISTING PAVEMENT THE PAVEMENT SHALL BE CUT ALONG A NEAT VERTICAL LINE A MINIMUM OF 12" (30cm) FROM THE EDGE OF THE TRENCH OPENING. WHERE NEAT LINE IS LESS THAN 3' (0.9m) FROM EDGE OF EXISTING PAVEMENT OR CURB AND GUTTER SECTION, REMOVE AND REPLACE ENTIRE PAVEMENT SECTION BETWEEN TRENCH AND EDGE OF PAVEMENT. EXISTING STREET SURFACE VERTICAL TRENCH WALLS WITH SHORING TO CONFORM TO O.S.H.A. REGULATIONS* 12"(30 cm) MIN. SUBGRADE OR GROUND SURFACE INSTALL DETECTABLE SLOPING, BENCHING OR WARNING TAPE 18"(45cm) SUPPORT SYSTEMS IN THIS MAX. DEPTH AREA TO CONFORM TO BACKSLOPE AS SPECIFIED O.S.H.A. REGULATIONS* TO CONFORM TO O.S.H.A. (OPTIONAL) REGULATIONS* TYPE "A","B OR "C" : 6"(15cm) TRENCH BACKFILL j/ j SELECT TYPE I BEDDING oC�C L?�o�0 / MATERIAL PLACED 0 0�// IN 6"(15cm) LAYERS & TYPE I PIPE BEDDING oOo "c, oo {= /�� COMPACTED AS SPECIFIED n �o ao \// /\ IN SECTION 02221. PLACED IN 6"(15cm) MAX. vo (10cm) ac n Q Qo j c o C7 0 LAYERS AND COMPACTED 4" THOROUGHLY. / TRENCH WIDTH=O.D. OF PIPE PLUS 2'(60cm) MIN. TRENCH WIDTH= 3.5'(1.1m) TYPE 2 PIPE BEDDING i� WHERE REQUIRED FOR SOFT OR UNSTABLE FOUNDATION NOTE: SEE CONTRACT SPECIAL PROVISIONS FOR ANY MODIFICATIONS TO STANDARD TRENCH MATERIALS AND/OR OTHER TRENCH DESIGN FEATURES * SEE O.S.H.A. CONSTRUCTION STANDARDS FOR EXCAVATIONS. REVISED: 10/25/02 CITY OF BILLINGS SCALE: STANDARD DRAWING STANDARD SPECIFICATIONS NONE TYPICAL UTILITY TRENCH DETAILS N0. 02221-1 It is recognized that native materials which may be used for pipe bedding vary widely from area to area. Therefore, the following is offered as an alternate to the TYPE 1 pipe bedding specification in Section 02221:TRENCH EXCAVATION AND BACKFILL FOR PIPE— LINES AND APPURTENANT STRUCTURES. This alternate shall be used only if called for in the Special Provisions. It must be emphasized that no specification should be used without the engineer's evaluation of the particular situation. TYPE 1 PIPE BEDDING Type 1 pipe bedding, imported or naturally occurring on site, shall be gravel, gravel—sand mixture, or sand. The material shall be well graded and shall conform to the requirements for soil type GW (gra— vel, well graded) or SW (sand, well graded) of the Uni— fied Soil Classification System (USCS) as delineated in ASTM D2487 except, at the discretion of the engineer, the material may contain up to a maximum of 12 percent passing the 200 sieve provided the plasticity index of the material is 6 or less. The maximum size gravel shall be 3/4—inch. The coefficient of uniformity for gravel shall be 4 or greater and a coefficient of curvature between .1 and 3. Sand shall have a coefficient of uniformity of 6 or greater and a coefficient of curvature between 1 and 3. Type 1 bed— ding shall consist of a minimum of 4 inches(10 cm), or 118 the outside diameter of pipe, whichever is greater, bedding material under the pipe; and the bedding material around and over the pipe to a point a minimum 6 inches (15cm) above the top of the pipe unless specified otherwise in the Special Provisions. The coefficient of uniformity is defined as the ratio of grain size diameter at 60% passing to the grain size diameter at 10% passing expressed as: D60 Cu = D10 The coefficient of curvature is defined as the position of the square of the grain size diameter at 30% passing to the product of the grain size diameter at 107 passing times the grain size diameter at 60% passing expressed as: ( Cc = `D30)2 D10 x D60 Where the naturally occurring material contains voids which would allow migration, sand bedding material shall not be used. Bedding material under and around the pipe to 6 inches (15cm) above the top of the pipe shall be placed by hand or other careful manner so as not to disturb the pipe, in maximum layers of 6 inches (15cm) and compacted to a minimum of 851'. Standard Proctor ASTM D698 R, AASHTO T-99. Special care shall be taken to assure complete compaction under the haunches of the pipe. Backfill material shall be placed in the trench for its full width on each side simultaneously. Water settling of this portion of the trench will not be allowed. The addition of water shall be limited to that required for optimum moisture for maximum compaction of the material. REVISED: 12/27/95 MONTANA PUBLIC WORKS SCALE: STANDARD DRAWING STANDARD SPECIFICATIONS NONE PIPE BEDDING ALTERNATE NO. 02221-2 A Ground Surface Std.Trench Backfill Trench Plug Material SelectPipeBedding Bottom of Trench Type I Bedding A I - 10'(3m) � Section A-A Std.Trench Backfill Ground Surface Trench Wall �i�; �i ',%�i �; �;; �;�i Trench Wall Plug Limit Plug Limit 13'(90 cm) Plug Limit J Trench Bottom L3'(90 cm) REVISED: 10/21/02 MONTANA PUBLIC WORKS SCALE: TRENCH PLUG STANDARD DRAWING STANDARD SPECIFICATIONS NONE EXCAVATION DETAIL NO. 02222-1 5.4" (0.45') 24" 9' 2" v 4• TOPSOIL a 3"R L (TYP.) 4"R' 4.5" 4 3/4"TO PER 1' SLOPE e ° n v a- 4 6 7.5" — _ 9. nd v v a• O O O O O O O O O O O O O O O O O O O O 0 CRUSHED GRAVEL O O O O O O O O O O O O O O O BASE — 3" MIN. 0000000000000000000000000000000 O O O O O O O O O O O O O O O O SUB—BASE COURSE AS REQUIRED COMPACTED SUBGRADE 5 1�5 3/4" —3/4" PER V SLOPE _SLOPE AT 5% MAX, 2% MIN 1 2" PER 1' SLOPE y 6" 9.5'�f e.5'—••-� DROP CURB FOR DRIVEWAYS DROP CURB FOR PEDESTRIAN RAMPS SPILL CURB NOTES: 1. Subgrade or base course compaction shall conform to section 02230 (M.P.W. Specs., 1996 ed.) 2. Contraction joints shall be placed at 10' intervals and shall have a minimum depth of 3/4" and minimum width of 1/8". 3. 1/2" expansion joint material shall be placed at all P.C.s, P.T.s, curb returns and at not more than 300' intervals. The expansion material shall extend through the full depth of the curb and gutter. 4. No curb and gutter shall be placed without a final form inspection by the City Engineer or his representative. 5. Concrete shall be Class M-4000. 6. Crushed gravel base shall meet the requirements of Section 02235 (MPW SPECS, 2003 ed.) For curb and gutter replacement projects, washed rock may be used for the gravel base. CITY OF BOZEMAN SCALE: INTEGRAL CONCRETE NO. 02528-1 STANDARD DRAWING NONE CURB & GUTTER Revised Mar. 2017 CURB TO CURB WIDTH - VARIES - -= FACE OF CURB m 15' R (TYP) FACE OF GUTTER 11� EXPANSION JOINT CONTROL JOINT-/I A �\� BACK OF CURB FLOWLINE-+T 4 - 4 WITH CURB RETURN A FILLET AS ONE PIECE 6" IF EXISTING CURB DOWEL WITH 5 #4 X 36" JOINTS WILL BE REQUIRED RETURN, GRIND GUTTER SMOOTH REBAR EVENLY APPROX. EVERY 10 FEET TO FORM OUTLET SPACED ON 1' CENTERS CHANNEL WHEN THIS WITH 3 1/2" OF COVER. IS THE HIGH SIDE WITH TUBES ONE ONEASION END OF BARS PLAN VIEW VARIABLE 6'-0" MIN. STREET SURFACE 1/2" PER 1' 7"J REINFORCE WITH #4 SECTION A-A BARS ON 2' X 2' GRID NOTES: THE WIDTH WITH PROPORTIONAL INVERT MAY VARY TO SATISFY THE DESIGN REQUIREMENTS OF INDIVIDUAL APPLICATIONS. FINISHED STREET SURFACE TO BE 1/8" TO 1/4" ABOVE EDGES OF DOUBLE GUTTER. CITY OF BOZEMAN SCALE: DOUBLE GUTTER DETAIL NO. 02529-1 STANDARD DRAWING NONE FOR STREET INTERSECTION DEC. 2003 TYPE OF MAIL BOX AND SUPPORTING POST IS OPTIONAL r---------- ----, MAIL BOX L_--_-- ------J 8" MIN. (15cm) MAINTAIN 3'(0.9m) MIN. CLEAR SIDEWALK WIDTH TO MAILBOX OR SUPPORT WMEN MOUNTED IN SIDEWALK. g E rn 0 Ig rSIDEWALK OR BOULEVARD CURB 1 STREET SURFACE 4 REVISED: 12/27/95 MONTANA PUBLIC WORKS SCALE: MAIL BOX MOUNTING STANDARD DRAWING STANDARD SPECIFICATIONS NONE FOR CURBLINE DELIVERY NO. 02529-10 SIDEWALK BOULEVARD -VARIES- PROPERTY --- 27 PROPERTY LINE 3" MIN GRAVEL BASE 4" THICK M-4000 CONCRETE MAINTAIN SECTION B PROPER SIDEYARD SETBACK PER ZONING REGULATIONS I TRANSITION SECTION FROM 31 EXISTING CURB TO DROP CURB: 3' M ., 5' MAX. EXPANSION JOINTS COMPLETELY AROUND SIDEWALK SECTION DRIVEWAY THROAT WIDTH 24' MAX. CURB & APRON POURED MONOLITHIC UNLESS OTHERWISE APPROVED CONTRACTION JOINT EXPANSION JOINTS AT CURB RETURNS 1 w SIDEWALK CONTRACTION JOINTSfl5' BACK OF CURB � SPACED AT 5' INTERVALS - MIN. FLOW LINE DEPTH 1". EXPANSION JOINTS TO BE PLACED AT 25' CL wEDGE OF GUTTER INTERVALS. wx I (5.5' TYP.) CONTRACTION JOINTS TO BE SPACED a AT 10' INTERVALS IN CURB & GUTTER EXPANSION JOINT MATERIAL SHALL BE 1/2" THICK PRE—FORMED BITUMINOUS TREATED FIBERBOARD FILLER. ALL CURB REPLACEMENT SHALL BE DONE WITH INTEGRAL CURB AND GUTTER UNLESS OTHERWISE APPROVED. GRADE ESTABLISHED AS 1/4" RISE PER FOOT FROM TOP OF ADJACENT FULL HEIGHT CURB R MATCH EXISTING SIDEWALK GRADE SIDEWALK DRIVEWAY 1' 5' TYP. 5.5' TYP. (VARIES) 1/4" PER FOOT SLOPE STREET SURFACE W — z J S•, �0.. 0..'0 Ld :. 0- 0 W- WASHED ROCK 3" MIN. MIN. 6" THICK CURB & GUTTER M-4000 CONCRETE * OR MATCH EXISTING OR REQUIRED SIDEWALK WIDTH SECTION A CITY OF BOZEMAN SCALE: RESIDENTIAL NO. 02529-11 STANDARD DRAWING NONE DRIVEWAY APPROACH DEC 2003 AND SIDEWALK DETAILS MAINTAIN PROPER SIDEYARD SETBACK PER ZONING REGULATIONS 5' TRANSITION SECTION FROM EXISTING CURB TO DROP CURB: EXPANSION JOINTS COMPLETELY AROUND SIDEWALK SECTION MAX. THROAT WIDTH 35' COMMERCIAL 40' INDUSTRIAL CURB & APRON POURED MONOLITHIC UNLESS OTHERWISE APPROVED CONTRACTION JOINT EXPANSION JOINTS AT CURB RETURNS 1' BACK OF CURB SIDEWALK CONTRACTION JOINTS J SPACED AT 5' INTERVALS - MIN. FLOW LINE DEPTH 1". EXPANSION JOINTS �7_ TO BE PLACED AT 25' a EDGE OF GUTTER INTERVALS. O 8� VARIABLE CONTRACTION JOINTS TO BE SPACED a (5.5' TYP.) AT 10' INTERVALS IN CURB & GUTTER 5' EXPANSION JOINT MATERIAL SHALL BE 1/2" THICK PRE-FORMED BITUMINOUS TREATED FIBERBOARD FILLER. ALL CURB REPLACEMENT SHALL BE DONE WITH INTEGRAL CURB AND GUTTER UNLESS OTHERWISE APPROVED. GRADE ESTABLISHED AS 1/4" RISE PER FOOT FROM TOP OF ADJACENT FULL HEIGHT CURB R MATCH EXISTING SIDEWALK GRADE SIDEWALK DRIVEWAY APRON 1 * 5 5.5' TYP. ' TYP. (VARIES) 1/4" PER FOOT SLOPE STREET SURFACE w w p p .p. p ••p•• , d O 3 WASHED ROCK a " MIN. 6" THICK CURB & GUTTER " M-4000 CONCRETE * OR MATCH EXISTING OR REQUIRED SIDEWALK WIDTH CITY OF BOZEMAN SCALE: NON RESIDENTIAL NO. 02529-12 STANDARD DRAWING NONE DRIVEWAY APPROACH Dec. 2003 Ty NOTE: IF SIDEWALK EXTENDS TO CURB, INSTALL APPROACH AS PER STANDARD PROPERTY LINE 1 DRAWING 02529-5, WITH 15' CURB TRANSITION SECTIONS. 5' TYP. VERTICAL CURB OR INTEGRAL CURB &l GUTTER/ I! EXPANSION JOINTS INSTALL EXPANSION JOINT IF DRIVEWAY IS P.C.C. PAVEMENT 35' MAX. COMMERCIAL 40' MAX. INDUSTRIAL A A CONTRACTION JOINTS (TYP.) — SPACE AT 5' INTERVALS IN SIDEWALK, 10' INTERVALS IN APRON Je"� Lo TRANSITION TOOF CURB TMATCH SIDEWALEXPANSION JOINTS AT vn CURB RETURNS CURB & GUTTER SIDEWALK DRIVEWAY APRON DRIVEWAY (A.C.C. OR P.C.C. PAVEMENT) 5' TYP. 5.5' TYP. 1/4" PER FOOT SLOPE STREET SURFACE WASHED ROCK I 3" MIN. 6" THICK M-4000 CONCRETE SECTION A—A J CITY OF BOZEMAN SCALE: NON—RESIDENTIAL NO. 02529-13 STANDARD DRAWING NONE DRIVEWAY APPROACH Dec. 2003 FOR ARTERIAL STREETS 12' BACK OF CURB SOLID COVER 1' S' 5.5' P. FLOWLINE SIDEWALK BOULEVARD EXPANSION JOINT EXPANSION JOINTS 1D' 6 VARIES 6 CONCRETE DROP CURB HEAD CHANNEL NORMAL CONCRETE GUTTER LINE IFCO STYLE S(SOLID COVER)TRENCH GRATING (OUTLET CHASE ONLY) WITH STYLE B FRAME,D 3 FOUNDRY'J SERIES' WITH SOLID, BOLT GOWN COVERS, (OR APPROVED EQUAL) PLAN VIEW - N.T.S. IFCO STYLE S(SOLID COVER)TRENCH GRATING WITH STYLE B FRAME.D k L FOUNDRY'J SERIES' PROVIDE WITH SOLID,BOLT DOWN COVERS,(OR APPROVED EQUAL) EROSION CONTROL FLOWLINE AS REQUIRED 2%-i EXPANSION JOINT E--1.5%MIN. 6' ............ 4'BASE COURSE AS 1.5' 5' 5.5'(TYP.) I 2' REQUIRED SIDEWALK BOULEVARD LEND COVER CURB h CUTTER END CHASE INLET CHASE FCO STYLE 5 50L10 COVER TRENCH GRATING WRN STYLE B MNE.D h FOUNDRY'J SERIES" WITH SOLID, BOLT DOWN COVERS,(OR APPROVED EQUAL) LOWLINE A 2%-� 6 ............. ............. .............I..........................................................'4' BASE COURSE V AS L 1.5' 5' 5.5'(TYP.) 2' REQUIRED SIDEWALK BOULEVARD CURB GUTTER PER STD.DRAWING 02528-1 SECTION B - N.T.S. OUTLET CHASE IFCO STYLE S(SOLID COVER)TRENCH GRATING WITH STYLE B FRAME, D#L FOUNDRY'J SERIES' WITH SOLID,BOLT DOWN COVERS,(OR APPROVED EQUAL) 4'SIDEWALK W+2 1 2' •••••••• ••••• 6' w h 6' •••••••••••••• DIMENSIONS w AND h VARY,SIZE ... ....... .............. TO BE DETERMINED BY ENGINEER EXPANSION JOINT BASED ON 25-YEAR EVENT, BUT NO B" LESS THAN 6'AT CURB OPENING BASE COURSE ••• •• ••••• •• CONCRETE SHALL BE M-4000 COVERS MUST BOLT DOWN TO FRAME 4'MIN. SECTION A - N.T.S. CITY OF BOZEMAN SCALE: CONCRETE STORM DRAINAGE NO. 02529-14 STANDARD DRAWING NONE OUTLET AND INLET CHASES DEC. 2003 Rev: Aril 2005 FUTURE SIDEWALK �< 5, T� 5' I�6" 6'(MIN) SIDEWALK PROPERTY LINE VARIFS LIMIT OF PUBLICLY MAINTAINED SIDEWALK CURB & GUTTER 5' I� 5'�I NOTE: PUBLICLY-MAINTAINED SIDEWALKS TO BE 6" THICK M-4000 CONCRETE REINFORCED WITH 1.5 LBS FIBERMESH PER C.Y. FUTURE SIDEWALK CITY OF BOZEMAN SCALE: PUBLICLY-MAINTAINED SIDEWALK NO. 02529-15 STANDARD DRAWING 1"= 5' CONSTRUCTION STANDARD MARCH 2O05 )§& )§ 2)B &\) ƒ� y<§ �/y \ F- \ M�\ot ~ \ cl \}(< \ in \ - % § > e§ _ w * }a d \ / § ¥& § } ue# $ 2 ) /7 \\ _ §fig \/ §w »m LEn Roo R\ m}k-- 9 0 -ZL ( k\a \&§` \ a§ �o \ (�k\ �on\\ \ ¥\$§ \\ \\ \\\ #� \ G®k +$ A� o�° :{ ] ou \ �§Z j\ AU)\ }0 o) cn CITY Of BO2£y}N SCALE ASPHALT PATHWAY NO. 02529-16 STANDARD DRAWING NONE TYPICAL SECTION JAN. 2006 O y OO Z It O M0 U) = Lri0 w a c)_ L, 03m (f)o� (n W w lJ U li Z 0 Y U�o =Z d F-Wy K =w m z U U z O ui �'} oUd w m a , � w N 0 w O U fn Q a x ? � 0 Z JQ = Zi z li K La~ i Ld N: Q QU O O W W ZO w Y Q O Fw-U m U m ~ Q W H FY F O U . U Z z= J .. aW F W Lij 73 F-, dW v z¢ xx z OH W~ U U J UO FQO In Q N Z a• z q N01 6 a CITY OF BOZEMAN SCALE: CONCRETE CLASS 1 TRAIL NO. 02529-17 STANDARD DRAWING NONE TYPICAL SECTION April 2006 J aW K x U' G N z d 08 - ' (n z W W z W Y U� =W rz z� �r a .v'. w m w d = o = O U r V) a 3 a w i U N D t� ;4 tn m N Lu LLI Q' m 1 W r� n —Q O U •.;� o 0 r w m �_ W ul w O J zo a0 =w n} wz r� ocsi mM �m U QUU �tj JO aQ •a '. z= Q� tnd • to =o ZJ m0 Lu``,n f a 0 JO Z �UQi tV N CITY OF BOZEMAN SCALE: CLASS II TRAIL NO. 02529-18 STANDARD DRAWING NONE TYPICAL SECTION April 2006 *1.5"6 "T u e 7 *Depth Will vary proportionately 3" GRAVEL with width of cross drain 3' CROSS DRAIN CONTROL JOINT — SEAL WITH BITUMINOUS JOINT SEALER EXPANSION JOINT 6" 8„ 10, EXTEND EXPANSION TUBES 3/4" PAST END OF STEEL DOWEL TO ALLOW FOR EXPANSION (IF DOWELS ARE USED) FILLET TO BE PLACED ON 3" COMPACTED GRAVEL BASE OR STREET BASE, WHICHEVER IS GREATER. CONCRETE TO BE EXPANSION JOINT AT 6" DEPTH FROM E.C. (TYP.) FACE OF CURB TO STREET 15' R (TYP.) 3/4" STEEL DOWELS (OPTIONAL) CITY OF BOZEMAN SCALE: STANDARD FILLET NO. 02529-2 STANDARD DRAWING NONE AUG. 1994 2" TO 2 1/2" DIAMETER BRASS CAP WITH ROUNDED TOP, SET FROM REFERENCE POINTS. ENGINEER TO MARK MONUMENT POINT IN CAP AFTER INSTALLATION. STREET PAVEMENT �1/8" TO 1/4" BELOW PAVEMENT 6" TO 9" BUT NO . DEEPER THAN 1/2" ABOVE BOTTOM OF BOX. GRAVEL BASE 21�2, •e° MIN. a LEAVE GRAVEL EXPOSED FOR DRAINAGE. 3'—O" MIN. a 4-4 : - STANDARD CONCRETE (6 1/2 SACK MIX OR BETTER) ° POURED IN PLACE OR PRECAST AND SOLIDLY PLACED. d NON REINFORCED 6" MIN., B. ROUND OR SQUARE WITH 1/2" ° CHAMFERED CORNERS OR REINFORCED PRECAST 4" SQUARE WITH 1/2" CHAMFERED CORNERS AND 4 NO. 2 REBARS. MONUMENT BOX INLAND FOUNDRY CO. PATTERN NO. 1034 OR APPROVED EQUAL. CITY OF BOZEMAN SCALE: TYPE I STREET MONUMENT NO. 02529-3 STANDARD DRAWING NONE Dec. 1999 RIVEWAY EXPANSION JOINT EXPANSION JOINT S\0���. 1:12 MAX. 5 SLOPE K�GNo", 1.5" OC� .........::::::::.:::::::::::::::::•::::::::::::::............::::::::::•..' .�:::•::•:. :::::::........... ........................... ......................................................... ::.:....... .............................................................................. .......................................................................... ... ........... ................................................................................. .. _ EXPANSION JOINT FLOWLINE TRANSITION SECTION -5' MINIMUM -15' FOR NON-RESIDENTIAL APPROACH ON ARTERIAL STREETS 6" M-4000 CONCRETE 2% �► �1.5 DRIVEWAY o' o: 0o •O O O o 3" WASHED GRAVEL COMPACTED SUBGRADE SECTION VIEW CITY OF BOZEMAN SCALE: DRIVEWAY APPROACH NO. 02529-5 STANDARD DRAWING NONE WITH SIDEWALK Revised ADJACENT TO CURB Dec. 1999 A—, ----------------------------------------- DUSTING CURBWALK 11 1 � I I I I I 1 1 SAYlaNT i REM I I OUNDING AS NEEDED (SEE BELOW) ( BELO)W) 2'-0(doomFLOW�NE AREA OF NEW CONSTRUCTION REMOVE EXISTING CURB AND GUTTER (EXISTING CURB AND GUTTER I EXISTING DRIVE N1DTH OF DRIVEWAY VARIES OVER CURB A MATCH EXISTING 2'—O'(60cm ROUNDING TO RESTORE MATCH DUSTING STING CUREIWALK FLOW LINE STREET SURFACE 1'(2.5cm)LI ------------- ---� ('�)r D ------------------ ----' � . a 000 0 6 00 00 04 00 000 O i 3'(8cm) GRAVEL BASE SECTION A-A REVISED: 12/27/95 MONTANA PUBLIC WORKS SCALE: STANDARD DRAWING RETROFIT DRIVE APPROACH N0. 02529-6 STANDARD SPECIFICATIONS NONE p z Q \ Q o cr CF) NN N Ln ? � N 4W U w o Z E N z nz s ¢ O v � NLLJ Z / Z \ \ U¢ v U �O a. �w j' a. Of Z 01 Q lJi Of C) 1 �✓ Q ✓ '� / \ m w m u w z^ a z N o c) F, m w rr- \ z c eF O F- o v o ¢ LLJ F v' u' 2 , O � E E m W } N I z w 01 Mo Q � Cl o U)i a ti) N w o Q N u w rc J Iwz<o O o a OJoF-wlJ O �- F- Fz3?F3w Z Z a�mWZ io of-DZ .Q l) \\ 5zo�Ww= }wn Jz / ❑wZ OAF W—O \ w-ja 'Ow— —i ZY>M�; U o \\ d?a< i aOW n Cps Z \ Ji>I w Zz �Qa Q \ z �0�' 0 3Q}o¢o,O� m�L� oUEWZ Wdp; z ( ww z° W\ Q aZZ>Q C).< O�NaJJOk a , 33�o 2 3 QF(ooJJ(L v Vo \ N \\ V 'a W k UO \ / in .p\! L z � Z O U H \ Q W Z \ Zw o N a z 0 A LL elf wJ O A w i; O o H Q in U H J ul ~ N '� Z wZ\ O ZN `o� a0 �. w a z J w O O_ J J N N R = 15' BACK OF R CURB e . d . PT °a d B 1' (TYP.) DOWEL WITH 24" NO.5 a: EXPANSION REBAR 3' INTO BACK O a e.d C JOINTS OF CURB, 3 CLEAR c cy R A MAX. .°. - °- e �. ..•.• - d ° 5a X a 5"" ` SIDEWALK a 5' SIDEWALK (TYP.) 1:20 MAX. .• LANDING •• a d. N ° E SCALE: 1" =5' OWEL C 5 1/2' 1 VD. (TYP.) a 6" THICK CONCRETE SURFACE RAMPS TO BE CONSTRUCTED WITH DETECTABLE EXPANSION Flow line WARNING SURFACES COMPLYING WITH ADAAG JOINT COVERING THE ENTIRE WIDTH OF THE RAMPS`. ONE CORNER OF THE DETECTABLE WARNING MUST BE WITHIN 8 OF GUTER FLOW LINE: NO OTHER POINT ON THE LEADING EDGE,OF THE DETECTABLE WARNING STORM DRAIN INLET MAY BE MORE THAN 5 FROM THE FLOW LINE. (TYPICAL LOCATION) REINFORCE CONCRETE IN RAMPS WITH FIBERMESH"AT A RATE IF 1 1/2 lbs./C.Y. OR WITH 6x6x10 GAUGE WIRE MESH 12" 5'-0" � 1 2" ITRANSITION TO NORMAL SIDEWALK TOP OF CURB L ELEVATION. DISTANCE VARIES, SIDEWALK 5' SIDEWALK FLOW LINE 5'S NO LIP 5.5 VARIES LANDING SECTION B-B NO LIP 1 9.5� a NO SCALE� �' � T:2 MJ•X. 6„ STANDARD 2 1/2- DEPRESSED Ir CURB SECTION SIDEWALK LANDING 6" 6" CONCRETE 3GRVEL BASE (TYP.) RAMP SECTION A-A NO SCALE SECTION C-C NO SCALE CONSTRUCTION NOTES: 1. Standard applies to new construction, with max. curb R=15', and min. 5.5' boulevards. 2. Ramp and curb can be poured monolithically. 3. Storm drain inlets shall be constructed "upstream" of ramps. Alternative locations permitted only upon City Engineers approval. 4. Ramp width shall be 5' minimum. 5. Sidewalk cross—slopes shall not exceed 2%. BOULEVARD SIDEWALK NO. 02529-8 CITY OF BOZEMAN SCALE: PERPENDICULAR AS SHOWN PEDESTRIAN RAMP NOV. 1995 STANDARD DRAWING (15' MAX. RADIUS/5.5' MIN. BOULEVARD) Revised April 2006 USE BLENDED TRANSITION RAMP WHERE LIMITATIONS DUE TO BOULEVARD WIDTH, r RIGHT-OF-WAY,CURB RADIUS,OR INTERSECTION e ANGLE PREVENT THE USE OF STANDARD RAMPS PER v C.O.B STANDARD DRAWING 02529-8 DETECTABLE WARNING TO BE A MINIMUM OF 4' x WIDE,CENTERED ON THE CROSSWALK(S). Qq GAS .,1 Sw w EXPANSION JOINT = 1:12 NM SIDEWALK XXX Drop Curb N ® Curb Transition 2%MAX MW •E a EXPANSION JOINT 4A LENGTH AS REQUIRED TO MATCH STANDARD SIDEWALK GRADE b 3 w a in Landing Ramp No Lip�E 5'Min Varies Sidewalk E—zi nux Mnx r 3"Gravel Base(Typ.) 4"Concrete 6"Concrete Reinforced with 1.5 lbs. Fibermesh/C.Y.or 6x6x10 Gauge Wire Mesh SECTION A-A Not to Scale CITY OF BOZEMAN SCALE: BLENDED TRANSITION NO. 02529-8A STANDARD DRAWING NOT TO SCALE PEDESTRIAN RAMP APRIL 2006 1' FROM EDGE OF GUTTER OR FACE OF VERTICAL CURB 8" White Standard } 24" White Stop Line �r- 8' Standard 4' Min. NOTES: See Note 2 (1) THE LOCATION OF THE CROSSWALK LINES ARE DEPENDENT UPON LOCATION OF THE SIDEWALKS. (2) 4' MINIMUM FOR SINGLE LANE APPROACHES. FOR MULTI-LANE 24 White APPROACHES SETBACK BASED ON Stop Line ENGINEERING DESIGN. (3) USE YIELD LINE FOR UNCONTROLLED CROSSINGS, STOP LINES FOR CONTROLLED CROSSINGS. CITY OF BOZEMAN SCALE: TYPICAL PAVEMENT MARKINGS NO. 02581 —1 NONE FOR PEDESTRIAN CROSSINGS FEB. 1996 STANDARD DRAWING (TYPE "A" CROSSINGS) Revised May 2017 2 > - r .t. f _S 2'.MIN.,,,3.5'_ MAX; 2� YIELD LINE SCHOOL CROSSING OR UNCONTROLLED CROSSING SEE NOTE 3 SPACE BARS TO 2t; 8' TYPICAL BE OUT OF WHEEL _ —= PATHS f._ s j l x . � >. �•21�•LL�l„NM/f,#?f.. 2•TVYr/,R 31._>aw( • .. =<'t' NOTES: (1) THE LOCATION OF THE CROSSWALK LINES ARE DEPENDENT UPON LOCATION OF THE SIDEWALKS. (2) USE YIELD LINE FOR UNCONTROLLED CROSSINGS, STOP LINE FOR CONTROLLED CROSSINGS :. (3) 4' MINIMUM FOR SINGLE LANE APPROACHES, FOR MULTI—LANE a ,v APPROACHES, SEE MUTCD SEC 313-16 : CITY OF BOZEMAN SCALE: TYPICAL PAVEMENT MARKINGS FOR NO. 02581 -2 STANDARD DRAWING NONE SCHOOL/OR UNCONTROLLED FEB. 1996 CROSSINGS (TYPE "B" CROSSINGS) Revised Mov 2017 B ' e l • a 3 V � ,A REDUCER MIN. UNDISTURBED EARTH .r .r TEE TEE (Plugged) BEND STANDARD DIMENSIONS FOR THRUST BLOCKING REDUCERS & FITTING TEES & PLUGS 90°BEND 450BEND & WYES 22 112°SEND SIZES q 8 A B A B A B 4" 1'-7" 1'-2" 1'-9" 1'-6" 1'-8" 0'-10" 1'-7" 0'-6" 6" 2'-0" 1'-11" 2'-5" 2'-2" 1'-10" P-7" 1'-9' 0'-10" 8" 2'-8" 2'-6" E4'-8 3'-0" 2'-5" 2'-1" 10" 3'-4" 3'-3" 3'-10" 3'-0" 2'-9" 2'-2" 12" 4'-0" 3'-10" 4'-8" 3'-8" 3'-3" 2'-7" 2'-3" 14" 5'-5" 3'-10" 6'-6" 4'-11" 4'-9" 3'-5" 3'-5" METRIC DIMENSIONS FOR THRUST BLOCKING REDUCERS & FIT71NG TEES & PLUGS 90°BEND 45°BEND & WYES 22 1/2°BEND SIZES q B A B A B A B 10cm 0.5m 0.4m 0.5m 0.5m 0.5m 0.3m 0.5m 0.2m 15cm 0.6m 0.6m 0.7m 0.7m 0.6m 0.5m 0.5m 0.3m 20cm 0.8m 0.8m 1.Om 0.9m 0.7m 0.6m 0.5m 0.5m 25cm 1.Om 1.Om 1.2m 1.2m 0.9m 0.8m 0.7m 0.6m 30cm 1.2m 1.2m 1.4{n 1.4m H�J 1.Om 0.8m 0.7m 36cm 1.6m 1.2m 2.Om 1.5m 1.0m 1.Om 0.7m NOTES: 1. THESE TABLES ARE BASED ON 150 PSI(1030 kpa) MAIN PRESSURE 2.WRAP ALL FITTINGS WITH POLYETHYLENE. 2000 PSF(9800 kg10) SOIL BEARING PRESSURE REVISED: 12/27/95 MONTANA PUBLIC WORKS SCALE: THRUST BLOCKING STANDARD DRAWING STANDARD SPECIFICATIONS NONE FOR WATER MAIN FITTINGS NO, 02660-1 UNDIS URBED EARTHY(TYP ) /\\\ \\//j\\//\\/\\%/\\%/\\j//\\///\\//\\�/\\// CONCRETE THRUST MJ GLAND BLOCK (TYP.) , MJ GLAND D.I. MJ D.I. D.I. PIPE TEE PIPE PIPE MJ VALVE D.I. MJ GLAND PIPE QQ 3/4" MIN. CORROSION RESISTANT ALL THREAD RESTRAINING ROD, CONFORMING TO ASTM A242-81, MJ VALVE INSTALLED IN HALF THE AVAILABLE MECHANICAL JOINT BOLT HOLES (TYP.) WHERE NECESSARY, CLAMPING LUGS (ROMAC 'DUCTILE LUG" OR EQUAL) DESIGNED TO FIT DUCTILE IRON (D.I.) PIPE, AND CONFORMING MJ GLAND TO ASTM 536-80 MAY BE USED IN CONJUNCTION D.I. WITH THE RESTRAINING RODS. PIPE CITY OF BOZEMAN SCALE: TYPICAL VALVE/TEE NO. 02660-10 STANDARD DRAWING NONE RESTRAINT DEC 2003 I J 0 to o CON a U CD O W N JZ \�\\\� v a D O Z V1 U O :_: //\\�\ U U w O C� mm :. \ \ OZ Z W In :•t: > /\\//\� O U z W z 6X\�//\\ �� Q .E W Z Qfy- co Z ¢ \\�� U F N LLJ p m w .j:. Q Q U Cn >- ~ UQ /\\ w JLLI J Q z wN N_Qa J J � Jp a ..°.. _¢ X H C1 U g a �i vl LiJ 11J U W Q '' J Z ~ O Q o > pz o a w� � O Lij O < cn O Lj w N a w�(- wo ' JFm LLJ (n\'g O Q WZw /\\/ \\� W � H zmo w z L, QW 3A-1VA M3N '\//� N Y z Z � ~ Z p Li =D cf) J �O mm _ Z Y ftf 0W Oly0O ZO 2 cnF- m z ¢ ~w LLJ � I- i- Z Z �2Q. ZN W — mom D _ w NO PRESSURE GAUGES OR PRESSURE GAUGE FITTINGS WILL BE METER SIZED SAME AS INCOMING LINE — NO EXCEPTIONS. ALLOWED ON THE TEST PORTS BACKFLOW PREVENTION ASSEMBLY OF ANY BACKFLOW PREVENTION ASSEMBLY. REQUIRED BACKFLOW PREVENTION SEE NOTE 9 DEVICE TO BE DETERMINED BY WATER SUPERINTENDENT. FLANGE TO BE THREADED ON STANDPIPE, M.J.TO FLANGE ADAPTORS NOT ACCEPTABLE (TYPICAL FOR All RISER CONFIGURATIONS) 4" OR LARGER CLASS 51 DUCTILE IRON PIPE (TYP.) V MIN., 2' MAX.ABOVE FINISHED FLOOR FLOOR G A n Q. MECHANICAL 3/4" MIN. R.di Rod, INSTALLED IN EVERY OTHER AVAILABLE M.J. JOINT BOLT HOLES (TYPICAL)— 5/6" RODS ACCEPTABLE FOR 4-LINES MAIN THRUST ,:. 90' BEND WITH THRUST BLOCK BLOCK LEGEND TAPPING TEE & VALVE, $ FLANGED OS&Y VALVE OR INSTALL VALVE AT PROPERTY LINE (TYPICAL FOR ALL RISER CONFIGURATIONS) PROVIDE FLEXIBLE, WATER—TIGHT CONNECTION FOR ALL WALL OR FLOOR CITY OF BOZEMAN REQUIREMENTS FOR INSTALLATION PIPE PENETRATION. OF BACKFLOW PREVENTION ASSEMBLY 1. The FIRST fitting inside of the building shall be a UL listed flanged Kennedy or Mueller OS&Y valve the same size as the service J line. Combination strainer/meter immediately following OS&Y valve or elbow attached directly to OS&Y Valve -- meter must set horizontal. V MIN., 2' MAX.ABOVE FINISHED FLOOR FLOOR 2. All Backflow Prevention Assemblies shall be: o ••e •a a. UL or FM listed. .a b. Approved by the University of Southern California Foundation for Cross Connection Control and Hydraulic Research (USCFCCCHR) for operation in the proposed position (vertical or horizontal) as shown MECHANICAL on approved plans. JOINT c. Installed as shown on the approved plans. 3. Horizontal installations must be a minimum of 2' and maximum of 3' above the finished floor. 4. The service riser must be a minimum of 2' from any outside wall. 90' BEND WITH THRUST BLOCK !� S. The incoming service line shall be a minimum 6.5', and a maximum of 7.5' below the finished grade. 6. All service line appurtenances shall have a minimum pressure rating of 175 PSI. 7. All service lines 4" and larger shall be Class 51 Ductile Iron Pipe. I_-1' MIN., 2' MAX. 8. Line sizing: The Backflow Prevention Assembly and meter shall be equal in size to both the incoming pipe diameter (upstream) and outgoing pipe diameter (downstream). For example, a 4" service line shall have a 4" meter and Backflow Prevention Assembly. 2' MIN., 3' MAX 9• A minimum of four (4) pipe diameters of straight run pipe is CLEARANCE ABOVE required upstream and downstream of the meter/strainer assembly. COATED STEEL WALL PLATE, FINISHED FLOOR 5416'MIN. THICKNESS a CITY OF BOZEMAN SCALE: WATER SERVICE LINE NO. 02660-12 STANDARD DRAWING NONE DEC 2003 FOR SIZES 4 AND LARGER REV: JAN 2015 Q N I o N O p LON N U O W > o � O Z w w U W U LL > DU> ° e O W (n Z)Q of W O f- a V) N w Z � 0O ON 0 o Uo U o I I a C) a z g O w N U o 0 WWzo d C Y d m a OJ mm to O W U Z Z�O Ix I J wZ m iz L � NZw Q zW II N W O > d o W a � N Z 0> cr> J D O!f w w o N z LLI w on Lp N V) p w A °w I I J o� Z 0 Z En Q w w N o I 0 m a L)U E N � w IIW J Z Z Q f/7 J II O w N J Z J O O W 2 n r N w Q � O = U 99 o L aZQ O V) j ZOf W - W m F"X N O I I OW m Of J Z w O HEL 2 cn N V) O O 7 OJ W d Z Z Z Ix W 2 � � � Wr, � 3 04 w N ¢ g :2 m a TIVM 2lORI31X3 Ol 'NIW ,Z o ¢ J>w w� N l�bM �dNb31Nl Ol 'NIW ,l m > ¢V)-3 z z> o �<o ONLY FITTINGS ALLOWED BETWEEN FIRST OS&Y VALVE AND NO PRESSURE GAUGES OR PRESSURE GAUGE FITTINGS WILL BE LEGEND BACKFLOW ASSEMBLY TO BE 90' BEND. ALLOWED ON THE TEST PORTS OF ANY BACKFLOW ASSEMBLY �I�D®/ -E FLANGED OS&Y VALVE FLANGE TO BE THREADED ON STANDPIPE, M.J.TO FLANGE ADAPTORS NOT ACCEPTABLE DOUBLE CHECK VALVE (TYPICAL FOR ALL RISER CONFIGURATIONS) MIN. REQUIREMENT) 4" OR LARGER CLASS 51 % AS INDICATED ON DUCTILE IRON PIPE (TYP.) FINISHED FLOOR.ABOVE FLOOR g APPROVED PLAN(S) d ° e '° MECHANICAL 3/4" MIN. Redi Rod, INSTALLED IN EVERY OTHER AVAILABLE M.J. JOINT BOLT HOLES (TYPICAL) — 5/8" RODS ACCEPTABLE FOR 4" LINES MAIN90' BEND WITH THRUST BLOCK THRUST�� BLOCK TAPPING TEE & VALVE, CITY OF BOZEMAN REQUIREMENTS FOR INSTALLATION OF OR INSTALL VALVE AT DOUBLE CHECK VALVE ASSEMBLY PROPERTY LINE (TYPICAL FOR ALL RISER CONFIGURATIONS) 1. The FIRST fitting inside of the building shall be a UL listed flanged Kennedy or Mueller OS&Y valve the same size as the fire service line. 2. All Double Check Valve Assemblies shall be: a. UL or FM listed. b. Approved by the University of Southern California Foundation for PROVIDE FLEXIBLE, _ Cross Connection Control and Hydraulic Research (USCFCCCHR) for WATER—TIGHT CONNECTION operation in the proposed position (vertical or horizontal) as shown on approved plans. FOR ALL WALL OR FLOOR C. Installed as shown on the approved plans. PIPE PENETRATIONS. 3. A flow detection device shall be installed immediately following the Double Check Valve Assembly (alarm check valve, flow sensor/alarm, meter, etc.) as shown on the approved plans. Paddle—type flow alarms not permitted on dry systems. 4. A Double Detector Check Valve Assembly may be used with a standard FINISHED FLOOR ABOVE FLOOR City of Bozeman meter. The meter loop of the Double Detector Check Valve shall have a Double Check Valve Assembly installed which meets a " ° < the same installation criteria specified above in requirement number two. o � 'd ' 5. Horizontal installations must be a minimum of 2' above the finished o floor. MECHANICAL JOINT 6. The fire service riser must be a minimum of 2' from any outside wall, and a minimum of 1' from any interior wall. 10' MAX.* 7. The incoming fire service line shall be a minimum 6.5', and a max— imum of 7.5' below the finished grade. 90' BEND WITH 8. All fire service line appurtenances shall have a minimum pressure THRUST BLOCK rating of 175 PSI. 9. All fire service lines 4" and larger shall be Class 51 Ductile Iron Pipe. 10. Line sizing: The Double Check Valve Assembly shall be equal in size to both the incoming pipe diameter (upstream) and outgoing pipe diameter _j (downstream). Q:•:i•'iici 3 -1' MIN., 2' MAX. * PER NPPA-24 FIG A.10.6.3.1 �I�D® 2' MIN., 3' MAX CLEARANCE COATED STEEL) ABOVE FINISHED FLOOR WALL PLATE, 5/W MIN. THICKNESS STANDARD FIRE SERVICE CITY OF BOZEMAN SCALE: LINE INSTALLATION NO. 02660-13 STANDARD DRAWING NONE DEC 2003 FOR CLASS I, II, & III SYSTEMS REV: APRIL 2013 ONLY FTTTINCS ALLOWED BE FIRST OSdcY VALVE AND NO PRESSURE GAUGES OR PRESSURE GAUGE FITTINGS WILL BE BACKFLOW ASSEMBLY BE 90' BEND. ALLOWED ON THE TEST PORTS OF ANY BACKFLOW ASSEMBLY FLANGE TO BE THREADED ON STANDPIPE, M.J.TO FLANGE ADAPTORS NOT ACCEPTABLE (TYPICAL FOR L RISER CONFIGURATIONS) LEGEND 4" OR LARGER CLASS 51 DUCTILE IRON PIPE (TYP.) 1' MIN.,2' MAX.ABOVE FLANGED OSkY VALVE FLOOR FINISHED FLOOR � . , ' e n .�. d A REDUCED-PRESSURE MECHANICAL ABASSEMBLY((MINIMUM JOINT ��3/4" MIN. Redi Rod, INSTALLED IN REQUIREMENT)AS INDICATED MAIN EVERY OTHER AVAILABLE M.J. ® ON APPROVED PLAN(S) BOLT HOLES (TYPICAL) /� — 5/13" RODS ACCEPTABLE FOR 4" LINES THRUST/ 90' BEND WITH THRUST BLOCK BLOCK TAPPING TEE & VALVE, CITY OF BOZEMAN REQUIREMENTS FOR INSTALLATION OF OR INSTALL VALVE AT REDUCED PRESSURE BACKFLOW PREVENTION ASSEMBLY PROPERTY LINE (TYPICAL FOR ALL RISER 1. The FIRST fitting inside of the building shall be a UL listed flanged CONFIGURATIONS. Kennedy or Mueller OS&Y valve the some size as the fire service line. 2. All Reduced Pressure Backflow Prevention Assemblies shall be: a. UL or FM listed. b. Approved by the University of Southern California Foundation for PROVIDE FLEXIBLE, Cross Connection Control and Hydraulic Research (USCFCCCHR) for WATER—TIGHT CONNECTION operation in the proposed position (vertical or horizontal) as shown on approved plans. FOR ALL WALL OR FLOOR C. Installed as shown on the approved plans. PIPE PENETRATIONS. 3. A flow detection device shall be installed immediately following the Reduced Pressure Backflow Prevention Assembly (alarm check valve, flow sensor/alarm, meter, etc.) as shown on the approved plans. Paddle—type flow alarms not permitted on dry systems. MIN., 2' MAX.ABOVE FINISHED FLOOR FLOOR 4. Horizontal installations must be a minimum of 2' above the finished ..� FINISHED 'o .. a floor. a o a 'A 5. The fire service riser must be a minimum of 2' from any outside wall, 0 and a minimum of 1' from any interior wall. MECHANICAL JOINT 6. The incoming fire service line shall be a minimum of 6.5', and a max— imum of 7.5' below the finished grade. 10' MAX.* 7. All fire service line appurtenances shall have a minimum pressure rating of 175 PSI. 8. All fire service lines 4" and larger shall be Class 51 Ductile Iron Pipe. 90' BEND WITH 9. Line sizing: The Reduced Pressure Backflow Prevention Assembly shall be THRUST BLOCK equal in size to both the incoming pipe diameter (upstream) and outgoing pipe diameter (downstream). 10. A drain is required. J:iiiF.ii PER NPPA-24 FIG A.10.6.3.1 1+-1' MIN., 2' MAX. 1}I1 2 MIN., 3' MAX CLEARANCE COATED STEEL' WALL PLATE, ABOVE FINISHED FLOOR 5/16' MIN. THICKNESS STANDARD FIRE SERVICE CITY OF BOZEMAN SCALE: LINE INSTALLATION NO. 02660-14 STANDARD DRAWING NONE Dec 2003 FOR CLASS IV & V SYSTEMS REV: APRIL 2013 R NEAREST FOUNDATION WALL TO CURB STOP CURB STOP AND BOX SEE DETAILS A & 8 BELOW (WATER MAIN 6.5' MIN. COVER I WATER SERVICE LINE STUB (SEE C.O.B. STANDARD WATER SERVICE LINE----I DRAWING 02560-6) INSTALLED BY CUSTOMER (SERVICE APPLICATION & PLUMBING PERMIT REQUIRED) NOTE: METER SIZED SAME AS INCOMING LINE-NO EXCEPTIONS. FOUNDATION BACKFLOW PREVENTION ASSEMBLY WALL (AS REQUIRED) 1'MIN./2' MAX SERVICE LINE ANGLE STOP 1 BACKFLOW PREVENTION I--- 1' MI 2' MAX TO DOMESTIC METER* ASSEMBLY (AS REQUIRED) FIXTURES M FOUNDATION WALL f FI DOMESTIC \ M FIXTURES DOWNSTREAM \ SHUTOFF DOWNSTREAM 1' MIN., SHUTOFF ** 2' MAX ��METER* 1' MIN.FLOOR GLE STOP OR STRAIGHT STOP *METER SAME SIZE AS INCOMING LINE-NO EXCEPTIONS, METER MUST CONNECT DIRECTLY TO ANGLE OR STRAIGHT STOP AND QUARTER-BEND COUPLING BACKFLOW DEVICE (1 1/2" & 2" SERVICES ONLY) **DOWNSTREAM SHUT OFF VALVE MUST BE SEPARATE FROM BACKFLOW DEVICE DETAIL B DETAIL A TYPICAL FLOOR PENETRATION (N.T.S.) TYPICAL WALL PENETRATION (N.T.S.) (CRAWL SPACE) INSTALLATION REQUIREMENTS: 1. WATER SERVICE LINE INSTALLATIONS SHALL CONFORM TO THE REQUIREMENTS OF THE CITY OF BOZEMAN WATER SUPERINTENDANT. 2. SERVICE LINES SHALL BE TYPE K COPPER FOR 3/4 1", 1 1/2", AND 2" SERVICES. SEE STANDARD DRAWING NO. 02660-12 FOR 4" AND LARGER DOMESTIC SERVICE LINES. SERVICE LINES BETWEEN 2" AND 4" ARE NOT ALLOWED. 3. STRAIGHT COPPER TUBING SHALL BE USED FOR 1 1/2" AND 2" SERVICES. 4. SERVICE LINES SHALL BE BEDDED 3" UNDER AND OVER THE PIPE WITH SAND. NATIVE MATERIAL MAY BE USED AS BEDDING IF IT CONFORMS TO THE REQUIREMENTS OF MONTANA PUBLIC WORKS STANDARD DRAWING 02221-2 AND DOES NOT CONTAIN ANY MATERIAL LARGER THAN 3/4". 5. PROVIDE FLEXIBLE, WATER TIGHT CONNECTION FOR ALL WALL OR FLOOR PIPE PENETRATIONS. 6. METERS SHALL BE INSTALLED BY THE CITY WATER DEPARTMENT AT CUSTOMERS' EXPENSE. 7. NO SERVICE LINE SHALL BE BACKFILLED UNTIL IT HAS.BEEN INSPECTED AND APPROVED BY THE WATER DEPARTMENT. B. CONTACT CITY OF BOZEMAN WATER DEPARTMENT FOR APPROVED LIST OF COPPER CONNECTIONS. 9. WATER SERVICE LINE MAY BE REDUCED TO A SMALLER SIZE THAN THE WATER SERVICE STUB. REDUCTION MUST BE MADE WITHIN 18" OF CURB STOP. 10. METER, BACKFLOW PROTECTION, AND INCOMING SERVICE LINE MUST ALL BE THE SAME SIZE. WATER SERVICE LINE CITY OF BOZEMAN SCALE: NO 02660-15 STANDARD DRAWING NONE FROM CURB STOP TO BUILDING Dec. 2003 (LINES 2" AND SMALLER) Rev. April 2006 60' R.O.W. Nh 30' (TYP O O 19, P. WATER w 30' S S a y SEWER y y a w R h Ld O O L w PROPERTY / LINE I (TM ) 1. WATER MAINS LOCATED 19' FROM THE NORTH OR WEST RIGHT—OF—WAY PROPERTY LINE FOR STREETS 35' IN WIDTH OR GREATER. WATER MAINS LOCATED 5.5' WEST OR NORTH OF STREET CENTERLINE FOR STREETS LESS THAN 35' IN WIDTH (BACK OF CURB—BACK OF CURB) 2. WATER SERVICE STUB LOCATED AT CENTER OF LOT; SEE C.O.B. STANDARD DRAWING NO. 02660-6 FOR DETAILS. 3. WATER MAIN VALVES LOCATED AT PROPERTY LINE. 4. SEWER MAINS LOCATED ON STREET CENTERLINE FOR STREETS 35' IN WIDTH OR GREATER. SEWER MAINS LOCATED 5.5' EAST OR SOUTH OF STREET CENTERLINE FOR STREETS LESS THAN 35' IN WIDTH 5. SEWER SERVICE STUB LOCATED 15' UPSTREAM FROM DOWNSTREAM PROPERTY LINE. 6. WATER & SEWER MAIN CROSSING; SEE M.P.W. STANDARD DRAWING NO. 02660-2 FOR DETAILS. 7. HYDRANTS LOCATED 5' FROM VALVE OR ON PROPERTY LINES EXTENDED FOR MID—BLOCK LOCATIONS. CITY OF BOZEMAN SCALE: WATER & SEWER MAIN AND NO. 02660-16 NONE SERVICES LOCATION Dec. 2003 STANDARD DRAWING STANDARDS FINISHED WALLS FINISHED WALLS DOWNSTREAM w SHUTOFF DOWNSTREAM BACKFLOW DEVICE Z SHUTOFF _ BACKFLOW DEVICE METER < > ANGLE STOP CO METER < > ANGLE STOP 12" MIN CLEAR 6" MIN CLEAR 3/4" AND 1" COPPER SERVICES 1 1/2" AND 2" COPPER SERVICES PLAN VIEW PLAN VIEW FINISHED WALL �- FINISHED WALL � w U U U U Z Z_ N (D BANGLE STOP ANGLE STOP FINISHED FINISHED MIN FLOOR 1' MIN �FLOOR 1'T2" MAX 2' MAX SERVICE PIPE SERVICE PIPE 34" AND 1" COPPER SERVICES 1" COPPER SERVICES 1 1/2" AND 2" COPPER SERVICES PROFILE VIEW PROFILE VIEW NOTE: PROVIDE FLEXIBLE, WATER-TIGHT SEAL FOR ALL FLOOR PENETRATIONS CITY OF BOZEMAN SCALE: WATER SERVICE NO. 02660-17 STANDARD DRAWING NONE INTERIOR CLEARANCES APRIL 2005 Gj 00 04 .bl a LL Q m I r mZ } n.m cD N J J W W J J ;i j,. W N J d' C7 O a (7 m W 0 vrr a z S LL => .. rs:IL O IL o d z0 �tioti � a W � g }C}L Jw w�w m U) F Yw .OE v N FW 00 �w0 mO�-- v1 _ N � F- W W� w� acne Z z JO w w o a _) <? no wa � w o >w < a z W W W ¢° Q o W F- �/) m 0 Y Fw}J- ^ O w O LL LLD Z w J (D5 J � (9 O Y 00 m �J Q .oe w Ywo Fwz _30w OHL J i Of M J z Z ¢ w �- ZZ K OW W 0W� m n'zLuW dOZ YLL 4 O F--U ¢ ¢Zk°ow t0 -'j 0` w Om0 QWO _ QY W W JAl�op OLL �Ww00> WO Lic)O¢J 0W¢ Ow " w —CL0 QZ � C7 �mF�- ¢W A� WodILj mHC7 Faw 02 u pew O O Z �wama J �a �J� LL J �Q� > >Q 00oc7 U Z ♦- Q �(.9 J U¢: 'aw O Z J Q U > Q D S Z N LU 0_OLu 0 Z LJi..0 Z y LLcnUn.Ow 0w ,-�?¢m 0�<� Z co cr -F _ W QY � zF-W ¢JW0 U W Of J W N � O q P� w � O � Ems- U E'' LWr 0 Y U ¢X OAN 0-0 (n(n w nla� F-m WZQL OW m w cr 0 COmU 7: FL U¢ jQF=00 = -i.� U��UUUco MONITOR COVER WITH LOCKING ELECTRONIC METER READING LID. CURB STOP AND WASTE 4" POLYSTYRENE (IRRIGATION DRAIN) CURB STOP & INSULATION. WASTE FINISHED GRADE ----------------------- 1 " & 2" WATER METER ANGLE BALL ZEIACKFLOW PREVENTER IN METER VALVE PVC SUPPORT INSULATED IRRIGATION BOX. (TYP) w 0 FORD PLASTIC PITSETTER METER PIT (OR APPROVE EQUAL) INSTALL CURB STOP & NOTE: COVER WASTE (IRRIGATION DRAIN) METER WITH CURB STOP AND 4'X4' FLEX WASTE/BOX WITH METER PIT END OF COPPER/BRASS \\\ COMPRESSION INSULATING FITTINGS COUPLINGS FOR BLANKET (FORD TOWN WATER MODEL FIB) SHUT-OFF IRRIGATION PIPE 36"� COPPER BRACE BAR (NOT A BY-PASS) 1/3 CY OF 3/4" 1/3 CY OF 3/4" - WASHED ROCK WASHED ROCK IRRIGATION METER PIT DETAIL 1 & 2„ WATER METER CURB STOP AND WASTE CURB STOP & WASTE (IRRIGATION DRAIN) IRRIGATION METER PIT DETAIL-PLAN VIEW IRRIGATION METER PIT CITY OF BOZEMAN SCALE: FOR N0, 02660-19 STANDARD DRAWING NONE 11" & 2" SERVICES APRIL 2017 NO VERTICAL REQUIREMENT WATER MAIN SEWER V10'-O" MIN. D 2Q (3m) PARALLEL ARRANGEMENT L L L 2 L 2 EXISTING - -M PIPE m) NEW PIPE T 1�0. � /,-EXISTING PIPE 1 MI I �0.5m�O /-NEW PIPE CROSSINGS O 5 NOTES: 1Q SPECIFIC MONTANA DEPART. OF HEALTH AND ENVIROMENTAL SCIENCES APPROVAL IS REQUIRED FOR A DISTANCE LESS THAN 10 FEET(3m) BETWEEN WATER MAIN AND GRAVITY SEWER. 2Q NO EXCEPTION TO THE MIN. SEPARATION REQUIREMENT IS PERMITTED WHEN THE SEWAGE CARRYING PIPE IS A FORCE MAIN. AT CROSSINGS, ONE FULL LENGTH OF WATER MAIN PIPE SHALL BE LOCATED SO THAT BOTH JOINTS WILL BE AS FAR FROM THE FORCE MAIN AS POSSIBLE. Q3 LESS THAN 18 INCHES(0.5m) OF SEPARATION IS PERMITTED WHEN THE GRAVITY SEWER AT THE CROSSING IS MADE FROM A SINGLE 20 FOOT(6.1m) LENGTH OF AWWA PRESSURE PIPE AND THE CROSSING ANGLE IS APPROXIMATELY 90 DEGREES. SPECIFIC MONTANA DEPART. OF HEALTH AND ENVIROMENTAL SCIENCES APPROVAL IS REQUIRED FOR A VERTICAL SEPARATION OF LESS THAN 18 INCHES(O.5m) BETWEEN WATER MAIN AND SANITARY SEWER "L" IS A STANDARD LENGTH OF PIPE AS SUPPLIED BY A PIPE MANUFACTURER. 05 ADEQUATE STRUCTURAL SUPPORT FOR PIPES AT CROSSINGS SHALL BE PROVIDED. REVISED: 12/27/95 MONTANA PUBLIC WORKS SCALE: WATER AND SEWER MAIN STANDARD DRAWING STANDARD SPECIFICATIONS NONE SEPARATION NO. 02660-2 REBAR ANCHOR 0 0 0 0 A 4- 4 . \ CONCRETE / j/ \//i./i.//r�/i�/��/i�/i�/i.//i\//i/,t\//i\i✓i� ANCHORS %✓ i\/.n/.r. it/n/i./i/i\/�\/i/i\/.t\ i✓iC B "A" NOTE: COAT RODS WITH "KOPPERS" BITUMASTIC NO. 50 COATING OR EQUAL. THRUST BLOCK DIMENSIONS Rod Wo . 100 PSI 150 PSI 200 PSI 250 PSI 300 PSI Rod SI.. A B C A B C A B C A B C A B C 1 2 6"g�$'2'-0' 2'-0 2'-0"2'-0"2'-0.2'-0"2'-0'2'-0.2'-0" 2'-0 2'-0' 2'-0 2'-0"2'-0"2'-7' 1 2 1 0" 2'-0' 2'-0 2'-0'2'-6 2'-6 2'-0"2'-9'2'-6"2'-6' S-0 3'-0"3'-0' 3'-7 3'-0 3'-0' 1 2 1 2" 2'-3' 2'-0 2'-0'$4'-43--o' 2'-8'3'-5°S-0"3'-0" 4'-3 3'-0'3'-0'5'-1 3'-0 S-0' 1 1 4" 2'-3' 2'-0 2'-0" 3'-0'4'-6'3'-0"3'-0" 4'-0 4'-0"4'-0'4'-9"4'-0 4'-0' 1 8 16" 3'-0' 3'-0 3'-0' 3'-0"4'—t'4'-0"4'-0' 5'-1 4'-0"4'-0' 6'-1 4'-0 4'-0' 1 4 1$' 3'-6` 3'-0 3'-0' 3'-0'S'-1'4'-0"4'-0" 6-4 4'-0"4'-0'S'-9 5'-0 5'-0° 3 $' 24" 4'-4' 4'-0 4'-0' 4'-0"6'-6"5'-0"5'-0' 6'-5 6'-0"6'-0'7'-8 6'-0 6'-0' NOTE: Pressures shown above are maximum working pressures in system. THRUST BLOCKING AND ANCHORS ARE REQUIRED ON ALL 6" VALVES AND LARGER UNLESS SPECIFIED BY THE ENGINEER. MEGA—LUG OR APPROVED EQUAL JOINT RESTRAINTS MAY BE USED IN LIEU OF CONCRETE THRUST BLOCKS. THRUST BLOCKS NOT REQUIRED ON TAPPING VALVES CITY OF BOZEMAN SCALE: THRUST BLOCKING FOR NO. 02660-3 STANDARD DRAWING NONE WATER MAIN VALVES DEC 2003 8'— 0" MAX. 3'— 0" MIN. INSTALL PLUMB WITH TO BACK OF CURB PUMPER NOZZLE FACING STREET NEW HYDRANT, MUELLER SUPER CENTURION 250 OR WATEROUS PACER MIN. 4'— 0" CLEAR ALL AROUND (TREES, HEDGES, BUSHES, ETC.) O ADJUSTABLE SCREW ELEVATIONS AS SHOWN TYPE VALVE 80X ON PLANS OR 0.2' WITH LID ABOVE TOP OF CURB GRADE GROUND LINE UNDISTURBED EARTH MIN. 6.5 COVER \/%\\/\' 'crux '�...,''=:Ii,`.';cyi•. *CONCRETE i THRUST BLOCK / �% Q, a TO MAIN LINE \\/\%\\\/ °• d :1-Fib _ ;.: .^.. \ \ _iari' •P�• .c. \ / /- • AS REQUIRED 0/ \ - :.�._ - _`- - �'::�>�;'= �"• t..;c•�::,_:,, JOINT Q FOR i\/ \//\ f��'� - .:4 j'i '£�:�v,s•`, �.'tii:t `'fx:r xJ.`-ii:. - i\\ PIPE SPECIFIED \\\ /= - �N _ '^ __ =•`•"`"` _ NEW 6" AUXILIARY GATE VALVE MIN. 1/2 CUBIC YARD WASHED GRAVEL FLANGE JOINT *MEGA—LUG OR APPROVED EQUAL JOINT RESTRAINTS MAY BE USED IN LIEU OF CONCRETE THRUST BLOCK CITY OF BOZEMAN SCALE: FIRE HYDRANT NO. 02660-4 STANDARD DRAWING NONE FEB 2008 PROPERTY LINE 2' MIN.' FIRE HYDRANT ........................... ...................... W.I... ................... ........ .... ................ ........ .. ............... ... .......................... SIDEWALK ...................................... ............................................................. .... ..... .. ......... ................................................... ............................................................ ........................... ........ WATER MAIN CURB & GUTTER CURB WALK DETAIL ............ PROPERTY LINE .......... CURB & GUTTER .................. ... .......... .............. ..................... ....................... .... ......... ..... ..... .. ...... .. . ................................. ..................... ........................................ LFIRE HYDRANT I r VARIABLE 3' MIN. VALVE WATER MAIN 5' L (TYP.) BOULEVARD WALK DETAIL CITY OF BOZEMAN SCALE: HYDRANT LOCATION NO. 02660-5 STANDARD DRAWING NONE DETAIL Dec 2003 STEEL POST MARKER PROPERTY PAINTED BLUE LINE OR EASEMENT LINE 5 1/2 BOULEVARD (TYP.) 4' STREET SURFACE 5' SIDEWALK GROUND SURFACE wl 1' (TYP.) 2.5' CURB 80X 11 5' PROVIDE 5' STATIONARY (TYP) ROD IN ALL CURB BOXES 6 1/2' MIN. COVER SEE DETAIL a' (TYPICAL IN BELOW CIR UMSTANCESEPT WHERESCITYAHAS TAP BY CONTRACTOR APPROVED ALTERNATE LOCATION) CURB STOP WATER MAIN NO COUPLINGS OR OTHER JOINTS ALLOWED ON SERVICE PIPE FROM BASE MATERIAL CORP. STOP TO CURB STOP FOR 3/4" AND 1" SERVICES. STRAIGHT COPPER PIPE SHALL BE USED FOR 1 1/2" AND 2" SERVICES DETAIL OF A SELECT MATERIAL BACKFILL AREA PROPERLY CORPORATION STOP (SEE SPECIFICATIONS) INSTALLED CORPORA ION STOP.TAP SPRINGLINE. MIN.MAIN T �� // � /� � /� /��/��j� /� / SERVICE34" APIPE 2 3 \\\\\\ 4 6" MIN. TRENCH BOTTOM;\\\�%\ GENERAL NOTES: 1. WATER SERVICE LINES SHALL HAVE A MINIMUM 6 1/2 FOOT COVER MEASURED FROM THE EXISTING GROUND SURFACE, EXCEPT THAT COVER SHALL BE MEASURED FROM CENTER LINE STREET GRADE WHEN SERVICE LINES ARE LAID TO A STREET SIDE WHICH HAS AN UPHILL SLOPE. WATER SERVICE LINES SHALL HAVE A MAXIMUM 7 1/2 FOOT COVER AT CURB STOP. 2. WATER SERVICE LINES SHALL BE INSTALLED WHERE SHOWN ON THE DRAWINGS OR AS SPECIFIED. 3. BEDDING SHALL BE 1" DIA. MAXIMUM WITHIN 6" OF SERVICE PIPE. 4. INSTALL CURB STOP SO THAT OPERATING KEY IS PARALLEL TO STREET IN OFF-POSITION. CITY OF BOZEMAN SCALE: WATER SERVICE LINE NO. 02660-6 STANDARD DRAWING NONE DEC 2003 R FINISH GRADE CURB BOX VALVE BOX TOP SECTION 8'MIN M U ELLER H-15428 STRAIGHT COUPLING WITH GALVANIZED OR BRASS CAP 6.5' MIN COPPER SERVICE LINE 2" COPPER SERVICE LINE 1/4 BEND COMPRESSION 2 1 COUPLING 1/8" DIAMETER 3 4 CURB STOP CORPORATION STOP PROVIDEI/8" DIAMETER DRAIN HOLE WATER MAIN CITY OF BOZEMAN SCALE: TYPICAL BLOWOFF NO. 02660-7 STANDARD DRAWING NONE Dec. 2003 PAINT POSTS AS NOTED BELOW O 26" CONCRETE (TYP.) 8" I.D. HEAVY-DUTY STEEL PIPE FILL WITH 2O00 P.S.I. CONCRETE 12" 36" 66" 21" 1 33" 33" NOTE: POST NOT REQUIRED WHERE NATURAL BARRIERS EXIST. PAINT POSTS WITH SH ERWIN-WILLIAMS METALATEX SEMI-GLOSS COATING, SAFETY RED (1342 R38 620-4069). CITY OF BOZEMAN SCALE: HYDRANT NO. 02660-8 STANDARD DRAWING NONE BARRIER POSTS DEC 2003 INLET CASTING NEENAH R-3067-L, 4" MINIMUM, EJIW 7030, OR 7 MAXIMUM DEFTER OR OPENING D & L I-351-3517 0 5/8" SMOOTH ROD CENTERED IN OPENING (EXCEPT FOR EJIW 7030) " SQUARE FLAT TOP 6° 24 a ° OPENING a e d .• e 3 6" R.C.P. -- --- — -ASTM C-76 CLASS 2 a a Or d • a' W BLOCK OUT FOR INLET PIPE N a a' 4 : 18" SUMP a° e d. e a• • .'d a e 9 d•' d , 4" 6" PRECAST BASE 44" O.D. CITY OF BOZEMAN SCALE: 36" STANDARD NO. 02720-1 STANDARD DRAWING NONE STORM DRAIN INLET Dec. 2003 Rev. March 2017 STEEL POST AT END OF SERVICE �o PROPERTY VARIES N LINE 'COMPACTED BACXFlLL (SEE SPECS.) 2"X2"(5cm X 5cm) WOOD MARKER 6"(15cm) SERVICE LINE MIN. 45°ELBOW SLOPE-2% MINIMUM IF REQ. PLUG IN LINE TEE FITTING FOR NEW I N STALLATION S. INSERT—A—TEE, OR AS APPROVED BY ENGINEER, FOR EXISTING INSTALLATIONS 1� STORM SEWER MAIN STORM DRAIN SERVICE LINE (PRIVATE PROPERTY CONNECTION) REVISED: 2/17/2000 STANDARD DRAWING MONTANA PUBLIC WORKS SCALE: STORM DRAIN SERVICE LINE STANDARD SPECIFICATIONS NONE N0. 02720-10 / % HINGE D ETA I I___ x 1/2" ANGLE IRON 1" DIA. STEEL BOLTS WELD PIPE TO FLAT IRON 3" DIA. STEEL PIPE RCP (SIZE VARIES) #5 REBAR OR SMOOTH BAR PIPE HINGE SIZE VARIES (SEE DETAIL) I 4" MAX. SPACING BETWEEN BARS PLAN VIEW NOTE: RACK TO BE PAINTED ALUMINUM COLOR 4" x 1/4" FLAT IRON, ALL BARS WELDED TO 3' x 3' x 1/4' ANGLE IRON WELDED TO EACH BAR 3" x 1/4' FLAT IRON WELDED TO EACH BAR BOTTOM OF RACK NOT FIXED TO INVERT SECTION VIEW CITY OF BOZEMAN SCALE: STORM DRAIN NO. 02720-11 STANDARD DRAWING NONE DEBRIS RACK DEC. 2003 �-- 5 —� INLET CASTING NEENAH R-3067-L, EJIW 7030 OR DEETER 2d47L, OR D & L 1-3517 TRANSITION CURB & GUTTER TO MATCH INLET CASTING (TYPICAL FOR ALL INLETS) PRECAST CONCRETE, M-3000 OR C-3000 VARIABLE (3' MIN.) 3'-0" NO. 4 BARS AT 12" CENTERS MAX., SPACED EQUALLY V6 — (TYP.) 4'-0" FRONT VIEW 4" MINIMUM, 7" MAXIMUM OPENING 5/8" SMOOTH ROD • —CENTERED IN OPENING (EXCEPT FOR EJIW 7030) 1" MAX OFFSET ALLOWED FOR {.: CASTING BACK PIECE ADJUSTMENT r ' VARIABLE 1 v: CURB AND GUTTER TO BE WARPED TO MATCH INLET. :"_ • ' DESIGNERS WILL PROVIDE ADDITIONAL BLOCK OUT FOR DESIGN DETAILS TO FIT SPECIFIC OUTLET PIPE ' e.:, ;.�;p: :•:.: e: -:-.:�. CONDITIONS. 12" RCP (Typ.) SIDE VIEW CITY OF BOZEMAN SCALE: STANDARD SQUARE NO. 02720-1A STANDARD DRAWING NONE STORM DRAIN INLET Dec. 2003 Rev MAR 2017 4" MINIMUM, 7" MAXIMUM OPENING 5JB" DIA SWOTH INLET CASTING ROD CENTERED NOOPENING NEENAH R-3067-L, (EXCEPT FOR EJIW 7030) EJIW 7030, 6" FLAT • DEETER 2047L, OR SLAB COVER D & L 1-3517 ---24.. ....... OPENING 4' DIA. PRECAST REINFORCED CONCRETE MANHOLE AND BASE, AS PER STANDARD DRAWING NO. 02720-4 18" MIN. ONE EXTRA BAR IN BOTTOM (ALL SIDES) 24" FLAT SLAB COVER REINFORCEMENT AS PER I�--36"� STANDARD DRAWING 02720-6 CITY OF BOZEMAN SCALE: COMBINATION MANHOLE AND NO. 02720- 113 STANDARD DRAWING NONE CURB INLET DEC.2003 REV: MAR 2017 � QOoo ❑ O�O� BOO NEENAH N0. R-2533 O OR APPROVED EQUAL El WITH TYPE C GRATE. PLAN 35" (.9m) 22" (55.9cm) I 1 1/2"(3.8cm) 9"(22.9cm) �"-24 1 2" 2-2"(5cm) ADJUSTING 20" RINGS FOR FUTURE GRADE ADJUSTMENT 24"(61cm) R.C.P. CLASS II WALL B (ASTM C-76) 10"(25.4cm) MINIMUM DIA. ._, LATERAL PIPE 1% MIN. S�, r' 6" MIN. 12" MAX. SEDIMENTATION 3" MIN. BASIN 6" MIN. -----BASE OPTION, MAY BE FIELD POURED. SECTION NOTE: * STANDARD, EXCEPT AS FOR INSTALLATION IN GRAVEL OTHERWISE NOTED ON THE ALLEYS PIPE INVERT MUST BE PLAN — PROFILE SHEET. 6" MIN. ABOVE BASE. 2/2000 SHELF ON BASE NOT REQUIRED. MONTANA PUBLIC WORKS SCALE: STANDARD DRAWING STANDARD SPECIFICATIONS NONE 24" STANDARD RISER INLET NO. 02720-2 Frome and cover to be either D&L A-1172 ring with A-1178 cover, EJIW 3771/ 3772 series, or approved equal. �7" Covers shall have two I" pick holes. Adjustable rings, NOTE: All joints between manhole sections, manhole ring & 2" min., 12" max. top section, and around sewer pipe into manhole shall be watertight. Jointing material shall be "Ram—Nek" or equal for all joints except between sewer pipe and manhole wall. 2'-0�• 5" 5" 4'-0„ " ".; Precast reinforced concrete manhole riser and eccentric cone top manufactured in Mahole steps at accordance with ASTM designation C-478. 16" centers rout invert to springline of pipe if gap between pipe and channel is greater than 1/8". Pre—cast channel flowline . r'. Top of pipe may a ` ;�.', not extend past a I ;.i'•:.•. Variable inside wall of y o o (min. manhole. If necessary top 0 o a Shelf—slope 1' per foo,'.• half of pipe may E a w toward channel. See N w a channel detail. asketedoint (yPical Flexible t be trimmed off 9 J smooth. (8" for precast bases — see detail) diameter only) A Channel = dia, of pipe Vi :•. ': A Precast or poured—in—place base. #4 bars — 1'-0" c—c Poured—in—place base, minimum concrete thickness below pipe is 5'-4" dia. 8 inches. Precast base, minimum (min.) thickness is 6 inches. All bases reinforced as shown. Radius of manhole Slope at 1" per foot Channel to full pipe depth NOTE: Storm drain manholes shall �•:'• :;,:. not have formed channels and the Dio, of lowest pipe invert shall be 9" higher sewer than bottom of manhole. SECTION A—A CITY OF BOZEMAN SCALE: SANITARY SEWER AND NO. 02720-3 STANDARD DRAWING NONE STORM DRAIN MANHOLE DEC. 2003 Rev. MAR 2017 Standard casting & cover Frame and cover to be either D & L A-1172 ring with A-1178 Cover, EJIW 3371/ 3772 seriest or approved equal. Covers shall have two 1 pick holes. Flat slab cover Adjustable rings, 2" min., 12" Max. - NOTE: All joints between manhole sections, manhole ring & top section, and around ° sewer pipe into manhole shall be water- 24', or tight. Jointing material shall be "Ram—Nek" or equal for all joints except between 27" Opening sewer pipe and manhole wall. M ' N O a• M N 4 Manhole steps at c 16" centers 0 Precast reinforced concrete manhole riser a- and cover manufactured in accordance N ° . with ASTM designation C-478. 0 L +' 01 En C C ' O7 O O O As required 0 � ° L O 0 d ' o Cutouts as required N E :3 a e 0 O d m � 7 a U O N L T � d U 0 Channel = dio. of pipe A Precast or poured—in—place base. Poured—in—place base, minimum Radius of —►{ concrete thickness below pipe is manhole I 8 inches. Precast base, minimum Slaps at par fool. Channel to ruit� thickness is 6 inches. pipe depth. NOTE: Storm drain manholes shall Dia. of sewer r pipe not have formed channels and the lowest pipe invert shall be 9" higher than bottom of manhole. SECTION A—A CITY OF BOZEMAN SCALE: STANDARD STRAIGHT NO. 02720-4 STANDARD DRAWING NONE MANHOLE DEC. 2003 REV: MAR 2006 O.D. REINFORCING (15cm) SIZE O.D. REIN. WT. 48" 64" #408" 1675# EACH WAY (122cm) (163cm) (#4020cm) (760kg) 54" 71" #408" 4125# EACH WAY (137cm) (180cm) (#4®20cm) (1870kg) 60" 78" t4®8 WAY" 4975# ACH (152cm) (198cm) (#4020cm) (2260kg) 72" 92" #E4®6" 6925# ACH WAY (183cm) (234cm) (#4015cm) (3140kg) REVISED: 12/27/95 MONTANA PUBLIC WORKS SCALE: PRECAST MANHOLE BASES STANDARD DRAWING STANDARD SPECIFICATIONS NONE 48", 54", 60", 72" NO. 02720-6 ?A SHELF CHANNEL SHELF r SHELF / c� SHELF .� SHELF CHANNEL CHANNEL SHELF SHELF NOTES: 1. SLOPE ALL SHELVES TO CHANNEL AT V PER FOOT (8cm per meter). 2. SEE PLAN—PROFILE SHEETS FOR SLOPE OF CHANNEL REVISED: 12/27/95 MONTANA PUBLIC WORKS SCALE: TYPICAL MANHOLE STANDARD DRAWING STANDARD SPECIFICATIONS NONE CHANNEL DETAILS NO. 02720-7 L C K d 1000 15.0 Z 39 15000 900 36 800 10.0 10000 33 9.0 30 700 8.0 7'0 5000 27 600 6'0 4000 24 5.0 3000 500 4.0 21 2000 3.0 18 400 1000 15 2.0 300 500 12 400 250 1.0 300 10 0.9 0.8 200 0.7 200 0.6 8 0.5 100 0.4 150 6 0.3 50 40 30 0.2 100 20 4 The nomograph shown on this page may be used to compute the specification time even If several different pipe diameters are Included In one test. Draw a straight line connecting the diameter on the "d" scale with the corresponding length of pipe of that diameter under test on the "L" scale. Each line will cross the "K" and "C" scales. The corresponding values of "K" and "C" for each diameter — length combination under test are read and recorded. All the "K" values are totaled, as are the "C" values. Total "K governs if the total of "C" is lase than 1.0 in which case, total "K" value equals the time In seconds that the pipeline under test should take before the pressure falls from 3.5 to 2.5 pslg. If total "C" Is greater than 1.0. total "K" Is divided by total "C" to obtain the specification time In seconds. NOTE: This nomograph to applicable to pipe test section lengths within the limits specified In Section 02722.3.3.3.2 of the specifications. For test lengths beyond the specified limits, refer to specifications for additional Information. REVISED: 12/27/95 MONTANA PUBLIC WORKS SCALE: NOMOGRAPH FOR AIR TESTING STANDARD DRAWING STANDARD SPECIFICATIONS NONE GRAVITY SEWER MAINS NO. 02730-1 GREEN STEEL POST AT END OF SERVICE PROPERTY LINE OR EASEMENT LINE 5 1/2' BOULEVARD (TYP.) 4' STREET SURFACE 5' SIDEWALK GROUND SURFACE (TYP.) 1 COMPACTED BACKFILL 2.5' (NP•) (SEE SPECS.) 11.5' 8' - (TYP.) (TYPICAL EXCEPT IN SPECIAL CIRCUMSTANCES WHERE CITY HAS APPROVED ALTERNATE LOCATIONS) 2" X 2" WOOD SERVICE LINE. SLOPE = 1/4" MARKER 45' ELBOW PER FOOT MIN., 1/2" PER FOOT MAX. SEWER MAIN IN LINE WYE FITTING FOR PLUG NEW INSTALLATIONS. SADDLE FITTINGS ALLOWED FOR EXISTING INSTALLATIONS ONLY UPON APPROVAL OF CITY OF BOZEMAN SEWER DEPARTMENT. SERVICE INVERT NO LOWER THAN SPRING LINE OF SEWER MAIN FOR WYE FITTINGS. CITY OF BOZEMAN SCALE: SANITARY SEWER NO. 02730-2 STANDARD DRAWING NONE SERVICE LINE DEC. 2003 GREEN STEEL POST AT END OF SERVICE PROPERTY LINE OR EASEMENT LINE 5 1/2' BOULEVARD (TYP.) 4' STREET SURFACE 5' SIDEWALK GROUND SURFACE (TYP.) >:. 1' COMPACTED BACKFILL 2.5 (TYP.) (SEE SPECS.) 11.5' 8' (TYP,) (TYPICAL EXCEPT IN SPECIAL CIRCUMSTANCES WHERE CITY HAS APPROVED ALTERNATE LOCATIONS) 2" X 2" WOOD MARKER SERVICE LINE. SLOPE = 1/4" PER FOOT MIN., 1/2" PER FOOT MAX. PLUG 45' ELBOW 45' BEND DUCTILE IRON SEWER FITTINGS. SDR 26 PVC PIPE NOTES: SEWER MAIN 1. THIS INSTALLATION MAY BE USED IF DEPTH OF COVER AT STUB END WILL EXCEED 6.5' WITH STANDARD INSTALLATION (PER STANDARD DRAWING 02730-2) 2. MIN. DEPTH OF COVER SHALL BE 5' AT END OF SERVICE STUB. ENGINEER SHALL BE RESPONSIBLE FOR DETERMINING REQUIRED ELEVATION OF STUB. 3. DUCTILE IRON FITTINGS SHALL BE HARCO GASKET X GASKET OR APPROVED EQUAL. CITY OF BOZEMAN SCALE: DEEP SANITARY SEWER NO. 02730-3 STANDARD DRAWING NONE SERVICE LINE OCT. 2014 1/4" BELOW TOP OF NEW PAVEMENT SURFACE HEAVY DUTY MONUMENT BOX, SIMILAR TO CAIRD ENG. NO. 50608-1 STREET PAVING & GRAVEL AS REQUIRED SEAL JOINT WITH RAM—NEK a.' IPHSLI UB 8" X 3' ROUND CONCRETE SLAB TO FROST THREADED ADAPTOR EXPANSION SLEEVE THREADED PLUG CLEAN OUT PIPE, 8" PVC NON—SHRINK BACKFILL 3' — 0" MIN. :45' '.. e• i . :. !a.. . r_. =1/8 BEAD. a,• •e END OF d TRENCH :a• d e a' .d id .. e.,.:�. •; 8" PVC END OF LINE CLEANOUT IF REQUIRED USE PLUG CITY OF BOZEMAN SCALE: SANITARY SEWER NO. 02730-4 STANDARD DRAWING NONE CLEANOUT DEC. 2003 Frame and cover to be either D & L A-1172 ring with A-1178 Standard casting & cover cover, EJIW 3771/ 3772 series, or approved equal. Covers shall have two 1" pick holes. Flat slab cover fr Adjustable rings, 2" min., 12" max. NOTE: All joints between manhole sections, 24' manhole ring and top section, and around Opening sewer pipe into manhole shall be watertight. Jointing material shall be "Ram—Nek" or equal for all joints except between sewer Lri pipe and manhole wall. N N r`N Manhole steps at O � 16" centers Precast reinforced concrete manhole riser o and cover manufactured in accordance a- o with ASTM designation C-478. 0 L y o As required (60" min.) a o — U o Flexible gasketed joint o $ Gasketed Tee a•. 01 C C E B B 7 DI L— N a O m U a Pipe restraint (typ.) Q U v.G1 A 4 Gasketed 90' elbow cast into base Channel = dia. of pip A Precast or poured—in—place base. Poured—in—place base, minimum concrete thickness below pipe is 8 inches. Precast base, minimum thickness is 6 inches. 4Epoxy ainless steel Radius of — I —thread rod, manhole 2" 0 Slope at 1" per foot. Sewer pipe Channel to full pipe depth. •• Manhole wall j.• A e f..'• grout rods Dia. of sewer pipe a` '' Wit.' <�" ,.t,`*' Stainless stee " into wall 1 t pipe clamp V.t, SECTION A—A SECTION B—B CITY OF BOZEMAN SCALE: STANDARD DROP NO. 02730-5 STANDARD DRAWING NONE MANHOLE DEC. 2003 Rev. March 2006 FLAT BLADE STREET NAME REGULATORY SIGN BLANK AS PER SIGN BLANKS SEE SECTION MUTCD STANDARDS, SIZE AS MOUNTED BACK TO SPECIFIED ON PLANS BACK ON POST SIGN SIZE'S FOR SIGN SIZES \\y 2' MIN. MIN. 1 0' 2" PREFORATED SQUARE TUBE POST (TELSPAR OR APPROVED EQUAL) 7' MIN. .v, ATTACH SIGNS TO POST WITH 3/8" DRIVE RIVETS (MIN. 2 PER SIGN) STREET MARKER SIGN REGULATORY SIGN 2" PREFORATED SQUARE TUBE o POST (14 GAUGE) 0 FASTEN POST TO SLEEVE WITH %6" CORNER BOLT 0 (A325) 1 Y2" ABOVE FINISH GRAGE. INSERT BOLT FINISH GRADE ? o HEAD FROM OPPOSITE SIDE OF EXPECTED IMPACT. Y INSERT DRIVE RIVET INTO OPPOSITE SIDE. 4" .;!.. 2 Y4" X 30" 12 GAUGE NON—PREFORATED SQUARE TUBE SIGN POST SLEEVE (TELSPAR "QUIK PUNCH" OR APPROVED EQUAL) ALL SLEEVES AND SIGN 24" POSTS SHALL BE INSTALLED INSERT SIGN POST 18" INTO SLEEVE PLUMB. M-4000 CONCRETE ANCHOR f 9 SIGN POST FOUNDATION DETAIL CITY OF BOZEMAN SCALE: SIGN INSTALLATION NO. 09810-1 STANDARD DRAWING NONE STANDARDS AUG. 1994 Revised 6/2002 18" DIAMOND BLACK PANEL WITH 9 RED REFLECTORS, 3" MIN. SIZE — NUMBER OF 24" PANELS REQUIRED BY THE DIRECTOR OF PUBLIC SERVICE ct ROADWAY ® ® ® 24" <* 2" PERFORATED SQUARE TUBE POST (TELSPAR OR APPROVED EQUAL) 48" MIN. ROADWAY GRADE SIGN POST FOUNDATION AS PER STANDARD DRAWING 09810-1 I 60" TYP. — SIGN BLANKS SHALL BE CONSTRUCTION GRADE ALUMINUM, 0.08 INCH THICK, WITH ENGINEER GRADE REFLECTIVE SHEETING CITY OF BOZEMAN SCALE: DEAD END BARRICADE NO. 09810-2 STANDARD DRAWING NONE DETAIL AUG. 1994 Revised 6/2002 CROSSWALK STREET 9'TYP. MARKER SIGN Z I 5' O f- U W U 2' MIN CLEARANCE FROM FACE OF CURB TO EDGE Q OF SIGN Q' CITY OF BOZEMAN SCALE: TYPICAL STREET No. 09810-4 STANDARD DRAWING NONE MARKER SIGN Sept. 2002 LOCATION Intentionally Left Blank TECHNICAL SPECIFICATIONS Incorporation of Montana Public Works (MPW) Technical Specifications: The Technical Specifications as found In Montana Public Works Standard Specifications (MPWSS), Sixth Edition, April 2010, and all subsequent addendum, are incorporated by reference and made a part of this Contract. Incorporation of Montana Department of Transportation Technical Specifications: The Technical Specifications contained in the Montana Department of Transportation (MDT) Standard Specifications for Road and Bridge Construction, 2014 Edition, and all subsequent Supplemental Specifications are incorporated by reference and made a part of this Contract. Specific applicable sections are referenced in the Contract Documents and supersede MPWSS requirements and COB Modifications and Additions to the MPWSS. Incorporation of City of Bozeman Modifications and Additions to MPWSS: The following modifications and additions by the City of Bozeman (COB) to the MPWSS Technical Specifications and Standard Drawings,including all addendum,supersede MPWSS requirements: Section 01500 Construction and Temporary Facilities Section 01570 Construction Traffic Control Section 01580 Temporary Water Supply Section 01700 Contract Closeout Section 02112 Removal of Existing Pavement, Concrete Curb,Sidewalk, Driveway and/or Structures Section 02113 Adjusting Existing Manholes, Lampholes, Inlets, Water Valve Boxes, Water Services And Fire Hydrants To Grade Section 02221 Trench Excavation And Backfill For Pipelines/Appurtenant Structures Section 02234 Sub Base Course Section 02235 Crushed Base Course Section 02502 Asphalt Prime And/Or Tack Coat Section 02504 Asphalt Seal Coat Section 02510 Asphalt Concrete Pavement Section 02528 Concrete Curb And Gutter Section 02529 Concrete Sidewalks, Driveways, Approaches, Curb Turn Fillets, Valley Gutters And Miscellaneous New Concrete Construction Section 02581 Pavement Markings and Markers Section 02582 Reflective Thermoplastic Pavement Markings Section 02660 Water Distribution System Section 02720 Storm Drain Systems Section 02730 Sanitary Sewer Collection Systems Section 09810 Street Signs Appendix A Listin and Status of MPWSS Standard Drawings Appendix B Listing of City of Bozeman Standard Drawings Appendix C Standard Drawings for City of Bozeman Modifications to MPWSS Appendix D City of Bozeman Approved List of Copper Connectors NOTE: MEASUREMENT AND PAYMENT INCLUDED IN THE MPWSS AND TECHNICAL SPECIFICATIONS ARE SUPERSEDED BY THE SPECIAL PROVISIONS OF THE CONTRACT. TECI]NICAL SPECIFICATIONS Page lof 1 Intentionally Left Blank SECTION 8. PREVAILING WAGE RATES MONTANA PREVAILING WAGE RATES FOR HEAVY CONSTRUCTION SERVICES 2019 Effective: January 26, 2019 Steve Bullock, Governor State of Montana Galen Hollenbaugh, Commissioner Department of Labor and Industry To obtain copies of prevailing wage rate schedules, or for information relating to public works projects and payment of prevailing wage rates, visit ERD at www.mtwagehourbopa.com or contact: Employment Relations Division Montana Department of Labor and Industry P. O. Box 201503 Helena, MT 59620-1503 Phone 406-444-5600 TDD 406-444-5549 The Labor Standards Bureau welcomes questions, comments, and suggestions from the public. In addition,we'll do our best to provide information in an accessible format, upon request, in compliance with the Americans with Disabilities Act. MONTANA PREVAILING WAGE REQUIREMENTS The Commissioner of the Department of Labor and Industry, in accordance with Sections 18-2-401 and 18-2-402 of the Montana Code Annotated (MCA), has determined the standard prevailing rate of wages for the occupations listed in this publication. The wages specified herein control the prevailing rate of wages for the purposes of Section 18-2-401, et seq., MCA. It is required each employer pay(as a minimum) the rate of wages, including fringe benefits, travel allowance, zone pay and per diem applicable to the district in which the work is being performed as provided in the attached wage determinations. All Montana Prevailing Wage Rates are available on the internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at (406)444-5600 or TDD (406)444-5549. In addition, this publication provides general information concerning compliance with Montana's Prevailing Wage Law and the payment of prevailing wages. For detailed compliance information relating to public works contracts and payment of prevailing wage rates, please consult the regulations on the internet at www.mtwagehourbopa.com or contact the Labor Standards Bureau at (406)444-5600 or TDD (406)444-5549. GALEN HOLLENBAUGH Commissioner Department of Labor and Industry State of Montana TABLE OF CONTENTS K0ONTANA PREVAILING WAGE REQUIREMENTS: A. Date ofPublication ......'.............'.........I...'....--......—.......'.''.---......'..........-----'.'........ 3 B. Definition of Heavy Construction .................................. --...................................... ----------� 3 C. Definition of Public Works Contract .......................................................................................................... ^ D. Prevailing Wage Schedule ------------------__—__________________ 3 E. Rates W Use for Projects ---------------------------------------- 3 F. Wage Rate Adjustments for Multiyear Contracts ---.-------------------------- 3 G. Fringe Benefits ------------------------_---___—__--__--____. * 4 H. Dispatch City -------------------------------------------__. iZone Pay ----------------------------------------..-----.. 4 J, Computing Travel Benefits --------------------------------------- 4 K. Per Diem ............... ............................................................................................................. ......... .... 4 4 L. Apprentices --------------------__________________________ 5 M. PosUngNodceof Prevailing VVagoo ----------------------__—__________. N. Employment Pnahyonoe ...................................... ............ ........................... .......................................... 5 0. Projects of Mixed Nature ------------- ............... 5 P. Occupations Defn�onoVVebude -------------------------------------------- 5 Q. Welder Rates --------------------------------------------. 5 R. Foreman Rates ...... ......... -- ................................ .................................................... ................... 5 WAGE RATES: BOILERMAKERS ---------------------------------------------.. 0 BR]CK, BLOCK, AND STONE MASONS -----------------------------------' 8 CARPENTERS ----------------------------------------------' 8 CEMENT MASONS AND CONCRETE FINISHERS ------------------------------' 7 CONSTRUCTION EQUIPMENT OPERATORS OPERATORS GROUP 1 --------------------__--___—______________ / OPERATORS GROUP 2 -----------------------__—__________._____. / OPERATORSGROUP 3 ------------------- ................................................................... o OPERATORS GROUP 4 8 ---------------------------__--__________. 8 OPERATORS GROUP 5 ------------------------_---___—_________. OPERATORS GROUP 8 ---------------.'—________________________. o OPERATORS GROUP 7 ---------------__________`________________. g CONSTRUCTION LABORERS LABORERS GROUP 1 -----------------------------------------. 0 LABORERS GROUP 2 -----------------------------------------. y LABORERS GROUP 3 -----------------------------------------. 10 LABORERSGROUP 4 ............ ......................................--- .................... ....................... ..... ......... 10 DIVERS -------------------------------------------------. 10 DIVER TENDERS ---------------------------------------------. 11 ELECTRICIANS ---------------------------------------------------- 11 HEATING AND AIR CONDITIONING --------------------------------------------' 11 INSULATION WORKERS K4ECHAN|CAL(HEAT AND FROST) ------------------------- 12 IRONWORKERS 'STRUCTURAL STEEL AND REBAR PLACERS -----------------------. 12 LINE CONSTRUCTION EQUIPMENT OPERATORS -----------------------------------.-----. 12 GR0UNDMAN ----------------------------------------'-----' 12 LINEMAN ----------------------------------------'-------- 13 MILLWRIGHTS ----------------------------------------------' 13 PAINTERS ---------------------------------------------------- 13 PILE BUCKS -----------------------------------------------' 13 PLUMBERS, P|PEF|TTERS, AND STEAMF|TTERS ------------------------'---.--' 14 SHEET METAL WORKERS ----------------------------------------- 14 SOLAR PH0TVOLTA|C INSTALLERS ------------------------------------------' 14 TRUCK DRIVERS ------------------------------------------------------ 15 2 i A.Date of Publication January 26 2019 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 orfacilities(other than buildings), cofferdams, coke ovens, dams, demolition (not incidental to construction), dikes, docks, drainage projects, dredging projects, electrification projects(outdoor),fish hatcheries,flood control projects, industrial incinerators(other than building), irrigation projects,jetties, kilns, land drainage (not incidental to other construction), land leveling(not incidental to other construction), land reclamation, levees, locks and waterways, oil refineries(other than buildings),pipe lines,ponds,pumping stations (prefabricated drop-in units—not buildings), railroad construction, reservoirs, revetments, sewage collection and disposal lines, sewers(sanitary, storm, f etc), shoreline maintenance, ski tows, storage tanks, swimming pools(outdoor), subways (other than buildings), tipples, tunnels, unsheltered piers and wharves, viaducts(other than highway), water mains, waterway construction, water supply lines(not incidental to building), water and sewage treatment plants (other than buildings) and wells." C.Definition of Public Works Contract Section 18-2-401(1 1)(a),MCA defines "public works contract"as "...a contractfor construction services let by the state, county, municipality, school district, or political subdivision or for nonconstruction services let by the state, county, f 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 wv,w.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." i 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. a (2) The standard prevailing rate of wages paid to workers under a contract subject to this section artist 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 r adjustment must be made and applied every 12 months for the term of the contract. 3 An increase in the standard rate o revailin wa es or workers under this section is the sole responsibility o the () Y � .fP g g f P t1' .f f contractor and any subcontractors and not the contracting agency." c F r i r 3 G.Fringe Benefits Section 18-2-412,MCA states: "(1) To fulfill the obligation...a contractor or subcontractor may: (a)pay the amount of fringe benefits and the basic hourly rate of pay that is part of the standard prevailing rate of wages directly to the worker or employee in cash; (b)make an irrevocable contribution to a trustee or a third person pursuant to a fringe benefit fiend,plan, or program that meets the requirements of the Employee Retirement Income Security Act.of 1974 or that is a bona fide program approved by the U. S. department of labor; or (c) make payments using any combination of methods set forth in subsections (1)(a) and(1)(b)so that the aggregate of payments and contributions is not less than'the standard prevailing rate of wages, including f Tinge benefits and travel allowances, applicable to the district for the particular type of work being per formed. (2) The fringe benefit fund,plan, orprogram 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. 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 shortestpractical maintained route from the dispatch city to the center of the job." See section H above for a list of dispatch cities. J. Computing Travel Benefits ARM,24.17.103(22),states " `Travel pay,'also referred to as `travel allowance,'is and must be paid for travel both to and fom the job site, except those with special provisions listed under the classification. The rate is determined by measuring the road miles one direction over the shortest practical maintained route from the dispatch city or the employee's home, whichever is closer, to the center of the job." See section H above for a list of dispatch cities. K.Per Diem ARM,24.17.103(18),states " `Per diem'typically covers costs associated with board and lodging expenses.Per diem is paid when are employee is required to work at a location outside the daily commuting distance and is required to stay at that location overnight or longer." L.Apprentices Wage rates for apprentices registered in approved federal or state apprenticeship programs are contained in those programs. Additionally, Section 18-2-416(2),MCA states, "...The full amount of any applicable fringe benefits must be paid to the apprentice while the apprentice is working on the public works contract." Apprentices not registered in approved federal or state apprenticeship programs will be paid the appropriate journey level prevailing wage rate when working on a public works contract. 4 M.Posting Notice of Prevailing Wages Section 18-2-406,MCA,provides that contractors, subcontractors,and employers who are "...performing work or ti providing construction services under public works contracts, as provided in this part, shall post in a prominent and accessible site on the project or staging area, not later than the first day of work and continuing for the entire duration of the project, a legible statement of all wages and fringe benefits to be paid to the employees." N.Employment Preference Sections 18-2-403 and 18-2-409,MCA require contractors to give preference to the employment of bona fide Montana ( residents in the performance of work on public works contracts. O.Projects of a Mixed Nature Section 18-2-408,MCA states: "(1)The contracting agency shall determine, based on the preponderance of labor hours to be worked, whether the public works construction services project is classified as a highway construction project, a heaiy 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 Q You can find definitions for these occupations on the following Bureau of Labor Statistics website: http://www.bls.gov/oes/culTent/oes stru.htm E 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. f S.Proper Classification for Pipefitter and Laborer/Pipelayer Work on Water and Waste Water Treatment Plants The proper classification for the following work is Pipefitter,when it is performed inside a building structure or performed at a location which will later be inside of a building: Joining steel pipe larger than 12 inches in diameter with bolted flange connections that has been pre-fabricated off site and does not require any modification such as cutting, grinding, welding, or other fabrication in order to be installed.All other work previously classified as pipefitter remains in that classification.The proper classification for that work when it is at a location that will always be outside a building is Pipelayer,which is under the Laborer Group 3 classification. r, r r r I� 5 WAGE RATES BOILERMAKERS Wage Benefit Travel: $32.19 $30.61 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. $65.00/day >120 mi. $80.00/day T Back to Table of Contents BRICK, BLOCK, AND STONE MASONS Wage Benefit Travel: $33.68 $14.89 0-20 mi. free zone >20-35 mi. $30.00/day >35-55 mi. $35.00/day >55 mi. $65.00/day ?Back to Table of Contents CARPENTERS Wage Benefit Zone Pay: $30.00 $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 6 CEMENT MASONS AND CONCRETE FINISHERS Wage Benefit Zone Pay: $22.21 $12.18 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: $27.41 $13.25 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: $28.20 $13.25 0-30 mi.free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+$5.50/hr. Air Doctor; Backhoe\Excavator\Shovel, up to and incl. 3 cu. yds; Bit Grinder; Bitunimous Paving Travel Plant; Boring Machine, Large; Broom, Self-Propelled; Concrete Travel Batcher; Concrete Float &Spreader; Concrete Bucket Dispatcher; Concrete Finish Machine; Concrete Conveyor; Distributor; Dozer, Rubber-Tired, Push, & Side Boom; Elevating Grader\Gradall; Field Equipment Serviceman; Front-End Loader, 1 cu. yd up to and incl. 5 cu. yds; Grade Setter; Gravel Conveyor; 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: $28.95 $13.25 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: $29.95 $13.25 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: $30.95 $13.25 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: $31.95 $13.25 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: $32.95 $13.25 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. j Back to Table of Contents CONSTRUCTION LABORERS GROUP 1/FLAG PERSON FOR TRAFFIC CONTROL Wage Benefit Zone Pay: $21.58 $9.22 0-30 mi. free zone >30-60 mi. base pay+ $3.05/hr. >60 mi. base pay+ $4.85/hr. Back to Table of Contents CONSTRUCTION LABORERS GROUP 2 Wage Benefit Zone Pay: $24.40 $9.22 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. See, Section S. ? Back to Table of Contents 9 CONSTRUCTION LABORERS GROUP 3 Wage Benefit Zone Pay: $24.54 $9.22 0-30 mi. free zone >30-60 mi. base pay+ $3.05/hr. This group includes but is not limited to: >60 mi. base pay+ $4.85/hr. Concrete Vibrator; Dumpman (Grademan); Equipment Handler; Geotextile and Liners; High-Pressure Nozzleman; Jackhammer(Pavement Breaker) Non- Riding Rollers; Pipelayer; Posthole Digger(Power); Power Driven Wheelbarrow; Rigger; Sandblaster; Sod Cutter-Power and Tamper. T Back to Table of Contents CONSTRUCTION LABORERS GROUP 4 Wage Benefit Zone Pay: $25.26 $9.22 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; High-Scaler; Power Saws (Faller& Concrete); Powderman; Rock& Core Drill; Track or Truck Mounted Wagon Drill and Welder incl. Air Arc T Back to Table of Contents DIVERS Wage Benefit Zone Pay: Stand-By $38.76 $16.40 0-30 mi.free zone Diving $77.52 $16.40 >30-60 mi. base pay+ $4.00/hr. >60 mi. base pay+ $6.00/hr. Depth Pay(Surface Diving) 0-20 ft. free zone >20-100 ft. $2.00 per ft. >100-150 ft. $3.00 per ft. >150-220 ft. $4.00 per ft. >220 ft. $5.00 per ft. Diving In Enclosures 0-25 ft. free zone >25-300 ft. $1.00 per ft. j Back to Table of Contents 10 DIVER TENDERS Wage Benefit Zone Pay: $37.76 $16.40 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. j Back to Table of Contents ELECTRICIANS Wage Benefit Travel: $34.08 $14.59 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 i Back to Table of Contents HEATING AND AIR CONDITIONING Wage Benefit Travel: $29.62 $18.00 0-50 mi. free zone >50 mi. Duties Include: x $0.25/mi. in employer vehicle. Testing and balancing, commissioning and retro- 0 $0.65/mi. in employee vehilcle. commissioning of all air-handling equipment and duct work. Per Diem: $70/day q Back to Table of Contents 11 INSULATION WORKERS - MECHANICAL (HEAT AND FROST) Wage Benefit Travel: $36.67 $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. $86.00/day on jobs requiring an overnight stay plus ■ $0.56/mi. if transportation is not provided. ■ $0.20/mi. if in company vehicle. Back to Table of Contents IRONWORKERS - STRUCTURAL STEEL AND REBAR PLACERS Wage Benefit Travel: $27.75 $25.45 0-45 mi.free zone >45-60 mi. $40.00/day Duties Include: >60-100 mi. $65.00/day Structural steel erection; assemble prefabricated metal >100 mi. $85.00/day buildings; cut, bend, tie, and place rebar; energy producing windmill type towers; metal bleacher seating; Special Provision: handrail fabrication and ornamental steel. When the employer provides transportation, travel will not be paid. However, when an employee is required to travel over 70 miles one way, the employee may elect to receive the travel pay in lieu of the transportation. T Back to Table of Contents LINE CONSTRUCTION — EQUIPMENT OPERATORS Wage Benefit Travel: $35.04 $14.58 No Free Zone $60.00/day Duties Include: All work on substations Back to Table of Contents LINE CONSTRUCTION — GROUNDMAN Wage Benefit Travel: $27.35 $13.70 No Free Zone $60.00/day Duties Include: All work on substations 12 LINE CONSTRUCTION — LINEMAN Wage Benefit Travel: $45.74 $15.89 No Free Zone $60.00/day Duties Include: All work on substations T Back to Table of Contents MILLWRIGHTS Wage Benefit Zone Pay: $33.00 $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 Travel: $26.08 $16.17 No mileage due when traveling in employer's vehicle. The following travel allowance is applicable when traveling in employee's vehicle: No free zone. $0.60/m i. Per Diem: $80.00/day T Back to Table of Contents PILE BUCKS Wage Benefit Zone Pay: $30.00 $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 13 PLUMBERS, PIPEFITTERS, AND STEAMFITTERS Wage Benefit Travel: $35.66 $18.36 0-70 free zone >70 mi. Duties Include: 0On jobs when employees do not work Assemble, install, alter, and repair pipe-lines or pipe consecutive days: $0.55/mi. if employer doesn't systems that carry water, steam, air, other liquids or provide transportation. Not to exceed two trips. gases. Testing of piping systems, commissioning and retro-commissioning. Workers in this occupation may 8 On jobs when employees work any number of also install heating and cooling equipment and consecutive days: $100.00/day. mechanical control systems. See, Section S. j Back to Table of Contents SHEET METAL WORKERS Wage Benefit Travel: $29.62 $18.00 0-50 mi.free zone >50 mi. Duties Include: N $0.25/mi. in employer vehicle Testing and balancing, commissioning and retro- 0 $0.65/mi. in employee vehicle commissioning of all air-handling equipment and duct work. Manufacture, fabrication, assembling, installation, Per Diem: dismantling, and alteration of all HVAC systems, air $70.00/day conveyer systems, and exhaust systems. All lagging over insulation and all duct lining. ?Back to Table of Contents SOLAR PHOTOVOLTAIC INSTALLERS Wage Benefit Travel: $33.58 $14.56 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 j Back to Table of Contents 14 TRUCK DRIVERS Pilot Car Driver Zone Pay: No Rate Established All Districts 0-30 mi. free zone Wage Benefit >30-60 mi. base pay+ $3.05/hr. Truck Driver $28.88 $9.37 >60 mi. base pay+ .$4.85/hr. Group 2: Combination Truck and Concrete Mixer and Transit Mixer; Dry Batch Trucks; Distributor Driver; Dumpman; Dump Trucks and similar equipment; Dumpster; Flat Trucks; Lumber Carriers; Lowboys; Pickup; Powder Truck Driver; Power Boom; Serviceman; Service Truck/Fuel Truck/Tireperson; Truck Mechanic; Trucks with Power Equipment;Warehouseman, Partsman, Cardex and Warehouse Expeditor; Water Trucks. i Back to Table of Contents 15 Intentionally Left Blank MONTANA PREVAILING WAGE RATES FOR HIGHWAY CONSTRUCTION SERVICES 2019 Effective: January 26, 2019 Steve Bullock, Governor State of Montana Galen Hollenbaugh, Commissioner Department of Labor and Industry To obtain copies of prevailing wage rate schedules, or for information relating to public works projects and payment of prevailing wage rates, visit ERD at www.mtwa.gehourbopa.com or contact: Employment Relations Division Montana Department of Labor and Industry P. O. Box 201503 Helena, MT 59620-1503 Phone 406-444-5600 TDD 406-444-5549 The Labor Standards Bureau welcomes questions, comments, and suggestions from the public. In addition,we'll do our best to provide information in an accessible format, upon request, in compliance with the Americans with Disabilities Act. MONTANA PREVAILING WAGE REQUIREMENTS The Commissioner of the Department of Labor and Industry, in accordance with Sections 18-2-401 and 18-2-402 of the Montana Code Annotated (MCA), has determined the standard prevailing rate of wages for the occupations listed in this publication. The wages specified herein control the prevailing rate of wages for the purposes of Section 18-2-401, et seq., MCA. It is required each employer pay(as a minimum) the rate of wages, including fringe benefits, travel allowance, zone pay and per diem applicable to the district in which the work is being performed as provided in the attached wage determinations. All Montana Prevailing Wage Rates are available on the internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at (406) 444-5600 or TDD (406)444-5549. In addition, this publication provides general information concerning compliance with Montana's Prevailing Wage Law and the payment of prevailing wages. For detailed compliance information relating to public works contracts and payment of prevailing wage rates, please consult the regulations on the internet at www.mtwagehourbor)a.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 K8ONTANA PREVAILING WAGE REQUIREMENTS: A. Date ofPublication ------------------------------------------. 3 B. Definition of Highway Construction ------------------------------------� 3 C. De5ni�onof Public VVodmConhaot -----------------------------------. 3 D. Prevailing Wage Schedule --------------------------------------- 3 E. Rates hu Use for Projects ---------------------------------------- 3 F. Wage Rate Adjustments for Multiyear Contracts ------------------------------ 3 G Fringe Benefits ------------------.'-------------------------. * 4 H. Dispatch City ----------------------..----'-----------------. iZone Pay ----------------------------------------------' 4 J. Computing Travel Benefits --------------------------------------- 4 K. Per Diem -----.'--------------------_----___--___--_____' « 4 L. Apprentices ---------------------------------------------' M. Posting Notice uf Prevailing Wages -----------------------------------. 5 N. Employment Preference ----------------------------------------. 5 O. Projects of Mixed Nature ----------------------------------------------' 5 P. Occupations OefinitionaVVebsite -------------------------------------------- 5 Q. Welder Rates ..... 5 R. Foreman Rates ..................................... ...................... ................................. ............................... 5 WAGE RATES: BRICK, BLOCK, AND STONE MASONS -----------------------------------' 0 CARPENTERS ................................................. ....................... ..................................... ............................ 0 CEMENT MASONS AND CONCRETE FINISHERS ------------------------------' 0 CONSTRUCTION EQUIPMENT OPERATORS OPERATORS GROUP 1 -----------------------------------------' o OPERATORSGROUP 2 .................. ...................................— ............................ ................................. / OPERATORS GROUP 3 ---------------------------------------- 7 OPERATORSGROUP 4 .................................................. ... .................................................................... O OPERATORS GROUP 5 ----.—.-----------------------------------. 8 OPERATORS GROUP O -----------------------------------------. 8 OPERATORS GROUP 7 -----------------------------------------. 8 CONSTRUCTION LABORERS LABORERSGROUP 1 .....................................................................................................................'..'. y LABORERSGROUP 2 .................................................................. --................................................. y LABORERS GROUP 3 -----------------------------------------. y LABORERSGROUP 4 --... ..... ............. ............... ...................................... ................................ ...... 10 DIVERS ..................................................... ................ ................. ................. ....... ............................. 10 DIVER TENDERS ---------------------------------------------. 10 ELECTRICIANS ---------------------------------------------- 11 IRONWORKERS 'STRUCTURAL STEEL AND REBARPLACERS -----------------------. 11 LINE CONSTRUCTION EQUIPMENT OPERATOR ----------------------------------------' 11 GROUNOMAN ---------------------------------------------.. 11 LINEMAN ------------------------------------------------. 11 MILLWRIGHTS ----------------------------------------------' 12 PAINTERS ------------------------------------------------ 12 PILE BUCKS -----------------------------------------------' 12 TRUCK DRIVERS -----------------------------------------------' 13 2 A. Date of Publication January 26 2019 1 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 einbanlcment(for road construction),fencing(highway), grade crossing elimination (overpasses or underpasses), guard rails on highways, highway signs, highway bridges(overpasses, underpasses, grade separation), medians,parking lots,parkways, resurfacing streets and highways, roadbeds, roadways, runways, shoulders, stabilizing courses, storm sewers incidental to road construction, streetpaving, surface courses, taxiways, and trails." C.Definition of Public Works Contract Section 18-2-401(1 1)(a),MCA defines"public works contract"as "...a contractfor construction services let by the state, F 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.mtwa-gehourbopa.com or by contacting the Labor Standards Bureau at(406)444-5600 or TDD (406)444-5549. F.Rates to Use for Projects ARM,24.17.127(1)(c), states "The wage rates applicable to a particular public works project are those in effect at the time the bid specifications are advertised." F.Wage Rate Adjustments for Multiyear Contracts Section 18-2-417,MCA states: "(1)Any public works contract that by the terms of the original contract calls for more than 30 months to firlly 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 f 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 ofprevailing wages for workers under this section is the sole responsibility of the contractor and any subcontractors and not the contracting agency." d d 1 a Q 3 G.Fringe Benefits Section 18-2-412,MCA states: "(1) To fulfill the obligation...a contractor or subcontractor may: (a)pay the amount of fringe benefits and the basic hourly rate of pay that is part of the standard prevailing rate of wages directly to the worker or employee in cash; (b) make an irrevocable contribution to a trustee or a third person pursuant to a fringe benefitfund,plan, or program that meets the requirements of the Employee Retirement.Income Security Act of 1974 or that is a bona fide program approved by the U. S. department of labor; or (c) make payments using any combination of methods set forth in subsections (1)(a) and(1)(b)so that the aggregate of payments and contributions is not less than the standard prevailing rate of wages, including f•inge benefits and travel allowances, applicable to the district for the particular type of work being per formed. (2) The fringe benefit fiend,plan, or program described in subsection (1)(b) must provide benefits to workers or employees for health care,pensions on retirement or death, life insurance, disability and sickness insurance, or bona fide programs that meet the requirements of the Employee Retirement Income Security Act of 1974 or that are approved by the U. S. department of labor." Fringe benefits are paid for all hours worked(straight time and overtime hours). However,fringe benefits are not to be considered a part of the hourly rate of pay for calculating overtime,unless there is a collectively bargained agreement in effect that specifies otherwise. H.Dispatch City ARM,24.17.103(11),defines dispatch city as "...the courthouse in the city from the following list which is closest to the center of the job:Billings,Bozeman,Butte, Great Falls,Helena,Kalispell, and Missoula." I.Zone Pay Zone pay is not travel pay. ARM,24.17.103(24),defines zone pay as"...an amount added to the base pay;the combined sum then becomes the new base wage rate to be paid for all hours worked on the project.Zone pay must be determined by measuring the road miles one way over the shortest practical maintained route from the dispatch city to the center of the job." See section H above for a list of dispatch cities. J. Computing Travel Benefits ARM,24.17.103(22),states " `Travel pay,'also referred to as `travel allowance.,'is and must be paid for travel both to and froni the job site, except those with special provisions listed under the classification. The rate is determined by measuring the road miles one direction over the shortest practical maintained route from the dispatch city or the employee's home, whichever is closer, to the center of the job." See section H above for a list of dispatch cities. K.Per Diem ARM,24.17.103(18),states " Per diem'typically covers costs associated with board and lodging expenses. Per diem is paid when an employee is required to work at a location outside the daily commuting distance and is required to stay at that location overnight or longer." L.Apprentices Wage rates for apprentices registered in approved federal or state apprenticeship programs are contained in those programs. Additionally, Section 18-2-416(2),MCA states "...The full amount of any applicable fringe benefits must be paid to the apprentice while the apprentice is working on the public works contract." Apprentices not registered in approved federal or state apprenticeship programs will be paid the appropriate journey level prevailing wage rate when working on a public works contract. 4 i i M.Posting Notice of Prevailing Wages Section 18-2-406,MCA,provides that contractors,subcontractors,and employers who are "...performing work or providing construction services under public works contracts, as provided in this part, shall post in a prominent and accessible site on the project or staging area, not later than the f rst day of work and continuing for the entire durationn of the project, a legible statement of all wages and fringe benefits to be paid to the employees." i 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 heaiy construction project, or a building construction project. i (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: http://www.bls.gov/oes/ciiiTent/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. f l s b 9 I i 5 WAGE RATES BRICK, BLOCK, AND STONE MASONS Wage Benefit Travel: $28.71 $14.79 0-45 mi. free zone >45-60 mi. $32.50/day >60-90 mi. $62.00/day >90 mi. $75.00/day T Back to Table of Contents CARPENTERS Wage Benefit Zone Pay: $33.00 $13.07 0-30 mi. free zone >30-60 mi. base pay+ $4.00/hr. >60 mi. base pay+ $6.00/hr. T Back to Table of Contents CEMENT MASONS AND CONCRETE FINISHERS Wage Benefit Zone Pay: $24.87 $12.18 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. i Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 1 Wage Benefit Zone Pay: $26.52 $11.15 0-25 mi.free zone >25-50 mi. base pay+ $2.50/hr. This group includes but is not limited to: >50 mi. base pay+ $3.00/hr. Air Compressor; Auto Fine Grader; Belt Finishing; Boring Machine (Small); Cement Silo; Crane, A-Frame Truck Crane; Crusher Conveyor; DW-10, 15, and 20 Tractor Roller; Farm Tractor; Forklift; Form Grader; Front-End Loader, under 1 cu. yd; Oiler, Heavy Duty Drills; Herman Nelson Heater; Mucking Machine; Oiler, All Except Cranes/Shovels; Pumpman. t Back to Table of Contents 6 CONSTRUCTION EQUIPMENT OPERATORS GROUP 2 Wage Benefit Zone Pay: $28.55 $11.15 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; Gravel Conveyor; Field Equipment Serviceman; Front-End Loader, 1 cu. yd up to and incl. 5 cu. yds; Grade Setter; Gravel Conveyor; 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: $29.41 $11.15 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. i Back to Table of Contents 7 CONSTRUCTION EQUIPMENT OPERATORS GROUP 4 Wage Benefit Zone Pay: $30.10 $11.15 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: $31.44 $11.15 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: $32.13 $11.15 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). Z Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 7 Wage Benefit Zone Pay: $34.23 $11.15 0-25 mi. free zone >25-50 mi. base pay+ $2.50/hr. This group includes but is not limited to: >50 mi. base pay+ $3.00/hr. Cranes, 150 tons up to and incl. 250 tons; Cranes, over 250 tons—add $1.00 for every 100 tons over 250 tons; Crane, Tower(All); Crane Stiff-Leg or Derrick; Helicopter Hoist. t Back to Table of Contents 8 CONSTRUCTION LABORERS GROUP 1/FLAG PERSON FOR TRAFFIC CONTROL Wage Benefit Zone Pay: $20.90 $9.65 0-25 mi. free zone >25-50 mi. base pay+ $2.50/hr. >50 mi. base pay + $3.00/hr. Back to Table of Contents CONSTRUCTION LABORERS GROUP 2 Wage Benefit Zone Pay: $23.97 $9.60 0-25 mi. free zone >25-50 mi. base pay + $2.50/hr. This group includes but is not limited to: >50 mi. base pay+ $3.00/hr. General Labor; Asbestos Removal; Burning Bar; Bucket Man; Carpenter Tender; Caisson Worker; Cement Mason Tender; Cement Handler (dry); Chuck Tender; Choker Setter; Concrete Worker; Curb Machine-lay Down; Crusher and Batch Worker; Heater Tender; Fence Erector; Landscape Laborer; Landscaper; Lawn Sprinkler Installer; Pipe Wrapper; Pot Tender; Powderman Tender; Rail and Truck Loaders and Unloaders; Riprapper; Sign Erection; Guardrail and Jersey Rail; Spike Driver; Stake Jumper; Signalman; Tail Hoseman; Tool Checker and Houseman and Traffic Control Worker. Back to Table of Contents CONSTRUCTION LABORERS GROUP 3 Wage Benefit Zone Pay: $24.19 $9.60 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: $25.18 $9.60 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; High-Scaler; Power Saws (Faller& Concrete); Powderman; Rock& Core Drill; Track or Truck Mounted Wagon Drill and Welder incl. Air Arc. T Back to Table of Contents DIVERS Wage Benefit Zone Pay: Stand-By $38.76 $16.40 0-30 mi. free zone Diving $77.52 $16.40 >30-60 mi. base pay+ $4.00/hr. >60 mi. base pay+ $6.00/hr. Depth Pay(Surface Diving) 0-20 ft. free zone >20-100 ft. $2.00 per ft. >100-150 ft. $3.00 per ft. >150-220 ft. $4.00 per ft. >220 ft. $5.00 per ft. Diving In Enclosures 0-25 ft. free zone >25-300 ft. $1.00 per ft. T Back to Table of Contents DIVER TENDERS Wage Benefit Zone Pay: $37.76 $16.40 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: $33.58 $13.93 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: $27.75 $25.45 0-45 mi. free zone >45-60 mi. $40.00/day Duties Include: >60-100 mi. $65.00/day Structural steel erection; assemble prefabricated metal >100 mi. $85.00/day buildings; cut, bend, tie, and place rebar; energy producing windmill type towers; metal bleacher seating; Special Provision: handrail fabrication and ornamental steel. When the employer provides transportation, travel will not be paid. However, when an employee is required to travel over 70 miles one way, the employee may elect to receive the travel pay in lieu of the transportation. T Back to Table of Contents LINE CONSTRUCTION — EQUIPMENT OPERATORS Wage Benefit Travel: $35.04 $14.58 No Free Zone $60.00/day t Back to Table of Contents LINE CONSTRUCTION — GROUNDMAN Wage Benefit Travel: $27.35 $13.70 No Free Zone $60.00/day i Back to Table of Contents 11 LINE CONSTRUCTION — LINEMAN Wage Benefit Travel: $45.74 $15.76 No Free Zone $60.00/day i Back to Table of Contents MILLWRIGHTS Wage Benefit Zone Pay: $33.00 $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 Zone Pay: $28.00 $10.30 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 PILE BUCKS Wage Benefit Zone Pay: $30.00 $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 12 TRUCK DRIVERS Wage Benefit Zone Pay: Pilot Car Driver $22.39 $10.16 All Districts Truck Driver $28.06 $10.16 0-25 mi. free zone >25-50 mi. base pay+ $2.50/hr. Truck drivers include but are not limited to: >50 mi, base pay + .$3.00/hr. Combination Truck and Concrete Mixer and Transit Mixer; Dry Batch Trucks; Distributor Driver; Dumpman; Dump Trucks and similar equipment; Dumpster; Flat Trucks; Lumber Carriers; Lowboys; Pickup; Powder Truck Driver; Power Boom; Serviceman; Service Truck/Fuel Truck/Tireperson; Truck Mechanic; Trucks with Power Equipment;Warehouseman, Partsman, Cardex and Warehouse Expeditor; Water Trucks. T Back to Table of Contents 13 Intentionally Left Blank APPENDIX A MISCELLANEOUS FORMS NOTICE TO PROCEED TO: DATE PROJECT: PROJECT NO: In accordance with the Agreement dated-----.-- ___ _, you are hereby notified to commence work no later than _J �._, and you are to complete the work within consecutive calendar days thereafter. The date of completion of all work is, therefore, _, _^ _ OWNER: BY: SIGNATURE~ DATE r PRINT OR TYPE NAME TITLE ACCEPTANCE OF NOTICE TO PROCEED Receipt of the above Notice to Proceed is hereby acknowledged this _day of CONTRACTOR: BY: SIGNATURE DATE PRINT OR TYPE NAME _ TITLE Notice to Proceed Page 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2011 Intentionally Left Blank APPROVAL OF SUBCONTRACTORS PROJECTTITLE: — ---------- ----..----------- -- ----- PROJECT NO: ------- CONTRACTOR: —.__—__..__-_-___--_.____-- ----.---_ ___--.—__--- ----...----..---- Listed below are all of the subcontractors which we propose to use on this project.Your approval of these subcontractors is requested. We certify that these subcontractors,as listed, have been advised of the labor standards and provisions applicable to this project and that these provisions,as incorporated in the Contract between the Owner and the undersigned Contractor,will be incorporated in the contracts between the Contractor and the listed subcontractors.These provisions shall include all necessary insurance,workers compensation, and other legal requirements that the Contractor must carry. NAME AND ADDRESS MONTANA PUBLIC APPROXIMATE OF SUBCONTRACTOR CONTRACTOR'S TYPE OF WORK VALUE OF REGISTRATION NO. SUBCONTRACT TOTAL: Any deviation from this list shall be approved by the Owner prior to the subcontractor conducting the work. SIGNED BY(Contractor): --. SIGNATURE PRINT OR TYPE NAME DATE CHECKED BY(Engineer): SIGNATURE PRINT OR TYPE NAME DATE APPROVED BY(Owner): SIGNATURE PRINT OR TYPE NAME DATE Approval of Subcontractors 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2011 RMN Intentionally Left Blank I ( SUBSTITUTION REQUEST FORM TO(Engineer): ( PROJECT TITLE: PROJECT NUMBER: . I We hereby submit for your consideration the following product instead of the specified item for the above project. t SPECIFICATION SECTION, __ PARAGRAPH: ( SPECIFIED ITEM: — ( PROPOSED SUBSTITUTION: ( 4 Attach complete technical data,including laboratory tests,if applicable. Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation.(Fill in blanks below.) A. Does the substitution affect dimensions shown on Drawings? B.Will the undersigned pay for changes to building design, including engineering and detailing costs caused by the requested substitution? C. What affect does substitution have on other trades? D. Differences_between_proposed substitution and specified item? E. Manufacturer's guarantees of the proposed and specified items are: Same _Different(explain on attachment) The undersigned states that the function,appearance,and quality are equivalent or superior to the specified item. CHECKED BY ENGINEER: SUBMITTED BY: ❑ Accepted ❑ Accepted As Noted ❑ Not Accepted ❑ Received Too Late SIGNATURE DATE BY: - -- __ SIGNATURE DATE PRINT OR TYPE NAME TITLE ADDRESS: PRINT OR TYPE NAME TITLE REMARKS: DATE: TELEPHONE: -__ __ OWNER APPROVAL: BY: SIGNATURE DATE PRINT OR TYPE NAME TITLE Substitution Request Form 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2015 RMN Intentionally Left Blank SCHEDULE OF VALUES FOR CONTRACT PAYMENT (Applies ONLY to Lump Sum Bid Items) PROJECT TITLE: _ -- - ---- • - -- - " PROJECT NO: CONTRACTOR: -- - --- ---- BID ITEM DESCRIPTION OF BID ITEM COMPONENT OF WORK COST PER NO. (Describe) COMPONENT TOTAL COST OF WORK ITEMS FOR PAYMENT REQUEST: I hereby certify that the costs of the work items noted above include an appropriate amount of overhead and profit applicable to each work item.The sum of the costs per component shall equal the lump sum unit price of the bid item. SIGNED BY(Contractor): -- SIGNATURE PRINT OR TYPE NAME DATE CHECKED BY(Engineer):—— SIGNATURE PRINT OR TYPE NAME DATE APPROVED BY(Owner): SIGNATURE PRINT OR TYPE NAME DATE Schedule of Values for Contract Payment 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2015 T Intentionally Left Blank 9 i APPLICATION AND CERTIFICATE FOR PAYMENT Application No. Page_j_oL 2 Period from: To: OWNER: CONTRACTOR: r PROJECT: f CONTRACT DATE: ORIGINAL CONTRACT SUM Change Order No. Change Order No. Change Order No. Net Change by Change Orders C CONTRACT SUM TO DATE E G Amount Amount Less 1 Earned Retainage Earned Gross Estimate This Held This Less Receipts No. Estimate Estimate Retainage Tax Total Totals: Less Previous Certificates for Payment: Current Payment Due: r r CONTRACTOR'S CERTIFICATE The undersigned Contractor cerlses that the Work covered by ibis Application for Payment has been completed in accordance with the Contract Documents,that all amounts have been paid by him for Work for which previous Certificates for payment were issued and payments received fmm the Owner,and that current payment shown herein is due. Dated: Contractor By ENGINEER'S CERTIFICATE FOR PAYMENT This Application(with accompanying documentation)meets the requirements of the Contract Documents and payment of the above "Current Payment Due"is recommended. Dated: N Robert Peccia and Associates. ` Engineer I By r t APPLICATIONAND CERTIFICATE OF PAYMENT G Page 1 o1`2I � I G CONTINUATION SHEET Page 2 of 2 Application and Certification for Payment,conteininl Application Commetor's signed Certification is attached Date ( l l O ( l ( ( ) l l Talal Amount Contract Previous Current Quantity Materials Less Earned %comple Item Contract Unit Contract Quantity Quantity Complete Total on Materials This to date Na, Description ofNVork Quantity Price Price Requested Completed To Date Cost Site Installed Estimate TOTALS 50.00 $0.00 $0.00 WORK DIRECTIVE CHANGE Instructions on Next Page PROJECT TITLE: PROJECT NO.: __._._____,x...r_._._______- CONTRACT DATE: OWNER: ENGINEER: — ( CONTRACTOR: i ( You are directed to proceed promptly with the following change(s): DESCRIPTION: ( I I ; ( PURPOSE OF WORK DIRECTIVE CHANGE: I ATTACHMENTS: (List documents supporting change) i i If a claim is made that the above change(s)have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). Method of determining change in Contract Price: Method of determining change in Contract Time: ❑ Time and Materials ❑ Contractor's Records ❑ Unit Prices ❑ Engineer's Records ❑ Cost Plus Fixed Fee ❑ ❑ Other — Estimated increase(decrease)in Contract Price: Estimated increase(decrease)in Contract Time: $ amount. If the change involves days. If the change involves an increase, an increase,the estimated amount is not to be the estimated time is not to be exceeded without further exceeded without further authorization. authorization. RECOMMENDED BY(Engineer): - SIGNATURE PRINT OR TYPE NAME DATE AUTHORIZED BY(Owner): SIGNATURE PRINT OR TYPE NAME DATE ACCEPTED BY(Contractor): SIGNATURE PRINT OR TYPE NAME DATE Work Directive Change 1 of 2 MP ROBERT PECCIA&ASSOCIATES copyright©2011 047 WORK DIRECTIVE CHANGE INSTRUCTIONS A. GENERAL INFORMATION This document was developed for use in situations involving changes in the Work which, if not processed expeditiously, might delay the Project. These changes are often initiated in the field and may affect the Contract Price or the Contract Time.This is not a Change Order, but only a directive to proceed with Work that may be included in a subsequent Change Order. For supplemental instructions and minor changes not involving a change in the Contract Price or the Contract Time, a Field Order may be issued. B. COMPLETING THE WORK DIRECTIVE CHANGE Engineer initiates the form, including a description of the items involved and attachments. Based on conversations between Engineer and Contractor, Engineer completes the following: METHOD OF DETERMINING CHANGE, IF ANY, IN CONTRACT PRICE: Mark the method to be used in determining the final cost of Work involved and the net effect on the Contract Price. If the change involves an increase in the Contract Price and the estimated amount is approached before the additional or changed work is completed, another Work Directive Change must be issued to change the time or Contractor may stop the changed Work when the estimated time is reached. If the Work Directive Change is not likely to change the Contract Price, the space for estimated increase(decrease) should be marked "Not Applicable". METHOD OF DETERMINING CHANGE, IF ANY, IN CONTRACT TIME: Mark the method to be used in determining the change in Contract Time and the estimated increase or decrease in Contract Time. If the change involves an increase in the Contract Time and the estimated time is approached before additional or changed Work is completed, another Work Directive Change must be issued to change the time or Contractor may stop the changed Work when the estimated time is reached. If the Work Directive Change is not likely to change the Contract Time, the space for estimated increase (decrease) should be marked "Not Applicable". Once Engineer has completed and signed the form, all copies should be sent to Owner for authorization because Engineer alone does not have authority to authorize changes in price or time. Once authorized by Owner, a copy should be sent by Engineer to Contractor. Once the Work covered by this directive is completed for final cost and time determined, Contractor should submit documentation for inclusion in a Change Order. THIS IS A DIRECTIVE TO PROCEED WITH A CHANGE THAT MAY AFFECT THE CONTRACT PRICE OR THE CONTRACT TIME.A CHANGE ORDER, IF ANY, SHOULD BE CONSIDERED PROMPTLY. Work Directive Change 2 of 2 ^ CHANGE ORDER No. DATE OF ISSUANCE EFFECTIVE DATE OWNER CONTRACTOR Contract: Project: OWNER's Contract No. ENGINEER ENGINEER's Contract No. You are directed to make the following changes in the Contract Documents: Description: Reason for Change Order: Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price Original Contract Times: Substantial Completion: $ Ready for final payment: (days or dates Net Increase(Decrease)from previous Change Net change from previous Change Orders No. _to Orders No. _to_: No. Substantial Completion: $ Ready for final payment: (days) Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial Completion: $ Ready for final payment: (days or dates Net increase(decrease) of this Change Order: Net increase (decrease)this Change Order: Substantial Completion: $ Ready for final payment: (days) Contract Price with all approved Change Orders: Contract Times with all approved Change Orders: Substantial Completion: $ Ready for final payment: (days or dates) Contractor certifies and agrees that there are no additional costs or claims for extra work, additional time, delays or omitted items,of any nature whatsoever,associated with the subject change order items,except as identified and set forth herein and unless expressly stated otherwise in the Change Order. And further,that the price agreed-upon herein represents the full cost and value for the subject work performed and the materials supplied under the terms of the contract and that the work quantities and value were properly determined and are correct. CONTRACTOR(Authorized Signature) Date RECOMMENDED BY: APPROVED BY: (ENGINEER- Signature) Date OWNER(Authorized Signature) Date CHANGE ORDER FORM Page t of 2 CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating Change Orders to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed in the Agreement, any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order should be used. B. COMPLETING THE CHANGE ORDER FORM Engineer normally initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor, or requests from Owner, or both. Once Engineer has completed and signed the form, all copies should be sent to Owner or Contractor for approval, depending on whether the Change Order is a true order to the Contractor or the formalization of a negotiated agreement for a previously performed change. After approval by one contracting party, all copies should be sent to the other party for approval. Engineer should make distribution of executed copies after approval by both parties. If a change only applies to price or to times, cross out the part of the tabulation that does not apply. CHANGE ORDER FORM Page 2 of 2 CONTRACTOR'S CERTIFICATE OF COMPLETION TO(Owner): -. n-- DATE: _ PROJECT: PROJECT N0: ...._-.. ATTN(Engineer): CONTRACT DATE: FROM(Contractor): _ -------- -—--This is to certify that I, _ .___u..__.... am an authorized official of working in the capacity of and have been properly authorized by said firm or corporation to sign the following statements pertaining to the subject contract: I know of my own personal knowledge, and do hereby certify, that the work of the contract described above has been performed, and materials used and installed in every particular, in accordance with, and in conformity to, the Contract Plans and Specifications. The contract work is now complete in all parts and requirements and ready for your substantial completion inspection. I understand that neither the determination of the Engineer that the work is complete nor the acceptance thereof by the Owner shall operate as a bar to claim against the Contractor under the terms of the guarantee provisions of the Contract Documents. CONTRACTOR: _ w_ a -_ • �- - --�- - - BY. SIGNATURE DATE PRINT OR TYPE NAME TITLE Contractors Certificate of Completion 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2011 RMN Intentionally Left Blank CERTIFICATE OF SUBSTANTIAL COMPLETION TO(Owner): SUBSTANTIAL COMPLETION DATE: PROJECT: CONTRACT DATE: PROJECT NO: INSPECTION DATE: PROJECT OR PART SHALL INCLUDE: ENGINEER:— —--_— - PERFORMANCE BOND NO: DATE OF BOND: - SURETY: _.._...-- CONTRACTOR: MONTANA AGENT., ADDRESS: ADDRESS: PHONE NO: PHONE NO: _----_-- The Work performed under this Contract has been inspected by authorized representatives of the Owner,Contractor,and Engineer,and the Project(or specified part of the Project,as indicated above)is hereby declared to be substantially completed on the above date. DEFINITION OF SUBSTANTIAL COMPLETION The date of substantial completion of a project or specified area of a project is the date when the construction is sufficiently completed,in accordance with the contract documents,as modified by any change orders agreed to by the parties,so the Owner can occupy or utilize the project or specified area of the project for the use for which it was intended. Atentative list of items to be completed is appended hereto.This list may not be exhaustive,and the failure to include an item on it does not alter the responsibility of the Contractor to complete all the Work in accordance with the Contract Documents. ENGINEER: SIGNATURE DATE The Contractor accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. CONTRACTOR: __� --- —__--- -- - BY. SIGNATURE DATE The Owner accepts the Project or specified area of the Project as substantially complete and will assume full possession of the project or specified area at (time),on (date).The responsibility for heat, utilities,security, and insurance under the Contract Documents shall be as set forth under"Remarks"below. OWNER: SIGNATURE DATE REMARKS: (include additional information if necessary) Certificate of Substantial Completion 1 of 1 OF ROBERT PECCIA&ASSOCIATES copyright©2015 Intentionally Left Blank AFFIDAVIT ON BEHALF OF CONTRACTOR STATE OF: ):Ss COUNTY OF: _ PROJECT: PROJECT NUMBER: DATE: I certify to the best of my knowledge and belief that all work has been performed and materials supplied in strict conformance with the terms and conditions of the corresponding Contract Documents between the Owner, and the Contractor, dated for the Project, No. and further declare that all bills for materials, supplies, utilities, and for all other things furnished or caused to be furnished by the above-named Contractor and used in the execution of the above Contract have been fully paid, and there are no unpaid claims or demands of State Agencies, subcontractors, materialmen, mechanics, laborers or any others resulting from or arising out of work done or ordered to be done by said Contractor under the above-identified Contract. In consideration of the prior and final payments made and all payments made for authorized changes,the Contractor releases and forever discharges the Owner from any and all obligations and liabilities arising by virtue of said Contract and authorized changes between the parties hereto, either verbal or in writing, and any and all claims and demands of every kind and character whatsoever against the Owner, arising out of or in any way relating to said Contract, and authorized changes.This Waiver includes any claim of lien as well as any and all claims under 40 U.S.C. §§270a-270d ("the Miller Act") or any state statute serving a substantially similar purpose, and releases and waives any and all claims to any private bond right. This statement is made for the purpose of inducing the Owner to make Final Payment under the terms of the Contract, relying on the truth and statements contained therein. The Contractor acknowledges others, including lenders, insurers, and the Engineer, will rely upon this instrument as a full and complete waiver and release of all claims in the normal course of their transactions. Dated this day of , at Montana. CONTRACTOR: _ Subscribed and sworn to before me this day NOTARY PUBLIC FOR THE STATE OF MONTANA BY: SIGNATURE DATE __,.... ....,_._ RESIDING AT PRINT OR TYPE NAME ¢� TITLE MY COMMISSION EXPIRES Affidavit On Behalf of Contractor 1 of 1 _1WF ROBERT PECCIA&ASSOCIATES copyright©2011 M Intentionally Left Blank CONSENT OF SURETY COMPANY TO FINAL PAYMENT OWNER: ENGINEER: —-- CONTRACTOR: SURETY: PROJECT: _ PROJECT NUMBER: .—_ ----- -- -- CONTRACT DATE: -In accordance with the provisions of the contract between the Owner and the Contractor indicated above, the SURETY COMPANY, on bond of �.. (here insert name of Surely Company) CONTRACTOR, (here insert name and address of Contractor) hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to OWNER, (here insert name and address of Owner) as set forth in the said Surety Company's bond. IN WITNESS WHEREOF,the Surety Company has hereunto set its hand this day of SURETY COMPANY: I I COMPANY NAME ADDRESS ��.._....—�.-...._. 1 I (SEAL) I � _ I I SIGNATURE OF AUTHORIZED REPRESENTATIVE i I t m_ TITLE DATE NOTE:This form is to be used as a companion document to the Affidavit on Behalf of Contractor(current edition). Consent Of Surety Company To Final Payment 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2011 Intentionally Left Blank APPENDIX B GEE TECHNICAL REPORT t i ( i GEOTECHNICAL R.E.PO RT!V i 1 f -COTTONWOOD ROAD From Babcock Street North W, Du r ton Road Rona ( January 2019 PREPARED OY. Civil Engineering Gc- technical Engineering Land 5t1tvE'ylClg ��'ersaProl�4tyA r Civil Eingineering Geotechnical I $lf?RkY4'E3' 9'ig . La nd Sui''/(?��1i5�g 32 Discovery Drive Bozeman,Montana 59718 LNG-6NFd1Nta Ph: (406) 582-0221 s rtVICUS,rrtc, ��'a Fax: (406) 582-5770 �dersefral 3 fi January 18, 2019 Staci Venner Robert Peccia &Associates 3810 Valley Commons Dr.,Suite#4 Bozeman, MT 59718 Re: Geotechnical Report Cottonwood Road—Babcock St.to aurston Rd.—Bozeman, MT N` " � Dear Ms.Venner: Please find enclosed five (5) bound copies of our geotechnical report for the above-referenced project. ' An electronic PDF copy of the complete report has been emailed to you as well. As per our scope of work, this report presents a geotechnical assessment of the project site, summarizes it's soil and groundwater conditions, details any geotechnical issues or concerns that we identified, and provides design and construction recommendations for site earthwork, pavements, sidewalks, under- ground utilities, and the traffic signal pole foundations. This report was prepared for use by all associated parties during the planning, design, and construction phases of this project. It is important that the Owner and all Design Professionals and Contractors who are involved with this project be provided with a copy of the report so they are fully informed on the site conditions, potential issues/concerns, and our geotechnical recommendations. If you have any questions regarding this report, please give me a call. Thank you. Allied Engineering Services, Inc. `� - �- - ---- - ....._.......... ... Lee S. Evans, PE z. Geotechnical Engineer r ` enc: Geotechnical Report(5 copies) ��1L'�'w.i•1iit�ti�i'i�*Ci3E:.�i'ii`if�.C[3111 TABLE OF CONTENTS INTRODUCTION.............................................................................................................................................1 SITELOCATION AND DESCRIPTION ...............................................................................................................1 PROPOSEDIMPROVEMENTS.........................................................................................................................1 EXISTING SECTION OF COTTONWOOD ROAD...............................................................................................2 GEOLOGY.......................................................................................................................................................3 EXPLORATIONS,TESTING,AND SUBSURFACE CONDITIONS.........................................................................3 SubsurfaceExplorations............................................................................................................................3 LaboratoryTesting.....................................................................................................................................4 SoilConditions...........................................................................................................................................5 GroundwaterConditions...........................................................................................................................7 REASONS FOR COTTONWOOD ROAD ISSUES................................................................................................9 GENERAL CONSTRUCTION RECOMMENDATIONS.......................................................................................10 TopsoilStripping and Re-Use...................................................................................................................10 GroundwaterDewatering........................................................................................................................10 Excavationand Re-Use of On-Site Soils...................................................................................................10 OPTIONS FOR ADDRESSING EXISTING ROAD ISSUES ..................................................................................11 PAVEMENTSECTION RECOMMENDATIONS................................................................................................11 GeneralRecommendations.....................................................................................................................11 DesignPavement Sections.......................................................................................................................12 ConstructionNotes..................................................................................................................................16 Pavement Section Materials, Placement, and Compaction ....................................................................16 OTHER MATERIAL AND COMPACTION RECOMMENDATIONS....................................................................16 CleanCrushed Rock.................................................................................................................................17 ScreenedSewer Rock...............................................................................................................................17 FillPlacement and Compaction...............................................................................................................17 CONCRETE SIDEWALK RECOMMENDATIONS..............................................................................................18 UNDERGROUND UTILITY RECOMMENDATIONS .........................................................................................18 STRUCTURALDESIGN PARAMETERS...........................................................................................................18 SeismicDesign Factors.............................................................................................................................18 FoundationBearing Pressure ..................................................................................................................19 LateralEarth Pressures............................................................................................................................19 SoilCorrosivity to Concrete.....................................................................................................................19 SoilCorrosvity to Metal...........................................................................................................................20 i TABLE OF CONTENTS (cont.) FOUNDATON RECOMMENDATIONS FOR TRAFFIC SIGNALS.......................................................................20 PRODUCTS...................................................................................................................................................20 LIMITATIONS ...............................................................................................................................................20 REFERENCES................................................................................................................................................21 ii TABLE OF CONTENTS (cont.) SUPPLEMENTAL INFORMATION ❑ List Of Tables Table 1 — Lab Testing Results—Standard Proctor Table 2 — Lab Testing Results—California Bearing Ratio (CBR) Table 3 — Summary of Soil Conditions in Boreholes 1—2 Table 4 — Summary of Soil Conditions in Test Pits 1—9 (Dug in East-Side Right of Way Area) Table 5 — Summary of Soil Conditions in Test Pits 10—16 (Dug behind Curb Line of Ex. Road) Table 6 — Summary of Groundwater Conditions in Boreholes 1—2 Table 7 — Summary of Groundwater Conditions in Test Pits 1—9 Table 8 — Summary of Groundwater Conditions in Test Pits 10—16 Table 9 — Pavement Design—Section 1—Cottonwood Widening from Babcock to Durston Table 10 — Pavement Design—Section 2—Cottonwood Widening at Babcock/Durston Inter. Table 11 — Pavement Design—Section 3—Cottonwood Widening from Durston to Glenwood Table 12 — Pavement Design—Section 4—Babcock Street—Sewer Trench and Widening Areas Table 13 — Pavement Design—Section 5—Babcock Street—Tie In Area Table 14 — Pavement Design—Section 6—Cascade, Waters, and Bembrick Street—Tie In Area Table 15 — Pavement Design—Section 7—Cottonwood—Rehabilitation of Ex. Asphalt Area Table 16 — Compaction Recommendations (Application vs. Percent Compaction) Table 17 — Product Reference Guide ❑ List Of Figures Figure 1 — Vicinity Map Figure 2 — Exploration Locations w/Surface Elevations Figure 3 — Exploration Locations w/Native Gravel Depth Figure 4 — Exploration Locations w/Groundwater Depth Figure 5 — AESI Survey Data for Boreholes and Test Pits Figure 6 — Cottonwood Road Photo—Ruts and Cracks ❑ List Of Appendices Appendix A — On-Site Exploration Logs Appendix B — Lab Testing Results Appendix C — Asphalt Pavement Section Design Appendix D — Products Appendix E — Limitations Of Your Geotechnical Report iii Intentionally Left Blank m x ALEIE5D r ENGINEERING SERVICES,INC, \J �O �IV@rse v(0* INTRODUCTION This report presents our geotechnical assessment and recommendations for the Cottonwood Road project extending from Babcock Street north to Durston Road in the northwest part of Bozeman, MT. This segment of Cottonwood Road lies along the west side of Valley West Subdivision and to the east of the Petra Academy and the Springhill Presbyterian Church. The geotechnical information contained herein is based on an investigation and analysis of the site's subsurface conditions, knowledge of the underlying geology, and our previous geotechnical engineering experience in the Bozeman area. The purpose of this report is to inform all associated parties of the site's soil and groundwater conditions and any potential geotechnical issues or concerns that we identify; and to provide recommendations that pertain to site earthwork, pavements, sidewalks, under- ground utilities, and foundation design and support for traffic signals. We believe our recommendations are reasonable and prudent; and therefore should be considered and implemented during the planning, design, and construction phases of this improvements project. SITE LOCATION AND DESCRIPTION The project site generally consists of the 0.5-mile long section of Cottonwood Road between Babcock Street and Durston Road. As discussed in a later report section, the proposed improvements actually extend a little further to the north to just shy of the intersection of Glenwood Drive. The existing streets that connect to Cottonwood Road within the limits of the site include Babcock Street, Cascade Street, Waters Street, Classical Way, Bembrick Street, and Durston Road. See Figure 1 for a vicinity map of the project area. At present, Cottonwood Road consists of a two-lane road with curb and gutter. This road was built as part of the Valley West Subdivision development in 1998. Existing water and sewer mains lie to the east of the road within the Cottonwood Road right-of-way. Within the last few years, the traffic signal at the Durston Road intersection was installed. There is no traffic signal at the Babcock Street intersection only stop signs on each side of Babcock. More discussion on the original construction and past performance of Cottonwood Road is provided later in the report. PROPOSED IMPROVEMENTS This project will involve the full build-out of Cottonwood Road to the east of the existing two-lane road. The area to be widened will contain dual, northbound lanes as well as north and southbound turn lanes Allied Engineering Services, Inc. Page 1 Cottonwood Road Project: 15-017.03 Babcock to Durston—Bozeman, MT January 18,2019 at some of the existing connecting streets. Another portion of this project will be the rehabilitation of the existing roadway and its conversion into dual, southbound lanes. Provided below is a brief summary of the project: • Road Improvements: o Widening of Cottonwood from Babcock to Durston (east side). o Widening of Cottonwood from Durston to Glenwood (east side). o Re-building of Babcock intersection (east side). o Re-building of Durston intersection (east side). o Re-surfacing of portion of Babcock over new sewer main (east side). o Widening a portion of Babcock(east side). o Tie-ins to Babcock, Cascade, Waters, and Bembrick(east side). o Rehabilitation of Cottonwood from Babcock to Durston (existing west side lanes). o Rehabilitation of Babcock intersection (west side). o Rehabilitation of Durston intersection (west side). • Sidewalk Improvements: o New sidewalk at the Babcock and Durston intersections. o New sidewalk along a small portion of the west side of Cottonwood. o New sidewalk along the majority of the east side of Cottonwood. • Utility Improvements: o New storm drainage along Cottonwood from Babcock to Glenwood. o New sanitary sewer main along Cottonwood from Babcock to Durston. o New sanitary sewer main along a short section of Babcock(east side). • Traffic Signal Improvements: o New signals at Babcock intersection. o New signals at Durston intersection. EXISTING SECTION OF COTTONWOOD ROAD The west side of Cottonwood Road was constructed in 1998. According to record drawings, the existing pavement section consists of 3 inches of asphalt, 4 inches of 1"-minus base course gravel, and 18 to 36 inches of sub-base pitrun gravel. A note on the typical section states that "overburden materials shall be removed down to native gravel material and pitrun material shall be placed from the existing native gravel material up to top of sub-base gravel depth". This means that the road was sub-excavated down to native gravel and re-built upward from the gravel subgrade surface with pitrun gravel. As part of our Alliari FnainaarinR Sar%/irec_ Inr. Paae 2 Cottonwood Road Project: 15-017.03 Babcock to Durston—Bozeman, MT January 18,2019 geotechnical investigation, we dug seven test pits along the back of the east side curb line in order to expose the existing pavement section materials. As suggested by the record drawings, we verified the presence of a thick section of sub-base gravel extending down and overlying native gravel. Therefore, it certainly appears the road was constructed as designed (ie. sub-base gravel on native gravel with all overlying silt/clay being removed). For some reason(s), the road has performed poorly over the years. This is discussed in more detail later in the report. The on-going issues with the road have included rutting, deflections, and cracking, all of which are affecting the "ride and feel" of the road. No major repairs have been done to the road other than seasonal maintenance. This has included filling the ruts and patching some areas. A photo of Cottonwood Road showing the rutting and cracking is provided as Figure 6 (attached). GEOLOGY According to a geology map for the Gallatin Valley, an excerpt of which is not attached herein, the project site lies within the expansive Quaternary/Tertiary-aged, alluvial fan deposit (QTa) that blankets much of the Bozeman area. The soil stratigraphy on the west side of the city typically consists of about a foot of topsoil overlying two to five feet of silt/clay, which in turn overlies alluvial sandy gravely with large cobbles. On the south side of Bozeman, the gravel thickness is closer to 100 feet, but on the north side it thickens to over 200 feet. The gravel formation is underlain by consolidated beds of Tertiary-aged gravels, sands, silts, and clays,which are generally considered to be"bedrock". Note: As expected, we found the project site to be underlain by shallow sandy gravels beginning at depths of about 3.0 to 5.0 feet. See the following report sections for a more detailed description of the subsurface conditions. EXPLORATIONS,TESTING,AND SUBSURFACE CONDITIONS Subsurface Explorations Subsurface conditions were investigated across the site in three phases between May 1 and 9, 2018. All fieldwork was conducted under the direction of Lee Evans, a professional geotechnical engineer with Allied Engineering. Our exploration methods included the drilling of deep boreholes and the digging of shallow test pits. Provided below is a summary of our explorations. • Phase 1 -Boreholes: On May 1, we drilled two boreholes to a depth of 24 to 25 feet with a drill rig provided by O'Keefe Drilling. BH-1 was located at the northwest corner of Babcock Street and BH-2 was on the southeast corner of Durston Road. The purpose of these deep explorations was for traffic signal foundation design and construction. • Phase 2—Test Pits: On May 8, we dug nine, shallow test pits within the right-of-way area to the east of the existing roadway with a mini-excavator provided by Townsend Backhoe. The pits extended to depths of 4.0 to 6.0 feet and were identified as TP-1 through TP-9. The numbering Allied Engineering Services, Inc. Page 3 Cottonwood Road Project: 15-017.03 Babcock to Durston—Bozeman, MT January 18,2019 of the pits went from south to north with the first five pits in the south half of the site (south of Waters) and the latter four pits in the north half of the site (north of Waters). The purpose of the pits was to investigate the soil and groundwater conditions in the area of Cottonwood Road that will be widened. • Phase 3 — Test Pits: On May 9, we dug seven, additional shallow test pits behind the existing east-side curb line of Cottonwood Road with a mini-excavator provided by Townsend Backhoe. The pits extended to depths of 3.5 to 4.5 feet and were identified as TP-10 through TP-16. The numbering of the pits went from south to north with the first four pits in the south half of the site (south of Waters) and the latter three pits in the north half of the site (north of Waters). The purpose of the pits was to investigate the existing pavement section materials and verify that the sub-base gravels extended down to native gravel. During the explorations, soil and groundwater conditions were visually characterized, measured, and logged. The relative density of the underlying soils was estimated based on ease/difficulty of digging and drilling, sidewall stability of the completed test pit excavation, rate of auger advancement, and standard penetration tests (blow counts) at 2.0 to 3.0-foot intervals. Our borehole and test pit logs are included in Appendix A. Each of the logs provides pertinent field information, such as soil depths, thicknesses, and descriptions, groundwater depths(at the time of the exploration), relative density data, soil sample information, and a sketch of the soil stratigraphy. Please be aware the detail shown on the logs cannot be accurately summarized in a paragraph; therefore, it is very important to review the logs in conjunction with this report. Following the fieldwork, all of the explorations were fully backfilled, cleaned up to the best extent possible, and labeled with identifying stakes. On June 4, 2018, AESI surveyed in the locations of the boreholes and test pits. An aerial photo map showing the locations of the explorations along with their surface elevations is attached as Figure 2. A printout of the AESI survey data is included as Figure 5. Two additional figures are provided with the exploration locations. Figure 3 shows the depth to native gravel that was observed at each borehole and test pit, while groundwater depth is shown on Figure 4. These figures allow for an easy understanding of the depths and variations to gravel and groundwater across the site. The groundwater depths on Figure 4 are from May 1 through May 9. Due to seasonal fluctuations,groundwater will be higher and lower than these depths during other parts of the year. Laboratory Testing Several soil samples were collected from the two boreholes at intervals of 2.0 to 3.0 feet (from the SPT sampler) throughout the depth of each exploration. In addition, a few samples of the native silt/clay were obtained from TP-1 through TP-9, including two composite samples. Composite A covers the south half of the site (TP-1 through TP-5), while Composite B was from the north half(TP-6 through TP-9). All sack samples above the groundwater table were tested for natural moisture content, while the two bulk samples were tested for standard proctor and California bearing ratio (CBR). Lab tests were performed Allied Eneineerine Services, Inc. Page 4 Cottonwood Road Project: 15-017.03 Babcock to Durston—Bozeman, MT January 18,2019 in accordance with standard ASTM procedures. The moisture content testing was conducted in the AESI soils laboratory, while all other testing was undertaken by Pioneer Technical Services in Helena, MT. The moisture content results are shown on the appropriate borehole and test pit logs in Appendix A, while the other lab results can be found in Appendix B. Provided in Table 1 and 2 is a summary of the testing results for standard proctors and California bearing ratio (CBR). Note: Based on numerous other CBR tests during past projects, the typical soaked CBR range for the Bozeman-area silt/clay soils is between 2.0 and 3.0. The results we received for Composites A and B were much higher than this at 7.0 and 6.0, respectively. In our opinion, this seems too high. On a recent project in which we used the same sub-contract lab, we also received results of 5.0 to 7.0 for silt/clay soils. On that particular project, the lab suggested that we lower the CBR design values to 2.0 to 3.0. Since the on-site soils are similar to this past project site, we have lowered the CBR design value to 3.0 for silt/clay subgrade conditions. Table 1. Lab Testing Results — Standard Proctor SAMPLE SAMPLE SOIL MAXIMUM OPTIMUM NO. DEPTH TYPE DRY DENSITY MOISTURE Comp.A 2' -5' Native Silt/Clay 107.2 pcf 17.2 Comp. B 2' -5' Native Silt/Clay 107.8 pcf 16.4 Notes: 1) Composite sample A was collected from TP-1 through TP-5,which were generally located in south Y:of project site. 2) Composite sample B was collected from TP-6 through TP-9,which were generally located in north%of project site. Table 2. Lab Testing Results — California Bearing Ratio(CBR) SAMPLE SAMPLE SOIL SOAKED CBR @ 0.1" TYP.CBR RANGE CBR USED FOR NO. DEPTH TYPE PENETRATION FOR SILT/CLAY PAVEMENT DESIGN Comp.A 2' -5' Native Silt/Clay 7.0 2.0-3.0 3.0 Comp. B 2'-5' Native Silt/Clay 6.0 2.0-3.0 3.0 Notes: 1) Composite sample A was collected from TP-1 through TP-5,which were generally located in south Yz of project site. 2) Composite sample B was collected from TP-6 through TP-9,which were generally located in north%of project site. 3) Based on previous testing,typical soaked CBR range for Bozeman-area silt/clay is 2.0 to 3.0. 4) On another recent project with similar results(5.0 to 7.0),the lab suggested we lower the design CBR to 2.0 to 3.0. 5) For this project,we used a design CBR of 3.0 when the pavement section will be supported on silt/clay subgrade. Soil Conditions As expected, we found the project corridor to be underlain by shallow native sandy gravels beginning at depths of 3.0 to 5.0 feet in most locations. Each phase of the explorations is described below. • Phase 1 -Boreholes: The gravel depth at the BH-1 location (NW corner of Babcock) was a little deeper at 6.0 feet due to the presence of some surface fill material in the area of the borehole Allied Engineering Services, Inc. Page 5 Cottonwood Road Project: 15-017.03 Babcock to Durston-Bozeman, MT January 18,2019 location. The gravel depth at the BH-2 location (SE corner of Durston) was more in line with the typical range at 4.5 feet. The native gravel was dense to very dense, had blow counts in excess of 50, and extended to the bottom of the boreholes at 24 to 25 feet. The native gravel is the "target" bearing material for support of traffic signal poles. Provided in Table 3 is a summary of the soil conditions observed in BH-1 and BH-2. The material descriptions and soil depths in the table matches the data shown on the logs. Table 3. Summary of Soil Conditions in eoreholes 1-2 BH# BH LOCATION TOPSOIL RANDOM NATIVE NATIVE FILL SILT/CLAY SANDY GRAVEL 1 NW Corner of Babcock,St. 0.0'-0.5' 0.5'-6.0' -------- 6.0'-24.9' 2 SE Corner of Durston Rd. 0.0'-1.0' -------- 1.0'-4.5' 4.5'-24.4' Notes: 1) All soil measurements are depths below existing ground. 2) 131-1-1 was drilled at the NW corner of the Cottonwood Road and Babcock Street intersection. 3) 1311-2 was drilled at the SE corner of the Cottonwood Road and Durston Road intersection. 4) These two boreholes were drilled at the intersections for geotechnical investigation for traffic signal poles. 5) It was difficult to tell in the borehole,but the lower 1.0'to 2.0'of random fill in BH-1 could be native silt/clay. 6) The"target"bearing material for all traffic signal poles is the dense,native sandy gravel starting at 4.5'to 6.0'. • Phase 2 - Test Pits: The right-of-way area to the east of the existing road is covered by 1.0 to 3.0 feet of random fill material (dark brown to brown, silt/clay w/some scattered gravels). The fill is capped by a skiff of organic soil and vegetation. Below the fill is a layer of black, organic topsoil that was not stripped prior to fill placement. The remnant topsoil layer has a 0.5 to 1.0- foot thickness in most locations. Beginning at depths of 2.0 to 3.0 feet is the native silt/clay, which becomes more moist and softer with depth. Native sandy gravel was at 3.0 to 5.0 feet. Provided in Table 4 is a summary of the soil conditions observed in TP-1 through TP-9. Table 4. Summary of Soil Conditions in Test Pits 1-9 (Dug in East-Side Right of Way Area) TP# TP LOCATION RANDOM NATIVE NATIVE NATIVE FILL TOPSOIL SILT/CLAY SANDY GRAVEL 1 North of Babcock St. 0.0'-1.8' 1.8'-2.5' 2.5' -4.0' 4.0'-6.0' 2 South of Cascade St. 0.0'-2.0' 2.0'-3.0' 3.0'-4.5' 4.5'-5.5' 3 North of Cascade St. 0.0'-1.5' 1.5'-2.5' 2.5' -3.0' 3.0'-4.0' 4 Btwn Cascade St.and Waters St, 0.0'-2.5' 2.5' -3.0' 3.0'-4.5' 4.5'-5.0' 5 South of Waters St. 0.0'-3.0' 3.0'-4.0' 4.0'-5.0' 5.0'-6.0' 6 North of Waters St. 0.0'-1.0' 1.0'-2.5' 2.5'-4.5' 4.5'-5.0' 7 Btwn Waters St.and Bembrick St. 0.0'-1.5' 1.5'-2.5' 2.5'-4.5' 4.5'-5.0' 8 South of Bembrick St. 0.0'-2.0' 2.0'-2.5' 2.5'-4.5' 4.5'-5.0' 9 Btwn Bembrick St.and Durston Rd. -------- 0.0'-1.0' 1.0'-4.5' 4.5'-5.0' Alliarl Fnainaarina Carvirpc Inr Paaa A Cottonwood Road Project: 15-017.03 Babcock to Durston-Bozeman, MT January 18,2019 Notes: 1) All soil measurements are depths below existing ground. 2) TP-1 through TP-9 were all dug within the east-side right of way area where Cottonwood Road will be widened. 3) TP-1 through TP-5 were generally located in the south A of the project site from Babcock St.to Waters St. 4) TP-6 through TP-9 were generally located in the north%of the project site from Waters St.to Durston Rd. 5) The random fill is largely not organic,but it is covered by a skiff of organic soil and vegetation. 6) The native silt/clay is very moist to wet in all pits and consequently it is only medium stiff to soft(softer w/depth). 7) The native sandy gravel was pretty clean in TP-1-TP-2 and TP-7-TP-9,but more dirty in TP-3-TP-6. 8) The"target"subgrade material for the widening of Cottonwood from Babcock to Durston is native sandy gravel. • Phase 3 - Test Pits: As indicated on the record drawings for Cottonwood Road, we found the existing pavement section consists of a few inches of base course gravel underlying the curb line and 1.0 to 3.0 feet of sub-base gravel that extends down to native sandy gravel. In none of the excavations did we find any silt/clay left under the roadway. Provided in Table 5 is a summary of the soil conditions observed in TP-10 through TP-16. Table 5. Summary of Soil Conditions in Test Pits 10-16 (Dug behind Curb Line of Ex. Road) BACK OF BASE COURSE SUB-BASE NATIVE TP# TP LOCATION CURB GRAVEL GRAVEL SANDY GRAVEL 10 North of Babcock St. 0.0'-1.0' 1.0'-1.3' 1.3'-2.2' 2.2'-3.5' 11 South of Cascade St. 0.0'- 1.0' 1.0' -1.3' 1.3'-3.5' 3.5'-4.0' 12 Btwn Cascade St.and Waters St. 0.0'-1.0' 1.0'-1.3' 1.3' -3.5' 3.5'-4.0' 13 South of Waters St. 0.0'-1.0' 1.0'-1.3' 1.3'-3.5' 3.5'-4.3' 14 North of Waters St. 0.0'-1.0' 1.0'-1.3' 1.3' -4.0' 4.0'-4.3' 15 South of Bembrick St. 0.0'-1.0' 1.0'-1.3' 1.3'-4.0' 4.0'-4.5' 16 Btwn Bembrick St. and Durston Rd. 0.0'-1.0' 1.0'-1.3' 1.3'-3.5' 3.5'-4.3' Notes: 1) All soil measurements are depths below existing ground. 2) TP-10 through TP-16 were all dug behind the curb line of the existing road(along east side of northbound lane). 3) The purpose of TP-10 through TP-16 was to verify the ex.road had been over-excavated down to native gravel. 4) TP-10 through TP-13 were generally located in the south%of the project site from Babcock St.to Waters St. 5) TP-14 through TP-16 were generally located in the north%of the project site from Waters St.to Durston Rd. 6) In some pits,it was hard to differentiate the"contact"between sub-base gravel and native gravel. 7) In most pits,the depth to native gravel was 3.5'to 4.0'(and similar to gravel depths in TP-1 through TP-9). 8) The"target"subgrade material for the widening of Cottonwood from Babcock to Durston is native sandy gravel. Groundwater Conditions Groundwater was encountered in all explorations at depths of 3.0 to 5.5 feet. In most areas, the water ranged from 3.0 to 4.0 feet. Given that the explorations were drilled/dug in early May, this data should be near seasonal high elevations for 2018. See Figure 4 for a map showing the groundwater depths. Provided in Tables 6, 7, and 8 (on the following page) are the groundwater measurements recorded in the boreholes and test pits at the time of drilling/digging. The depth of the water table relative to the top of the native sandy gravel is also listed. Allied Engineering Services, Inc. Page 7 Cottonwood Road Project: 15-017.03 Babcock to Durston-Bozeman, MT January 18, 2019 Table 6. Summary of Groundwater Conditions in Boreholes 1-2 BH# BH LOCATION GW DEPTH GW DEPTH RELATIVE DATE OF TO NATIVE SANDY GRAVEL MEASUREMENT 1 NW Corner of Babcock St. 5.1' 0.9' above gravel surface 5/1/18 2 SE Corner of Durston Rd. 3.3' 1.2' above gravel surface 5/1/18 Notes: 1) All groundwater measurements are depths below existing ground. Table 7. Summary of Groundwater Conditions in Test Pits 1-9 GW DEPTH RELATIVE DATE OF TP# TP LOCATION GW DEPTH TO NATIVE SANDY GRAVEL MEASUREMENT 1 North of Babcock St. 5.5' 1.5' below gravel surface 5/8/18 2 South of Cascade St. 4.2' 0.3'above gravel surface 5/8/18 3 North of Cascade St. 3.0' at gravel surface 5/8/18 4 Btwn Cascade St.and Waters St. 4.0' 0.5'above gravel surface 5/8/18 5 South of Waters St. 4.2' 0.8' above gravel surface 5/8/18 6 North of Waters St. 3.0' 1.5' above gravel surface 5/8/18 7 Btwn Waters St. and Bembrick St. 3.0' 1.5'above gravel surface 5/8/18 8 South of Bembrick St. 4.5' at gravel surface 5/8/18 9 Btwn Bembrick St. and Durston Rd. 3.5' 1.0' above gravel surface 5/8/18 Notes: 1) All groundwater measurements are depths below existing ground. Table 8. Summary of Groundwater Conditions in Test Pits 10-16 GW DEPTH RELATIVE DATE OF TP# TP LOCATION GW DEPTH TO NATIVE SANDY GRAVEL MEASUREMENT 10 North of Babcock St. 3.5' 1.3' below gravel surface 5/9/18 11 South of Cascade St. 3.0' 0.5' above gravel surface 5/9/18 12 Btwn Cascade St.and Waters St. 3.3' 0.2'above gravel surface 5/9/18 13 South of Waters St. 3.9' 0.4' below gravel surface 5/9/18 14 North of Waters St. 3.0' 1.0' above gravel surface 5/9/18 15 South of Bembrick St. 3.5' 0.5'above gravel surface 5/9/18 16 Btwn Bembrick St.and Durston Rd. 4.0' 0.5' below gravel surface 5/9/18 Notes: 1) All groundwater measurements are depths below existing ground. Allied Eneineerins Services, Inc. Page 8 Cottonwood Road Project: 15-017.03 Babcock to Durston—Bozeman, MT January 18,2019 Groundwater elevations in the Bozeman area fluctuate on a seasonal basis. They are typically at their lowest in the latter part of the year, but rise to the shallowest depths during the spring (April, May, or June) as a result of recharge from the melting mountain snowpack, spring precipitation, and agricultural irrigation. Since all of our explorations were conducted in early May, the groundwater measurements we obtained are likely near seasonal highs. Typical fluctuations in Bozeman can be on the order of 1.0 to 3.0 feet, depending on the site location. In many areas, high water often gets up near the top of the native sandy gravel; and in some instances can rise up into the overlying silt/clay. Note: Last winter/spring (2018) was a wet year with abundant snowpack and plenty of early spring rains. Therefore, it was a good year to collect seasonal high groundwater data across the Gallatin Valley. There is a chance that groundwater rises above the depths that we observed, but most likely water is at these depths or lower during most of the year. REASONS FOR COTTONWOOD ROAD ISSUES As stated at the on-set of this report, the existing portion of Cottonwood Road is in tough shape and is characterized by asphalt rutting, deflection, and cracking throughout its entire length (from Babcock to Durston). There are only a few possible reasons for its poor performance. These include: • Soft Subgrade: Typically if roads are underlain by soft subgrade soils, asphalt deflections and cracking (like what is occurring along Cottonwood) will exist. However, since the Cottonwood pavement section bears on the native sandy gravel (per the record drawings and our exploration observations) and all underlying silt/clay has been removed, there is no way that this can be a soft subgrade issue. • Poor Compaction of Gravel Section Materials: Rutting and deflections can occur as a result of poor compaction. When this road was built, most likely large compaction equipment was used for sub-base and base course gravel compaction. Therefore, we don't believe the road issues are being caused by poor compaction. • Asphalt Thickness, Quality, and Compaction: Road fatigue and failures can be the result of items relating to the asphalt surfacing (ie. not enough thickness, poor quality materials, or insufficient compaction). Yes, the road only has three inches of asphalt and carries a lot of heavy traffic. Therefore, some of the cracking that is occurring is likely due to there not being enough asphalt in-place. Most likely, the asphalt was of good quality and compaction was achieved at the time of placement. The deep asphalt ruts/deflections and block/alligator cracking that exists in parts of the road does not appear to be an asphalt issue, but more likely an underlying strength issue. • Seasonal High Groundwater: The most likely culprit for the on-going road issues is seasonal high groundwater that encroaches into the thick sub-base gravel section and saturates these typically strong materials. When the gravels become wet, they lose some of their shear strength and Allied Engineering Services, Inc. Page 9 Cottonwood Road Project: 15-017.03 Babcock to Durston—Bozeman, MT January 18,2019 want to "give/move" as heavy traffic loads are applied. Due to the thin section of asphalt on the road, the pavement component does not have as much strength, rigidity, and bridging capacity. As a result, the wheel loads are easily transmitted into the wet gravels and rutting, deflections, and cracking are the consequence. GENERAL CONSTRUCTION RECOMMENDATIONS Topsoil Stripping and Re-Use Due to the random fill that has been placed throughout the east side right-of-way area,there is not a lot of topsoil to be stripped in the portion of the roadway that will be widened. The fill is only blanketed by a thin skiff of organic soil with some vegetation. The majority of the fill material is not very organic at all. It is generally comprised.of dark brown to brown, silt/clay with some scattered gravels. The best topsoil underlies the surface fill at depths of 1.0 to 3.0 feet. If topsoil will need to be generated on this project for the topsoiling of medians, boulevards, and other construction areas, then it will need to be stripped from under the fill material. The thickness of the remnant topsoil layer is typically 0.5 to 1.0- foot. Final site grading (in landscape areas) and reclamation of disturbed construction areas are the only recommended uses for organic topsoil material. Groundwater Dewatering Groundwater dewatering will be required for the installation of the sanitary sewer main improvements. Depending on time of year, dewatering may be necessary for most of the widening roadwork between Babcock and Durston. As detailed in a later report section, our pavement section recommendations include sub-excavating down to the native gravel in all areas to be widened (except those with shallow utilities such as the Babcock and Durston intersections) and placing sub-base gravel from native gravel subgrade up to the top of the sub-base design elevations. These recommendations match the way that the original portion of Cottonwood Road (west side) was constructed. If groundwater is at or near the native gravel depth,then dewatering will be required for road construction as well. Excavation and Re-Use of On-Site Soils The soils that will be excavated for the widening of Cottonwood will predominantly include random fill, buried topsoil, and native silt/clay. Due to the 3.0 to 5.0-foot gravel depth, only some of the gravel may need to be excavated to reach the subgrade elevations. Any gravel that is excavated and kept clean can be re-used as sub-base gravel in the pavement section. Most of the gravel that will be excavated on the project will be for the sewer main installations. If the rehabilitation part of the project (existing west side lanes) is undertaken, this work will require the milling/stripping of the existing asphalt surfacing. The milling materials can be blended and re-used as part of the sub-base gravel section (in the east side widening areas). The blended material should be >50%gravel and <50% millings and be thoroughly mixed. The rehab project will also require stripping of Allied Engineering Services, Inc. Page 10 Cottonwood Road Project: 15-017.03 Babcock to Durston—Bozeman, MT January 18, 2019 the existing base course and some of the sub-base gravels in order to cut down to the top of sub-base elevation for the new road surfacing section. The existing gravel materials can be re-used as part of the sub-base gravel section in other parts of the project site, None of the salvaged gravel or asphalt millings shall be re-used as the base course section. The base course must consist of new, imported gravel. OPTIONS FOR ADDRESSING EXISTING ROAD ISSUES In our opinion, there are two general options for fixing the existing west side lanes and limiting the likelihood that the same asphalt rutting, deflection, and cracking issues do not occur within the new east side lanes as well. These are summarized below: • Option 1 —Subsurface Drainage: This option would entail the installation of thousands of feet of shallow sub-drain piping along the east and west sides of both the existing and new road sections. In addition to the edge drains, cross drains would need to be installed at the discharge locations (most likely the shallow ditch/creek on the west side of the road). The purpose of the expansive drain system would be to keep seasonal high groundwater at a lower elevation under the roadway. This improvement would provide a benefit, but only during the high groundwater season and only if the drains could be installed as deep as possible (such that they could still be designed to gravity drain to some location). The two drawbacks of the sub-drainage system are high installation costs and the fact that the benefit is not needed or provided 100% of the time. For these reasons,we are recommending Option 2. • Option 2 — Increased Asphalt Thickness and Base Course Reinforcement: This option involves constructing more strength and rigidity in the asphalt surfacing (with a 6-inch asphalt thickness) and underlying the base course gravel section with a layer of high strength geosynthetic for base course reinforcement. The main purpose of the geosynthetic is to provide structural support and stabilization for times when the underlying sub-base gravels become saturated by seasonal high groundwater. The fabric will prevent movement of the base course gravel down into the sub-base and should limit the magnitude of the asphalt rutting. What makes this option more attractive and advantageous (verses Option 1) is the structural benefits of the improvements will be working 100%of the time during the life of the road (during both dry and wet seasons). PAVEMENT SECTION RECOMMENDATIONS General Recommendations Provided below is our general recommendations for the project improvements. Our detailed pavement sections are in the following report section: • For the widening of Cottonwood from Babcock to Durston, we recommend it be sub-excavated down to native gravel at a depth of 3.0 to 5.0 feet and built back up to sub-base elevations with a thick section of sub-base gravel. This construction method would remove all silt/clay from Allied Engineering Services,Inc. Page 11 Cottonwood Road Project: 15-017.03 Babcock to Durston—Bozeman, MT January 18,2019 under the road and match what was done during the 1998 construction of the existing west side lanes. By doing this, soft silt/clay subgrade caused by seasonal high groundwater is a non-issue during the life of the road. • In areas of shallow existing utilities (such as the Babcock and Durston intersections), we have provided a thinner 24-inch sub-base section that is designed for silt/clay subgrade conditions. The sub-base gravel must be underlain by a layer of high strength geosynthetic for subgrade reinforcement. Hopefully,this thinner pavement section will limit some of the utility conflicts. • For the widening of Cottonwood from Durston to Glenwood, we have reduced the asphalt thickness from 6 inches to 4 inches and underlain the pavement section with a subgrade re- inforced, 24-inch sub-base gravel section. Not only is the subgrade soils expected to be a little better in this area (drier silt/clay), but the traffic volumes are reduced. • Per Option 2 (as discussed on the preceding page), all of the widened areas of Cottonwood from Babcock to Durston (including the intersection work) shall be surfaced with 6 inches of asphalt and have a layer of high strength geosynthetic for base course reinforcement. No base course reinforcement is necessary in the Cottonwood section from Durston to Glenwood. • For rehabilitation of the existing west side lanes (including Babcock and Durston intersections), we recommend 6 inches of asphalt surfacing and base course reinforcement. • For the road widening and sewer trench re-surfacing on the east side of Babcock, the pavement section shall consist of an 18-inch of subgrade-reinforced, sub-base gravel section and 4 inches of asphalt. • For the tie-in on the east side of Babcock, the existing asphalt and base course shall be stripped and the existing sub-base section shall be re-surfaced with base course reinforcement, a new section of base course gravel, and 4 inches of asphalt. • For the tie-ins on the east side of Cascade, Waters, and Bembrick, the existing asphalt and base course shall be stripped and the existing sub-base section shall be re-surfaced with base course reinforcement, a new section of base course gravel, and 3 inches of asphalt. Design Pavement Sections Provided in Tables 9 through 15 (on the following pages) are our design pavement sections for the various parts of this project. The tables provide the required components and compacted thickness as well as other notes about the design section. Provided in Appendix C is our design calculations for Sections 1 through 4. All of these sections contain Mirafi RS580i geosynthetic and were designed using Mirafi pavement design software. Allied Engineering Services, Inc. Page 12 Cottonwood Road Project: 15-017.03 Babcock to Durston—Bozeman, MT January 18,2019 Table 9. Pavement Design — Section 1 — Cottonwood Road Widening from Babcock to Durston COMPONENT COMPACTED THICKNESS(IN) Asphalt Concrete: 6 (2 lifts) Base Course — 1.5"-Minus Crushed (road mix) Gravel: 6 High Strength Geosynthetic (Mirafi RS580i or Approved Equal): Yes(Base Course Reinforcement) Sub-Base Course — 6"-Minus Uncrushed Sandy(pitrun)Gravel: 24 Sub-Excavation/Replacement-6"-Minus Uncrushed Sandy(pitrun)Gravel: As Rq'd to Reach Native Gravel Stable Subgrade Soils (Native Sandy Gravel): Compacted to 95% TOTAL SECTION THICKNESS: 36(+) Notes: 1) Section 1 is for construction of the new areas of Cottonwood Road from Babcock St.to Durston Rd. 2) Use Section 1 in all new areas to be widened,except at Babcock and Durston intersection(due to shallow utilities). 3) Use Section 2(below)at Babcock and Durston intersections and any other areas with shallow utilities. 4) The pavement section materials must be supported on native gravel subgrade. 5) Due to gravel subgrade,no Subgrade separation fabric or subgrade reinforcement geosynthetic is required. 6) Base course reinforcement geosynthetic shall be overlapped at all seams by 12 inches. 7) Place asphalt in 2 lifts(3.5"base layer and 2.5"surface layer). 8) This section is designed for>10,000,000 ESALs,which is very conservative for an urban prin.arterial in Bozeman. 9) According to Mirafi design software,this section can withstand 43,573,701 ESALs. Table 10. Pavement Design — Section 2 — Cottonwood Road Widening at Babcock/Durston Intersect. COMPONENT COMPACTED THICKNESS(IN) Asphalt Concrete: 6 (2 lifts) Base Course — 1.5"-Minus Crushed (road mix) Gravel: 6 High Strength Geosynthetic (Mirafi RS580i or Approved Equal): Yes(Base Course Reinforcement) Sub-Base Course — 6"-Minus Uncrushed Sandy(pitrun)Gravel: 24 High Strength Geosynthetic (Mirafi RS580i or Approved Equal): Yes(Subgrade Reinforcement) Stable Subgrade Soils (Native Silt/Clay): Compacted to 95% TOTAL SECTION THICKNESS: 36 Notes: 1) Section 2 is for construction of the Babcock and Durston intersections(which will have shallow ex.utilities). 2) For any other shallow utility areas between Babcock and Durston,use Section 2 for Cottonwood Road widening. 3) The pavement section materials can be supported on native silt/clay or native gravel subgrade. 4) Subgrade reinforcement geosynthetic is required for silt/clay subgrade(not required for gravel subgrade). 5) Base course and subgrade reinforcement geosynthetic shall be overlapped at all seams by 12 inches. 6) Place asphalt in 2 lifts(3.5"base layer and 2.5"surface layer). 7) This section is designed for>10,000,000 ESALs,which is very conservative for an urban prin.arterial in Bozeman. 8) According to Mirafi design software,this section can withstand 32,580,388 ESALs. Allied Engineering Services,Inc. Page 13 Cottonwood Road Project: 15-017.03 Babcock to Durston—Bozeman, MT January 18,2019 Table 11. Pavement Design — Section 3 — Cottonwood Road Widening from Durston to Glenwood COMPONENT COMPACTED THICKNESS(IN) Asphalt Concrete: 4 (2 lifts) Base Course — 1.5"-Minus Crushed (road mix)Gravel: 6 Sub-Base Course — 6"-Minus Uncrushed Sandy(pitrun)Gravel: 24 High Strength Geosynthetic (Mirafi RS580i or Approved Equal): Yes(Subgrade Reinforcement) Stable Subgrade Soils (Native Silt/Clay): Compacted to 95% TOTAL SECTION THICKNESS: 34 Notes: 1) Section 3 is for construction of the new areas of Cottonwood Road from Durston Rd.to Glenwood Dr. 2) The pavement section materials can be supported on native silt/clay or native gravel Subgrade. 3) Subgrade reinforcement geosynthetic is required for silt/clay subgrade(not required for gravel subgrade). 4) Subgrade reinforcement geosynthetic shall be overlapped at all seams by 12 inches. 5) Place asphalt in 2 lifts(2"base layer and 2"surface layer). 6) This section is designed for>10,000,000 ESALs,which is very conservative for an urban prin.arterial in Bozeman. 7) According to Mirafi design software,this section can withstand 11,503,603 ESALs. Table 12. Pavement Design — Section 4 — Babcock Street — Sewer Trench and Widening Areas COMPONENT COMPACTED THICKNESS(IN) Asphalt Concrete: 4 (2 lifts) Base Course — 1.5"-Minus Crushed (road mix) Gravel: 6 Sub-Base Course — 6"-Minus Uncrushed Sandy(pitrun)Gravel: 18 High Strength Geosynthetic (Mirafi RS580i or Approved Equal): Yes(Subgrade Reinforcement) Stable Subgrade Soils (Native Silt/Clay): Compacted to 95% TOTAL SECTION THICKNESS: 28 Notes: 1) Section 4 is for re-surfacing of the sewer trench area and adding more road width on the east side of Babcock St. 2) The pavement section materials can be supported on native silt/clay or native gravel subgrade. 3) Subgrade reinforcement geosynthetic is required for silt/clay subgrade(not required for gravel subgrade). 4) Subgrade reinforcement geosynthetic shall be overlapped at all seams by 12 inches. 5) Place asphalt in 2 lifts(2"base layer and 2"surface layer). 6) This section is designed for>3,000,000 ESALs,which is very conservative for an urban collector street in Bozeman. 7) According to Mirafi design software,this section can withstand 3,454,615 ESALs. Whorl Fnainaprina rprvirpc Inr. Page 14 Cottonwood Road Project: 15-017.03 Babcock to Durston—Bozeman, MT January 18,2019 Table 13. Pavement Design — Section 5 — Babcock Street — Tie In Area COMPONENT COMPACTED THICKNESS(IN) Asphalt Concrete: 4 (2 lifts) Base Course — 1.5"-Minus Crushed (road mix) Gravel: 6 High Strength Geosynthetic (Mirafi RS580i or Approved Equal): Yes(Base Course Reinforcement) Existing Sub-Base Gravel Section (6"-Minus Pitrun): Compacted to 95% TOTAL SECTION THICKNESS: 10 Notes: 1) Section 5 is for the short tie-in of Babcock St.on the east side of Cottonwood Rd. 2) This section assumes that the existing sub-base gravel section is in-place and consists of clean pitrun gravel. 3) Base course reinforcement geosynthetic shall be overlapped at all seams by 12 inches. 4) Place asphalt in 2 lifts(2"base layer and 2"surface layer). Table 14. Pavement Design — Section 6 — Cascade, Waters, and Bembrick Street — Tie In Area COMPONENT COMPACTED THICKNESS(IN) Asphalt Concrete: 3 Base Course — 1.5"-Minus Crushed (road mix) Gravel: 6 High Strength Geosynthetic (Mirafi RS580i or Approved Equal): Yes(Base Course Reinforcement) Existing Sub-Base Gravel Section (6"-Minus Pitrun): Compacted to 95% TOTAL SECTION THICKNESS: 9 Notes: 1) Section 6 is for the short tie-in of Cascade,Waters,and Bembrick St.on the east side of Cottonwood Rd. 2) This section assumes that the existing sub-base gravel section is in-place and consists of clean pitrun gravel. 3) Base course reinforcement geosynthetic shall be overlapped at all seams by 12 inches. Table 15. Pavement Design — Section 7 — Cottonwood Road — Rehabilitation of Ex.Asphalt Area COMPONENT COMPACTED THICKNESS(IN) Asphalt Concrete: 6 (2 lifts) Base Course — 1.5"-Minus Crushed (road mix)Gravel: 6 High Strength Geosynthetic (Mirafi RS580i or Approved Equal): Yes(Base Course Reinforcement) Existing Sub-Base Gravel Section (6"-Minus Pitrun): Compacted to 95% TOTAL SECTION THICKNESS: 12 Notes: 1) Section 7 is for the rehabilitation of the existing asphalt areas from Babcock to Durston(new southbound lanes). 2) This section will require milling of ex.asphalt and stripping of gravel to a depth of 12 inches below finished grades. 3) Based on plan drawings and TP-10 through TP-16,the ex.road is underlain by a thick sub-base gravel section. 4) Based on plan drawings and TP-10 through TP-16,the ex.sub-base gravel section overlies native sandy gravel. S) Base course reinforcement geosynthetic shall be overlapped at all seams by 12 inches. 6) Place asphalt in 2 lifts(3.5"base layer and 2.5"surface layer). Allied Engineering Services,Inc. Page 15 Cottonwood Road Project: 15-017.03 Babcock to Durston—Bozeman, MT January 18,2019 Construction Notes • For portions of the project where the subgrade must consist of native gravel, then clean, sandy gravel must be exposed throughout the limits of the subgrade area. The gravel subgrade shall be re-compacted to a dense and unyielding condition. • For portions of the project where the subgrade can consist of native silt/clay, then the subgrade must be smooth and rut-free prior to placing the subgrade reinforcement geosynthetic. The silt/clay subgrade shall be re-compacted to a dense and unyielding condition (wherever possible and as the moisture conditions allow). • Subgrade reinforcement and base course reinforcement shall be over-lapped at all seams by a minimum of 12 inches. • Any clean, base course gravel, sub-base gravel, or native gravel can be salvaged and re-used as part of the new sub-base section under the Cottonwood Road widening areas. • Asphalt millings that are stripped from the existing west side lanes can be blended with other pitrun gravel materials and re-used as part of the sub-base gravel section under the Cottonwood Road widening areas. The blended material shall be well-mixed and contain >50% gravel and <50% millings. Pavement Section Materials, Placement, and Compaction The sub-base and base course materials that comprise the granular parts of the pavement section shall consist of 6-inch minus uncrushed sandy (pitrun) gravel and 1-1/2-inch minus crushed (road mix) gravel, respectively. Both of these gravel courses shall meet the material and gradation specifications as presented in MPWSS, Sections 02234 and 02235. Under normal circumstances,the gravel products shall be placed in loose lifts not exceeding 12 inches in thickness (depending on size of the compactor) and compacted to at least 95 percent of the maximum dry density as defined in ASTM D-698. However, if subgrade soils are found to be overly moist, soft, and unstable; then the initial lift of the sub-base gravel section should be thickened to prevent damaging and tearing the geotextile fabric with the construction equipment. Asphalt concrete pavement shall meet the specifications in MPWSS Section 02510; and be compacted to 93 percent(min.) of the Rice mix density. OTHER MATERIAL AND COMPACTION RECOMMENDATIONS Provided below are specifications for some drainage-related material options that may be used during construction. These include clean crushed rock or screened sewer rock. Fill placement and compaction criteria follow the specifications. Allied Engineering Services, Inc. Page 16 Cottonwood Road Project: 15-017.03 Babcock to Durston—Bozeman, MT January 18,2019 Clean Crushed Rock The primary uses for crushed rock include placement under concrete slabs and behind foundation and retaining walls for drainage-related purposes. The crushed rock shall consist of a clean assortment of angular rock fragments with 100 percent passing a one-inch screen and less than 1 percent (by weight) finer than the No. 100 sieve. This aggregate product needs to be manufactured by a crushing process and over 50 percent of its particles must have fractured faces. It is not acceptable to use rock that contains abundant spherical particles for foundation-related applications. Note: This material is an option for subsurface drainage features, particularly under the roadway. To prevent contamination of the rock, the drainage feature should be encased in 8 oz. non-woven fabric. Screened Sewer Rock Screened sewer rock shall be an open graded, 2"-minus rounded rock with <1%fines. The benefit of this product is that it has a high void ratio meaning it can store a lot of water within its pore spaces. Due to compaction difficulties, it should not be used under foundations or any other areas that require a high degree of compaction. Note: This material is an option for subsurface drainage features, particularly outside of the roadway. To prevent contamination of the rock,the drainage feature should be encased in 8 oz. non-woven fabric. Fill Placement and Compaction All fill materials should be placed in uniform, horizontal lifts and compacted to an unyielding condition. This includes clean crushed rock and screened sewer rock, which can be readily compacted by vibratory means. In general, the maximum "loose lift thickness" for fill materials (prior to compaction) should be limited to 12 inches for large, self-propelled rollers, 6 inches for remote-controlled, dual drum rollers and walk-behind, jumping jack compactors, and 4 inches for walk-behind vibratory plate compactors. The moisture content of any material to be compacted should be within approximately two percent(+/-) of its optimum value for maximum compaction. See Table 16 for our compaction recommendations. The percentage of the maximum dry density of the fill material shall be achieved using ASTM D-698. Table 16. Compaction Recommendations (Application vs. Percent Compaction) APPLICATION %COMPACTION Subgrade Soils (Gravel or Silt/Clay): N/A (Dense/Unyielding Condition) Sub-Base Course Gravel (6"-Minus Sandy(pitrun) Gravel): 95 Base Course Gravel (1.5"-Minus(roadmix) Gravel): 95 Asphalt Concrete: 93(of Rice Density) Clean Crushed Rock or Screened Sewer Rock: N/A (Vibration Required) Allied Engineering Services, Inc. Page 17 Cottonwood Road Project: 15-017.03 Babcock to Durston—Bozeman, MT January 18,2019 CONCRETE SIDEWALK RECOMMENDATIONS • All organic topsoil must be stripped from under sidewalks. • The City of Bozeman standard gravel section under sidewalks is 3 inches thick (min.). Typically, clean crushed rock is placed under sidewalks. This material shall be vibratory compacted to a dense and unyielding condition. • The subgrade shall be dry and re-compacted to a hard and stable condition. If the subgrade is soft, the gravel section should be underlain with a woven fabric (such as Mirafi 60OX fabric). This application does not require the use of a high strength geosynthetic (such as Mirafi RS580i). UNDERGROUND UTILITY RECOMMENDATIONS Given the shallow gravel conditions, we do not expect any issues with the utility installation. All utilities should be designed and constructed in accordance with City of Bozeman (COB) standards, Montana Public Works (MPW) specifications, and COB modifications to the MPW specifications. Probably the biggest thing to keep in mind is that the native gravels contain abundant and large gravels and cobbles. In order to adequately protect the piping during the installation and backfill (from point loading caused by large rocks), we recommend that all pipes be well bedded with crushed rock both below and above the pipes. Also, rocks larger than about six inches should be removed from the first lift of trench backfill. Only backfill that is relatively dry should be used such that proper compaction can be achieved. Trench backfill is typically re-compacted to 95%of the standard proctor density. Note: We recommend that all trench backfill consist of native sandy gravel. We do not recommend that any silt/clay be re-used as backfill. STRUCTURAL DESIGN PARAMETERS Seismic Design Factors A main requirement of the Structural Engineer's seismic analysis will be a determination of the site class. Based on our on-site explorations and knowledge of the underlying geology,the site class for the project site will be Site Class D (as per criteria presented in the 2012 IBC). This site class designation is valid as long as our foundation recommendations are followed. To obtain site-specific seismic loading and response spectrum parameters, a web-based application from the USGS Earthquake Hazards Program can be used. The link to their web page is as follows: https:Learthqual(e.usgs.gov/hazards/desigiimaps/usdesign.php. Upon entering the program, the user needs to enter the design code reference document, site soil classification, risk category, site latitude, and site longitude. Allied Engineering Services,Inc. Page 18 Cottonwood Road Project: 15-017.03 Babcock to Durston—Bozeman, MT January 18,2019 Foundation Bearing Pressure The allowable bearing pressure for traffic signal pole foundations (bearing in the native sandy gravel) is 4,000 pounds per square foot (psf). Allowable bearing pressures from transient loading(due to wind or seismic forces) may be increased by 50 percent. We estimate that the above-referenced bearing pressure will result in total settlements of one inch or less,with only minor differential settlements. Lateral Earth Pressures All foundation walls that will be fixed at the top prior to the placement of backfill should be designed for an "at rest" equivalent fluid pressure of 60 pounds per cubic foot (pcf). Cantilevered retaining walls may be designed for a lower, "active" equivalent fluid pressure of 45 pcf, provided either some slight outward rotation of the wall is acceptable upon backfilling or the wall is constructed in such a way that accommodates the expected rotation. These "at rest" and "active" design values are only applicable for walls that will have backfill slopes of less than ten percent; and which will not be externally loaded by surface pressures applied above and/or behind the wall. Lateral forces from wind, earthquakes, and earth pressures on the opposite side of the structure will be resisted by passive earth pressure against the buried portion of the foundation wall and by friction at the bottom of the footing. Passive earth pressures in compacted, fine-grained backfill (silt/clay) should be assumed to have an equivalent fluid pressure of 280 pcf; while a coefficient of friction of 0.5 is estimated between cast-in-place concrete and "target" native sandy gravel. Actual footing loads (not factored or allowable loads) should be used for calculating frictional resistance to sliding along the base of the footing. Please be aware that the friction coefficient has no built-in factor of safety;therefore, an appropriate safety factor should be selected and used in all subsequent calculations for each load case. The above-referenced, equivalent fluid pressures (for at rest, active, and passive conditions) assume that the wall will be backfilled with a suitable material that is compacted to an unyielding condition and it will lie above the groundwater table and/or be well drained; thereby, preventing the backfill from becoming saturated and the wall from experiencing hydrostatic pressure. Each of these design pressures is for static conditions and will need to be factored accordingly to represent seismic loading. We recommend that we be retained to evaluate lateral earth pressures for geometries and/or loading conditions that do not meet the previously mentioned criteria. Soil Corrosivity to Concrete According to Montana Department of Transportation (MDT) highway design standards, Type 1-II cement is used when soil sulfate contents are less than 0.20%. However, if sulfate levels are between 0.20 and 2.00%,then Type V cement is used. Based on numerous testing of Bozeman-area silt/clay and sandy gravel soils, these soil types are not corrosive to concrete. As a result, normal concrete can be supplied with Type 1-II cement. Allied Engineering Services,Inc. Page 19 Cottonwood Road Project: 15-017.03 Babcock to Durston—Bozeman, MT January 18,2019 Soil Corrosivity to Metal According to national soil corrosion standards (NACE Basis Corrosion Book), soils with resistivity values below 1,000 ohm-cm are termed as being corrosive to metal objects, while values below 500 ohm-cm are considered to be very corrosive. In another reference source (Uhlig's Corrosion Handbook), all soils with resistivity values less than 1,000 ohm-cm are defined as having very severe corrosion potential. Based on numerous testing of Bozeman-area silt/clay and sandy gravel soils, these soil types are not corrosive to metal. As a result, during the installation of ductile iron water mains and fire services,these pipes will not have to be wrapped in polyethylene encasement to protect them from the soils. FOUNDATION RECOMMENDATIONS FOR TRAFFIC SIGNALS Foundation Design • The "target" foundation bearing material for the traffic signal poles is the "clean", native sandy gravel that typically underlies the site at depths of 3.0 to 5.0 feet. • All sono tube foundations shall penetrate into the "target" gravel. • The minimum depth of cover for frost protection is four feet. This dimension is measured from bottom of foundation up to the final grade of the ground surface. PRODUCTS Provided in Table 17 is a reference guide for all products (other than foundation-related fill material) that have been recommended within this report. Listed below is the name of the product, its intended use, and where it can be obtained. The manufacturer specification sheet for each of these products is included in Appendix D. These specified products or "approved equals" are available at Core & Main (formerly HD Supply Waterworks) in Belgrade, MT. Tabie 17. Product Reference Guide PRODUCT USE SOURCE PHONE Mirafi RS580i Geosynthetic Subgrade&Base Course Reinforcement Core&Main—Belgrade 388-5980 Notes: 1) Use Mirafi RS580i geosynthetic or an approved equal that meets or exceeds Mirafi RS580i specifications. 2) Design calculations will need to be included with proposed equals to show they have equivalent performance. LIMITATIONS This report provides our geotechnical recommendations for the proposed Cottonwood Road project from Babcock Street to Durston Road in the northwest part of Bozeman, MT. Please be advised that this Allied Engineering Services, Inc. Page 20 I I Cottonwood Road Project:15-017M Babcock to b rston—Bgzema i;'MT January 18;2019 i report I&only applicable for the subject property anal shalt not be used for other nearby sites. Since geoteehtjical conditions cari.change in.a short distorim we recommend all project sites be evaluated on a`site-specific basis.. The recommendations presented herein are based on our investigation and evaluation of the project site's:subsurface conditions; knowledge,of the underlying geology,and previous geotechnical.experience in.the Bozeman area. if during site and foundation earthwork, soil and groundwater conditions are found to b!�inconsistent.with those described in the report, we should be notified immediately so that We can analyze the situation and modify our recorrthiendations if need be. All individuals directly associated with this project should consult.this report during the planning,. design, ( and construction of the site improvements. It should be made available to other parties for information on factual data_zniy and not as a warranty of subsurface..conditions:such as,those interpreted herein. We appreciate the opportunity to performs otir geotechrjical services; Pleas call if you Haveuestians: ( Allied Engineering Sevces,idc. I.ce S. Evans, PE LEE SCOTT Geotechnical Engineer EVANS .ct ' ©, j 1442 PE * �i• 0NA� •r. REFERENCES i 1, International Code Council,2012, "lnternational Builditag Code.".- ( 2. Montana Contractors' Association; April 2010, "Montana Publiiv llVor/ts Standard Specifications'; ( Sixth Edition. ( 3:. Slagie, Steven E•, May � 95, `Goo. ydrologie Conditions om. Land Use in the GallatinValley; Southwestern Montana,1992-93", U.S. aepartment`of the Interior,U-.S:Geological Survey: { RAProJects\201si 15�617.03 Coftonwood--Babcock to ourstiin\6esign\i.3e6fech\Repartk.T"15.017.03 geotechrot.o1,18.14.466 Allied frtgneering Service ;.Inc. Pale 21 i Intentionally Left Blank LIST OF G' GURES Figure 1 — Vicinity Map Figure 2 — Exploration Locations w/Surface Elevations Figure 3 — Exploration Locations w/ Native Gravel Depth Figure 4 — Exploration Locations w/Groundwater Depth Figure 5 — AESI Survey Data.for Boreholes and Test Pits Figure 6 Cottonwood Road Photo — Ruts and Cracks -In ten tionally Left Blank o l l � 5 moo �►,+ kit�i -m 00 S Z Y 0.0 1 as � I mom OU �`+��- I \ t p'o � a � N ,8',. L rQ�� •�, �Y W a pp. to a F 1 1�J ! N-1 W LO n u Q rj; S , \ H � - _ •-�"ail _ I .-I � Wm m aO �z z '� 0.0 O ..-� N 05 J 0 o U � W U Qm Y N U ¢ qFR ' W p a - - 0tl 000MNOU00 mo O CO o n u 0 0 op u yet, W Z Y Q O 0 U 0.0 �Om d m •-�2 fi A ME A PROJECT SITE COTTONWOOD ROAD (BABCOCK TO DURSTON) - - WNW—, SH,2 4 RSTON RO 4776.9' SOCCER FIELDS I ( BE BRICK ST TP- TP e I CLASSICAL WAY TP 7 PETRA ACADEMY TP-14 •�. 1 1 2.7. �T TPB VALLEY WEST SUBDIVISION I TP-17 1 t i TPA TP42 4 914' SGHI PRESBYTETERI CAN CHURCH i I LEGEND Tr i i CASC DE ST BH-1 -J,f7 . ___ -� m � BOREHOLE LOCATION(SURVEYED) - 7 - —� w SURFACE ELEVATION Io TP-1 � 4801.7' TEST PIT LOCATION(SURVEYED)0 w SURFACE ELEVATION 3 LF Ik I I NOTES: y d +�. 1( BH-1 AND BH-2 DRILLED ON MAY 1,2018. T 2) TP-1 THROUGH TP-9 DUG ON MAY 8,2018 1.7 1. 3( TP-10 THROUGH TP-16 DUG ON MAY 9,2018, yy TP-10 4( EXPLORATION ELEVATIONS SURVEYED BY AESI ON UNE 4,2018. 3 ItD1 Y s o IN 200 oao hzwtiR�ila ° LE(iLET) "N' a BH-1 4W" ' � a 9 RRo ccr ps-m7.o� FIGURE a�' COTTONWOOD ROAD-BABCOCK TO DURSTON o= Y�� il Eii a m/2oia eouuw. ur C vngneerng sro' I I ncuREsoRc 2 ma EXPLORATION LOCATIONS w/SURFACE ELEVATIONS `�",�� technical Engineering AILED RRo.Ecr EHo1.FER:isE BOZENIAN,NIONTANA c o Land Surveying w pR�NN ar:ooc - RENEXtD BY:l5E PROJECT SITE 3 COTTONWOOD ROAD - (BABCOCK TO DURSTON) -- '' D RSTON RD a5 - - 1 i I15 SOCCER FIELDS c{',�••,;\\\ . T _ BEMBRICK ST Ilk ir CLASSICAL WAY TP-7 � tl.-• PETRA ACADEMY - TP-14 4.0' ' _".;•. TPb �. VALLEY "'EST 4'S• SUBDIVISION wa'ens.. TP-13 3.5' _ TP-5 4. 1 4.5' TP-12 3I d}' SPRINGHIIL PRESBYTERIAN CHURCH I - - 1 LEGEND CASC DE ST BH-1 DEPTH(FT)TO NATIVE GRAVEL l _ OBSERVED IN BOREHOLE a J Q p TPA �p 4A DEPTH(FT)TO NATIVE GRAVEL O l ! O 3 BSERVED IN TEST PIT I v ' �� a �C I1 NOTES: 1) BH-1 AND BH-2 DRILLED ON MAY 1,2018. 3 �i�• 2) TP-1 THROUGH 7P-9 DUG ON MAY 8,2018 i TP-i&!- / 4 W'- ,•�1 3) TP-10 THROUGH 7P-16 DUG ON MAY 9,2018. y+� OTP-10 e - 4) DEPTHS 70 NATIVE GRAVEL ARE RELATIVE TO EX.GROUND. j '! 5) THE 3.5 GRAVEL DEPTH IN TP-11,TP-12,AND TP-13 IS APPROX ¢ IT COULD BE AS DEEP AS ABOUT 4.0_ 3 a 0 1. Me 300 A 5 •�:¢ SCALE(FEET) N I COTTONWOOD ROAD-BABCOCK TO DURSTON RO ECT�15-e1).0] FIGURE ` rz ascrnEwr rnr1. oArE: /zoia eozzv la ur xr1e I Civil Engineering I _ —CT E D 3 EXPLORATION LOCATIONS w/GRAVEL DEPTH �� o, Geofechnical Engineering ��� pRD ECi EN�FEER SE BOZENIAN,NIONTANA Land Surveying oRAvm ar:cov - RENExfO Br:LSE PROJECT SITE --- - COTTONWOOD ROAD (BABCOCK TO DURSTON) 1 D RSTON RD BH-2 3.3' TP-9 + 3.5' _ SOCCER FIELDS BEM1 BRICK IT I P15 - TPA , 4.5' 1 i I - CLASSICAL WAY I _ TP-7 3.0' I PETRA ACADEMY •L - - TP-t4 vi ao$ rs' VALLEY WEST 1 - SUBDIVISION i WA ERS§T I TP-13c — TPd 4 TP-12 SPRINGHILL PRESBYTERIAN CHURCH TP-3 30 _ LEGEND CASC DE ST BH-t DEPTH(FT)TO GROUNDWATER OBSERVED IN BOREHOLE Iitt TP-0 o ,5.5 DEPTH(FT)TO GROUNDWATER OBSERVED IN TEST PIT z �y/ NOTES: _ 1) BH-1 AND BH-2 DRILLED ON MAY 1,2018, i 2) TP-1 THROUGH TP-9 DUG ON MAY B,2018 3) TP-10 THROUGH TP-16 DUG ON MAY 9,2018. 4) DEPTHS TO GROUNDWATER ARE RELATIVE TO EX.GROUND. —I 5) GROUNDWATER DATA IS FROM MAY 1,8 AND 9. G 5 IW 300 ]05 2 SGIE(FEET) A, S a ,a a 2018 Microsoft • •• •n C) 2018 DigitalGlobe 118) Distribution Airbus DSY Z PRMECT tlS DQ.03 FIGURE c COTTONWOOD ROAD-BABCOCK TO DURSTON + D�a oR�mle I'll °A1 a I Cch Engineering I REsoxc 7 EXPLORATION LOCATIONS w/GROUNDWATER DEPTH �n o Geofechnical Engineering fI DIED PR—T EHaneErr isE BOZEMAN,MONTANA any n< Land Surveying �e DR—.1— RENEIITD 81 ESE 10 525250._.3, 1.55,801.7 4801.*3 TP-10 4S. bl. "'l 0 3 11 5253.57,1 -1-558690 4801.723 TM. 12 52559$5. 155901 098.40;TP-2. 13 52,5772:5 15586.61 .4795,426,TNII 44 94 _ 1� $708 4793,- 29,:fP-'� 2,1 .A 15 526152.2 1.558679 4791.4-22TPL1,2, 1. 6 52601.1. 1558721 4790.4.91 TPA 17 526418.6 1558732 4-788.235IP-5: jt 526416.5 .1558694 .4181,421 TP,13 A- '19 526685.8. '15587. 45 4793A56 TP76 20 526776.4 1558707 4782.661 TP-14 5269553- 15587.56 4181108-TP4 22 5271994 1558761 4779343 TP-8 23 3 5.2 M2..0 1.5 8 47 7 8-.7.47rP-15, 24 527476.1. 1558738 .4 775 A84 TP-1:15 2$ .52,7473.7 15.58765 471S52.3.TP-9 26 527632 1559778 4174.334 9H-2 .27 52504.31 1558540 4A04A15:BH-1 MTSU 51$454,3 1$73617 -4942.216 MTSU - _ 3 V. �f ,C t LIST OF APPENDICES Appendix A — On-Site Exploration Logs Appendix B -- Lab Testing Results Appendix C — Asphalt Pavement Section Design Appendix D -- Products Appendix E — Limitations Of Your Geotechnical Report Intentionally Left Blank APPENDIX A On-Site Exploration Logs ❑ Explanation of Soil Classification Nomenclature ❑ 2 Borehole Logs (BH-1 and BH-2) ❑ 16 Test Pit Logs (TP-1, TP-2,,,.-through TP--16) i I I i P ! Civil Engineering 32 Discovery Drive ? Bozeman,MT 59718 ED GeotechnicnlEogineering Phone:(406)582-0221 FIELD LOG OF BORING Land surveying Pax:(406)582-5770 I PROJECT- Cottonwood Road JOB#: 15-017.03 DATE: 5/1/18 BORING: BH-1 PAGE: 1 of 1 Bozeman,MT LOCATION: NW Corner of Babcock St. ELEV: 4804.42' TOTAL DEPTH: 24.9' DEPTH TO GW: 5.1' (See Figure 2,3,&4) i DRILL TYPE: Truck-Mounted CASING/HAMMER/SAMPLER: 4.2511 Hollow Stem Auger w/140 lb Hammer B-61 Drill Rig and 2"O.D.Standard Split Spoon Samplers DRILLER: Steve Malkovich,O'Keefe Drilling(Butte,MT) FIELD ENGINEER: Erik Schnaderbeck,AESI I >- DESCRIPTION OF MATERIALS A o o uaj��•. OTHER FIELD OR ° w W SAMPLE INFORMATION i x O Important Note: a a �. aF; p The beginning and ending depths of the w 0 Reviewed By: LSD t t6 1 Aindividual soil layers are approximate. z m N A. ��.W Topsoil SI-A Start Depth of Sampler: 0.0' Medium stiff;black to dark brown;or g clayey anic cla e @ 0.0' 16 18" 25.0% End Depth of Sampler: 1.5' (SSS) Blow Counts: 4/7/9 SILT w/small roots;moist. _ SI-B Start Depth of Sampler: 2.0' Can 2.0' 17 18" 16.2% End Depth of Sampler: 3.5' {0.5'-6.0): Random Fill (SSS) Blow Counts: 10/5/12 Stiff to very stiff;dark brown to brown w/some SI-C Start Depth of Sampler: 4.0' 4 black;sandy SILT to sandy lean CLAY w/some @ 4.0' 19 18" 15.9% End Depth of Sampler: 5.5' scattered gravels;moist. (SSS) slow counts: 5/9/10 i Notes: -Appears to be mostly random fill based on darker I o color and presence of scattered gravels. S l-D Start Depot of Sampler: 7.0' -Some light grinding drill action throughout. ( 7S) a6 18" wet End Depth of Sampler: 3 8 0 -Lower 1.0'to 2.0'could be more native silt/clay. ss Blow Counts: 14/23/2 0 o -Unsuitable foundation bearing material. SI-E Start Depth of Sampler: 9.0' 1 n @ 9.0' 59 18" Wet End Depth of Sampler. 10.5' 0 Q (SSS) Blow Counts: 9/19/40 on ° (6.0'-24.9'): Native Sandy Gravel I ° Dense to very dense;brown;sandy GRAVEL ° w/abundant gravels&cobbles;wet. SI-F Star Depth of Sampler: 12.0' 12 0 C Q 12.0' 44 18" Wet End Depth of Sampler: 13.5' Notes: (SSS) Blow Counts: 7/17/27 I ° Significantly more grinding action at 6.0'(gravels) -Slow drill w/grinding/augur vibrations throughout SI-G Start Depth of Sampler: 14.0' 1 Pretty"clean"sandy gravel. to 14.0' 80 18" wet End Depth of Sampler: 15.5' o -No noticeable silt/clay seams in SSS samples. (SSS) Blow Counts: 27/43/37 e -"Target"foundation bearing at 6.0'and below. 16 0 O ° SI-H Start Depth of Sampler: 17.0' rQi 17.0' 69 18" Wet End Depth of Sampler: 18.5' 0 Q (SSS) Blow Counts: 39/29/40 n 0 I. ° S l-1 Start Depth of Sampler: 19.0' ° 1 ° nO 19.0' 80 18" Wet End Depth of Sampler: 20.5' (SSS) Blow Counts: 13/37/43 20 0 C Q 6 1 ° S1-J Start Depth of Sampler: 22.0' c @22.0' 50/4" 4" Wet End Depth of Sampler: 22.3' C, (SSS*) Blow Counts: 50 for 4" 1 e S 1-K Start Depth of Sampler: 24.0' 24 0 Can 24.0' 50/5" IF, Wet End Depth of Sampler: 24.9' I p (SSS) Blow Counts: 24/50 for 5" . ... .................. 1 Bottom of borehole tt 24.9' I 1 28 1 Civil Engineering 32 Discovery Drive Bozeman,MT 59718 022 FIELD LOG OF BORING Geotechnical Engineering (!5. a Phone:(406)582-0221 Land Surveying Fax:(406)582-5770 PROJECT: Cottonwood Road JOB#: 15-017.03 DATE: 5/1/18 BORING: BH-2 PAGE: 1 of 1 Bozeman,MT LOCATION: SE Corner of Durston Rd. ELEV: 4774.33' TOTAL DEPTH: 24.4' DEPTH TO GW: 3.3' (See Figure 2,3,&4) DRILL TYPE: Truck-Mounted CASING/HAMMER/SAMPLER: 4.25"Hollow Stem Auger w/140 lb Hammer B-61 Drill Rig and 2"O.D.Standard Split Spoon Samplers DRILLER: Steve Malkovicll,O'Keefe Drilling(Butte,MT) FIELD ENGINEER: Erik Schnaderbeck,AESI DESCRIPTION OF MATERIALS o o �F. OTHER FIELD OR CD w o w c4 F SAMPLE INFORMATION x O Important Note: a U1�! a w�-; �. p The beginning and ending depths of the n FO Reviewed By: E 8 t I Q individual soil layers are approximate. z N a U {0.0'-1.0'): Topsoil S2-A Start Depth of Sampler: 0,0' _. Medium stiff;black to dark brown;organic clayey (SSS) l0 1s" 2z.4/u End Depth Counts: 3/5/5 l.s' (SSS) Blow Counts: 3/5/5 SILT w/small roots;moist. •� $2-B Start Depth of Sampler: 2.0' @ 2.0' 7 18" 25.3% End Depth of Sampler: 3.5' - -' {1.0'-4.5'1: Native Silt/Clay (SSS) Blow Counts: 3/2/5 Medium stiff to soft;dark brown to brown;sandy S2-C Start Depth of Sampler: 4.0' 4 =~ SILT to sandy lean CLAY;very moist to wet. @ 4.0' 29 18" Wet End Depth of Sampler: 5.5' (SSS) Blow Counts: 10/9/20 ° Notes: Smooth/easy drill action. o More moist w/depth. ° Consequently,becomes less stiff(softer)w/depth. S2-D Start Depth of Sampler: 7.0' Some gravels in lower 12". @ 7.0' 54 18" Wet End Depth of Sampler: 8.5' d (SSS) Blow Counts: 7/19/35 8 o -Unsuitable foundation bearing material. S2-E Start Depth of Sampler: 9.0' O 0 @ 9.0' 38 18" Wet End Depth of Sampler: 10.5' n° ° {4.5'-24.4'): Native Sandy Gravel (SSS) Blow counts: 22/18/20 ° Dense to very dense;brown;sandy GRAVEL w/abundant gravels&cobbles;wet. 0 C S2-F Start Depot of Sampler: 12.0' 12 Notes: @ 12.0' 68 181, Wet End Depth of Sampler: 13.5' 0 ° -Significantly more grinding action at 4.5'(gravels) (SSS) Blow Counts: 11/22/46 ° -Slow drill w/grinding/augur vibrations throughout Pretty"clean' sandy gravel. S2-G Start Depth of Sampler: 14.0' o -No noticeable silt/clayseams in SSS samples. (14.0' S1 18" Wet End Depth of Sampler: 15.5' P (SSS) Blow Counts: 14/26/25 ° -"Target"foundation bearing at 4.5'and below. O 16 0 ° n _ - S2-H Start Depth of Sampler: 17.0' O 0 @ 17.0' 98/10" 16" Wet End Depth of Sampler: 18.3' ° 0 (SSS) Blow Counts: 28/48/50 for 4" ° D ° S24 Start Depth of Sampler: 19.0' @19.0' 95/9" 15" Wet End Depth of Sampler: 20.2' 0 C (SSS) Blow Counts: 35/45/50 for 3" 20 Oo a n S2-J Start Depth of Sampler: 22.0' o @ 22.0' 97/11" 17" Wet End Depth of Sampler: 23.4' (SSS') Blow Counts: 18147/50 for 5" ° 0 S2-K Start Depth of Sampler: 24.0' 24 o @ 24.0' 50/5" 5" Wet End Depth of Sampler: 24.4' ----------------------------------------------------------------- (SSS) Blow Counts: 50 for 5" Bottom of borehole @ 24.4' 28 Reviewed By: &sr= , S(k j lf3 A+ o a a4.4 kn SIC xi o bn : r f r F ° F rn �' U X1 �, q � = _ ! O ! O w O v _ ca o -�'� = Jf b oO o o c .ni O � � �r 7) U r t (r' ° o� wrx II II II p,r q o 1 ° ° ° rN +f7� �fUt/r7f _ p 1Q'b � [�f '1 T y �O •U C Cd o \JJ F � Q�i � 'O ci Q v Q w l Q Jr,J i p_ 1 F . is I J O 1° t' F: U c�a iUS b N cl �/ �1 J sr °`f ° V a CC F �CO1 i �il U] V V v to Z �Jf rr f q b b p � y^ H A !r'! if`rrr ( 4 °O a � PaD > Z H U 2 A, ! si 1 f J'f o O q ;O o iFy O p rn W 4� �' " 4, � ;° QZ 3 Jf lire f; ar ; ° H O o w Q cl cue R M CJ CJ W W W O O A o d aaa xw U U OA HldgQ N o N m p SF1'IdWVS LIT LNOO o a 2Ig.LVM% z r-. o 0 � E" � n� a. e>aao H o kn a N o Q U c ^� `° a tn ro U d > pEn zs '4 z�-77 rNi W P. W 1 •^-• �-. � �+ .O •y T U }x„ N w F,,,'• .O L F by d' w r, ^y E., u w rn b cpa a d u o ec°io > •� .o o �' O q aRi h .� > p °� cOa F" � rr � W ti � ul cZ woo ygo4) Oyu � F W W s o 4) incite -: o �' 3y � olnsc°. �Mah"*" atr AvIme + Z rnq N M d' O O O O Reviewed By: LS F� 9 t S +a c kn eta u W O a o � o rA v 00 in o W o � O F o" ,.i A p N o o0 0 MAW tm t. cua o r I F F vOi v U w O co *-W Cq ?s t F7 vs K; �, u 3 O ti P6, �1 N . �_ = � ct a � o wcj Ua a - U � �� CC +� O 0 r 11•• •µLi z V] L y � Ln U - ,f tj,1 0 . a � II II II p cp P4 c�a 0 Ei U UO cd iU4 m F LL11 o., U a o F b Ey 0 , t, I a �Ufl 4.. ++ O W V] Q N o bA ti t o x t I' I'o O 00 q Q (I-q)HURC1 cv O° N CA pq ¢oo� aox .LI1ff.LisO� Q UHI' i% z � 00 Ll A v •� 1. i, � > 3 � a 00 � U w �. �. Fy o ea � � bA s• .: � u Q c ce ca 6 p .n on O N rz p a� 'C! °'� p FIn Ri Cl ' zw M z � ;� u y? yt'. d �' > 'n a ed " Q 4= °�'. o E F �i Lull w ow � , owe N d oc� � Ua� oav� o x pa Q O O O O Reviewed By: L oflo rn � a p ° ca4-4 d ►. ' to s. ; ° E 4 c rjrlIle oQ �- tn z 'fr bl O d u w c°a !t o o a -4 -4 0° W .c II II II p r, `_ -- -- N IOC�°V� � F •�y C h O W Al '4 o cq ai c7 H v u ` V V d ' Qo R a J{ oo a rW4 o W ci cqs W W W O O Q (.I.3)HLdHQ 00 o cV Oa Quo aox Sa'Idwvs N\\" a "a\ V ff•1 V� XHIVM% z N 00 r H w ca W A, 00 00 aall ci S v a O cl U 'O S°. ^O mow+ (� fl Nt O is o W U o cl _ cam o ZO M W� 'e: = a O .. St ' •� p W CD " � yE oc � ° ain � o `o" � •''' a" u U Q caa N � � o vi + lu w ' O 3v. 'j„ r �, O vi L p (Inof W H of pq N c .� of U O'v] M c o cl� z p pl, J+ Q �.� �, Z r ` rn Z r �. � U z � A .r cam Z v� Fy C7 O�- O O O Reviewed By: Lsr, 8 P. �a c C1 � W Ci p ai V Cl u 40. o a W o 'z y v 4� O Qpop w > n f a p 9D. aOj U `!t f i !t' o IIO rA ,p o F A ; � - 1 1t:�� 1 u m pq o `�' v .� w o U �' O >, !1 J1 ° z U O Wo Q ' r bb .o Cl Q � d � wi > doh I4 O CamV) a Nam.jK w d '!�' o w � Zbvb 0 E� 0 0 0 0 C W aaa Q U U C7 00 �JAj H LdaG cv R� X Q U SFI'Idwvs .LMH.LMOO 2IH.LVM% z N 00 s E a O " �- c 'a C 7 ;0; b ,-, N t' o 4. Z w r, Z ,� ^o macIs to Q ^ o " UO'v°) �� o a aZ �D O ! •,,� W� .V,v� � r ...,..� � Z r .,-�" � U Z r r r r .,,-A -,� � Z r r E-+ U O O O O Reviewed By: LSE S k 1 f3 .ea °o c a� o 00 C c.4-4 Wy 00 w bb o .. O PG bi 3 o ` in cQa i o o cn �o U — ! o II II II p O x ej T ycl cu 75 Q-1 E Ate°' O cQa w W o Z W o _ d ry�t � + UZ U Gi. o O H co > o _ t ( � � a U3 ; aWcu T W � U U C7 (JAj H.LdHCI cv �t �o 00 o ca pq PPS � SH`IdL�IdS � aU`✓ �U s� INHIMOD 2IH IdM% N z 00 Awo a'G. u. H-i S C ►�, vs vpi y'� `� ° 'O >'t-� j� vn [�+ ice. z N v, 'T7 .a bL c c c> m F r+ v V! �F�]] c�C C O COC ..`�.. N W f-i d d >, o'� > d ,� Q p C O cucq M W O CQ .p .b y O '� Ccl 'y > U Z Z q .+ r+ '" z g ti ca r; O. W F Q c � _ d � `" Om b cHra � r= Cro 1.bD o .ca,a oyu U Q ,,. M .b v) O d' y vi ❑ r U o w '� +. x o w h +� o o O .O ++ o o r~ I p of z cn , OH 0 O O O O Reviewed By: l 0� ►� o � q o � c raj 'C ..-.:. V1 p �i 3 00 •O � �����_-�== + t fit"'"' r••I r. 1r =�y = t r p F r' to CV p cCE d rt:+ �, a'O+ ''J. .Ij ° ,z�, N W O t— WW 606 cl Fcn U s` r w fop y t + t,r � � !r o raj F 00 lvs = tea i � t; o v� Vr ;t, � AV pq cc YE cl cl F 1 W •• � ;t . irll `J U U 'y >, , r e t+, t � a a, O � U � � t ; d O ' E 'coa o t i ;`!jf t ; rtrr' ° �° a 3 '?✓ .d P4 y Zcn bA.� O, rltjJ ;rlitJ o � � o y O W r Q H w ; H Ovi rt rll+1J�. + 'rf'+ o F A R i F" W W u U 0 04 �4 In0 rfl 1 J rr I I + 221 - - - N W O N W)H LdHG Q ¢ox moo� � a x SH'Idwvs 21H.LFIM% M z °° boo � a v� o a, a w > CV bm go 0 0 Cd V I, O w E 'C .fl .n yr F 0 p vOi V] hE�•�� p r .�i, C/� v�i �r71 u 'u., [~—r rrl ,`o g O y0•, .p bb Ir c0 ar .�. ,;; O u w ^ -�, a�i v`�'i y .0. i �+'W °� _. > Q rr+ t•� e u Li, O C b�A > .?' "� z na Z w g o c w N coa W W 3 u 4�, N ti)v a s >� EL. a bin � m ,.y W 1 G 4-I .. d 1 O I' L �r 1 >t'b •f/•i L. O w iyf 4-4 U O w �.' O +' a N b ru+ O O p 0 N ee v� b � cl ti °"� oI 0.1 ri °' o `� of,� UO'm � A 0 .0 I E F !,/J z �1 ti.+ z 1 ti.i V z 1 1 1 1 cl N M o u o 0 0 Reviewed By: GS E, i2> t( r'2, to a r, 0 .r, � gay c P4 0 op" 40 40. dd ,a - �, a I. , •o � f l � � W o ca O W II Z oo- en R + I r �! h I Z ° ai aU U m R •� rlr� � •b +`1 o c E� � c � c rn Z a � �c r o ; try •rtr ' �o .. r' N f�{I` I fV(r I �f p�"' H •�'r�' � �J G rlr�l ttiJl `o H A � E Ina0i tr `1t:r r ' 44d v, Epp:+ H � r i l i d . , !. °' Q A a n ZO b W a x f., b o 0 M c� F, CIS U o f o r Irr`rrir rrrr! r� V] bA..� f l i j •( ! i f rFr-,` ►-� 0 wN O 1 i 1 4r Ir �! r 1 1 f R per" y p •�3 1'�' O W ivy A w N a-+ . i r r j i (i + N r4 W4 V] Q, W >a r r a rj r i f rr o 0 o O O A CLd)H.LdF[Q N o0 o cv 9 .Ll`l�.Ll`lQ✓ C e 'dRI 'M% 00 z �l u oo ci E Q fQ1 ° oIV Ofcq v� o cajCi, U Cxtd •p y W � � � o N � O E. CIS 'Cl b�D > C •O > O C~/� y .Q y +'w3 ^ > w a Z caa c m em o 'Fr w Z Za Z ~ co w Q, u a a f-, ,::.'� � R �, ° r-•,x o >' `,� M tn "7 w N .a co o a� ei o cl •� w 'v, in it a v, MU-41, � o � aoO A 3 Z r A ca Z Oe- N M O O O Reviewed By: GS�rT`l S PC o ° a a N M a O o wO •O i t ! W " to prgi O 00 pVnO U w _ tnH Z i t; d fli w En 00 FT• ,� , , u , H c r O C z �« cnU - �� cal 1 I c� 1 f j v � H �'•� o .x >~ WA aoi fYi •a r : ffJ ,rrf(� o E., � AAA u rA z r: 1 f i` E V z Pa ca i4 p + w o + r 1 10 cncl E+ c3 o f f o j ° cl a 3Ab +`Q� P4 ,. Q end o r ,rl � (J, o M c4 O a. , r P-4 7Cd p O s f!r m u ci ci W W W �O E- x �• _ - U U O OA)H LddQ? N d o0 o N ¢o.e moo .LIB UIROD ¢ 'dRlVM% z 00 u •c °.n�` CIOC M a ate+ > '� E�"y in E v FWr ' y >4. cJ CA L. O •O y d U. >a a ea o. coo o F Q kn 4. Z O N y to C., y z u � a t- „^'.,x E" � � 6 "".'u � •'� `�' a'"i c°a ° ° � in sue. `� i°, � u s°+ W A to a 0 `(Y•y N yw, .c' ca .� , r°+ O ,y� �C�i c a II e I vim, o ZI ca I� r ¢ CIO � Q � wE N , a Qv C7 o 0 0 Reviewed By: >= B i 1 a ° b ►a r, r kn b � o z ° N w � t!J Jct itt ' � ► rrlJt Fw � � eH x 3 t P-4 W p; o oJr` � s i�'� ttJto F H � � v � 44 oIr �r t:f c of t00 fit J! : ,; � i; t:+' � fit;, J r � F 00 a'o J :} t ' o o �c � O q It+�i i 1 i �t + f f ) � o J '' !r' j1;lr o W II II II ° ir`!Jit iIt! If I J<< J• ',�tii` f� i� f ' ref' ' E-� �' ~ o a~ U � , rf.Ii tr N �i.ti 1►Ii tit `" � y � �l y O �' °� a t" kill/ a +f t t f r 1! rP t!f f r lf,f t.f o OA ra ° a ca F c p F p z f! !, �,^� 1� 6 F" F, r > �, d to q4, ° W �� oR if "Cl 10 �« aoio. roc W W � 6 CIOo `!J � J't'trct!�l�t'ir!!I o aaa Q x f„ti �i * x x U U C7 W)HUM 00 Cl N � � OCi wog� ¢oX .LI1�,LI10� a a XHIVM% z M 0000 T Q HLO F q > d a v, ° F on Z-- LWA OAF O 1( v� o ea a w o a% v off q E, Q vi '0 � �'n zqcl cgaF W d o Q era o w i; 8 d c Ki Oio a "Jon Q t� 0 o c. a� o in C o +, s, 4` Q o� 3 r, °' ►, a oUO'AAv� d � � oav] O Pi 0 0 Reviewed By: 4-4 ►� a o b '- � b 40. U r M 00 Tj t' ( 1 o o O p ti A.y Q ° cc w rri,I i U � I I O 0 U I� f r o 0 ° i(t l i I f, , o o C1�C] M Z ..�. 'ti7 '1 oj v N � � r a+ w E•+ 'b O Obi E o c� Tcd p' „ r " ° a b o d 'a zs U u Q b H o i v a b W V1 t, O �� U 4" ocj �O-r O rn d o •o V .G a H a u PQ O ii '.O U O FQ M •� H Obi O !� E C7 Ca b A" d .a V) Q (D W a F- a O /\ o i o U u cj FYi7 ll © : a a a w / x ° ego Q Q O S�IdY�IF�S paaaailoa saldmS oN .LN�.LI�lO� 2I�,LdM c 4-' � cd � ., o � > o � tip vn 00 p H o WW .N w � �.t•"b�D � O � �" .b yaj �.' q C>d C �'' to bA y � � � tjv; >, � vRs � bn � a�i � o ❑ roC7 o b + O M w F Zz " Uai ��j a �� ° q > p `°po .a = O m ✓ U `n 4A� caacq W zap a � '� pE-, Q ':"' o rOi,X. ^� ""•' �y L1 N 1�.� C f0-� y t0„ tC,ti O cd M .n O M N ^N OA O h O u L a ,p f; i. 0) U y 14 r. p +� cv �' >> a ca cap ri cc �a o (',,.,iu � 4 W c cd c U, tj c) 14 � c cl� Lncool Ln Ln � Z �� L�T �a Q Z ` cCl O 0 N O O Reviewed By: o c u a� O o o azxtww rA r Q C t,.., w O d O N a 4. O Q h cVo 'e .r o � w awi x w w a a}"i w U d b�io° F •o h W v� K; CO a cl a Q t bA y VOd �JDd �7 .00IS U s, 0 44Q Q , Q o o cd Q) 4. Td o 4 a po p, cc 40cn a to .x y -4M p [� ca ca cp U v W tiW. O (� O cl N A ° H p w y r�+ P4 W W ¢ b b Q o a D �O ° o F � � � 'C 04 aaa H x d O t7 r � a a ° cAW7 o o U U 0 (JA)HUM °o o C, � � Oa sa'Idwvs papalloD saldwuS oN .LN�.I,NOO 'dg,LdM% N H > G Q VJ •o z� .0 ca •� i, CC > °' Q+o ON 'n o �'7 o s`°. v o .� ai bn y d en > Fz w C7 .a a a o y +'p d s. C7 ,7 a�i 4 Z O ou U r O 1-a �v 'Cb_D C y H g p r tad kn cd d .1Z H H co F" c cl M M in '•t�G 4 UW� o Io- Aq M.- Aq h ; �l •nw ^U" d oh k W.7 i too � Z tl 0 00 ,^oJ Q� p Zl a-dl Z 4 , u Z I I I I m Z C/] H 0PO4 a O O O � O Reviewed By: C U •v U 1-. N F5 >, ow � � o 0 O 0 � O � 4r o b [ W V _. a"i VI i , w wo _ ca d Qo'"n� E� oh O �, vi °o U Pa d(7 dr�q 0 o off ` O u u o Q Q o o 00 � 4. F b o D vow Z ►. r. b eA tjc � Ca > d d ca a ca a > cl 4) biio ai Z U w o �^ [ y d x v �cqs ' ° N ^d U R O QI W � f•i O O V a O V Vcl •r^" V > z Q ; ° ►Fr y 0 O W N W C3. �agdQoPLI L° JM 7' ° x Q U UQ� OA xidF[a N °° N oa SFI IdWvS papalloD saldweg o[j .I NHINOD 2I9.L`dM% 00 4 � do > � .0 •c•va c w Q O F. •`� LU. V 4' 70. E.y 'in �' .a ,O .1� .>. O 1-+ O10, cri C C Wi U ^ [ PZ i ,V1 4A C� `TI W � Lam, O w o � •� � x ] Qcr7 -0 M2 z [ ca W a �✓ w 4-1 Qr c bA d W W U Q C�Y P-! y �,y •� a .1,,, M .G �J )! y O .+.. ri, �:. U ,*'1 ca ' Pf" > @ O4, v 1WU r� iV,� 4 Q .O Qv Q�� �— N M �- O O O O Reviewed By: LsF-, E51,1 1$ V �400 4 � O O a > 4.4 pCA 4.o v ai R W O O\ xw � �4-4 °' tw cl� ri O° :d cl C)cl U O u Q Q `�/• Q °iO M z 00 ° om.p o o d w m 4. ° c T _ cl j =% A d z y 8 � a q ,, Q ti � Clcq �� , 0 A Cy W a�i pa a O C/j ,p ° F a � cu W N ` tm p OL7n L? cq W u 4 W W C, a a a o 0 w o - 7 d�(�D a x Q x ' (Id)H.LdFIQ N 00 o Cl S�IdY�1tIS papalloj saldaieS oN .L11�.LI�lO� 2I�I t�M% A N V] FQ d V C� o> a 0. 00 tn o °° � > O >, � a> .a ..rn► ^C 'O J� c}}a,. � �. � m ca a y e L O b�. v a+ .0 O , .4 d L. 4r 'y Z 'm z c Q cxc o ai"i v�i .� bin ccl y F ++ fn p .0 A .0 +>.+ 03 C`J O G to M c5 4, En a 4w w ° cvo o pa d in a 5w p E+ 0 ZI� VAS ZI� A coi ZI �' ono oQ a �zd �' A c"a $ Z � U v� Cam) �a A O O O O Reviewed By: C 0 � cl u oom p R a s i; b t 4-4 �. y Yf cs bA N O O\ � +. yam-. cC oo ;r rr z O v ; ,r � ° U o T pq O �" Q' CC 'C � (Yi �] er py O i tom. �, ° C Ey fir d ° ca q al 0 z U ca o S7 b V d a� ti m O x pcd '� O ai ".. ' al t� o ua ,� 33 ° Q moo ; mow C7 q (le ° a w O a 0 �4 P N a ° � u u u W W a u Q o (.r.a)x LdF[a N °° N a Sd Idv1dS papaiioa saidmtS oN .LN�.LNO� 2I�,LdM U .�. H Aw w w (� '�' ❑ d p '� R y O .O 'O C i.. m V 1, C Z o dco W -ccr W a ;; tn > o nac° � ' a ' R r4 y Qo 'O •p _ o pip c�a O o M y p CJ R1 q U] ° wj �' �°�' Ca u .r cl C .d W z .a G j Goa v � a �, ^`^ � '.` so. w "' -." � a •� axi c � � O a°. � .� � ,-., o on +� � W A (� ° a u cc U Oa. C H O `Mu ,,. �$ � o olQ cum oI� � � c � ol,� pa �cv � : Zy vuII oho O g Wq Z a Z A u Z I I A co Z A E� C7 a � O O O O Reviewed By: Ls F� &I'Ll 8 oVD 0 c � u 00 •� >, u c , > N w >, o b 41 a W U >> a � � w Z ri °O i tt; o Oo a A �jifll oO O t-� tcio $ •t f�f � ' �a � Q �n F tf:f ;1 � u o 0 0 u C a ° c a ° anW d a m •a•v Z b W ri Wc M W) % z w 6 >, O � O c � U t� U o y 'o , �a °� (U G cl) t- `� Pao cCn '� q � b H Q F 0 C.) a 3 a v > w y W 00 Q z = �a gddo q�d H b " a s a P. � �., N •• v M •� oV D O O O O O W O Q q Q ° Ud)H.LdaQ N o0 o cv SffIdT�1F�S papolloD saldmuS ou .LN�,LNO� 'da,LVAk% � •c ai v, C/� C4 a� •o O ,y�„� .b O 'O y w y ON E" d y S ti V R �� w y cd f: +� p > > y R00 vQ A ; Lam, is E g W a�"i w C7 Q a w a, cC p^^ > w CDt. y Uya, o .p ,o o '�" � m `° m b ►`°- o z vl w, > � � a � v� >, Nt � x � ,.7 c •od o c �. o U a�i �C7 u C� � ,°'� a� w00. Z ,cam or° A a r^ c bD 3 W W Q r; .'o ca 1Q WQ ~O vl ItiN Anv zy lQp MM AH y 3ii Iy Ca 'OO N C -Wa� 'iO Qf7 .f- 0 COOe � = O O a a Q [� OC� Z Z �A Z O 7 O O O Reviewed By: /S F_, 81ZD 4� Q otj o c °° a; � � �, tN o o d b ca a " ens _pq 00 141 ° 7 100 SD Qiz U i Cl oao d O 00ej c F � o. a• in 'zs `o Z � � s. � > a a ci � Ma = ej W p F v 41 .2 d b b Z ca W V] oR �o Up y C ° m 4) U aoi y CD U a� o ,Q A z o' DogQ F o ov a "O 0 � +- 4� Q aQ 'D. - ° ° v U C�1 W F `" •dd��. aaa Q Q A w Q .a� Dagd ° C) (i3)HidHG N 00 o N as GA a Silldwvs papalloD saldmS oN .I.KR. NOD ZIlI VAN% 00 Gcnro F y4. o' tri cl d o d ' oa^io �c � T o � C cc>ao � a`o ° > v a ' �^ b fl i+ bA y ca a y i7 �y L. O O w •`o ate+ o7 y bA y., 1., d D C eacn >, > > F V w Q � � R •-� QQ .x ° �o ra C 'fl .fl o �� :y � o � y � � o W E� o ea W W �✓ Cos. A C�7 P nS N: .II M 1] (7 v, >,M b0 p N ice'. M tom, U P., 'r a� �•-t o +' M H � +' >a b ca .0 �_ ca p ef' � O H `� u IN C ai v°, ^ Zdp M A 'Q z Z A Z � Q4� Oo00O Intentionally Left Blank A PPEAMIX B Lob 7Osting, Results ❑ Standard Proctor Composite (TP-1—TP-5) — Slit/Clay > Composite B (TP-6—TP-9) Silt/Clay ❑ California Bearing Ratio (CBR.) > Composite A (TP-1—TP-5) — Silt/Clay > Composite B (TP-6—TP-9) — Silt/Clay Intentionally Left Blank I T�'CHiI'lG�IL.S�AY/CG.f;/if'C, June 1,2018 Mr.Lee Evans 1 Allied Engineering Services,Inc. 32 Discovery Drive ( Bozeman,MT 59718 RE: 18-024 Manley Road and 15-017.03 Cottonwood Road Dear Mr.Evans, F On May 17 four samples were delivered to our Bozeman Geotechnical and Materials Testing laboratory for the Cottonwood Road and Manley Road Projects. The samples were labeled and assigned laboratory identification as follows: • Cottonwood Road-Composite Sample A Lab I.D. G18219 • Cottonwood Road-Composite Sample B Lab I.D. G18220 f • Manley Road-Composite Sample X Lab I.D. G18221 • Manley Road-Composite Sample Y Lab I.D. G18222 A California Bearing Ratio(ASTM D1883)test and a Standard Proctor(ASTM D698)was requested for each sample. ` A one-point CBR test was performed. The samples were compacted to a target density of 95% of the maximum dry density at optimum moisture as requested by Allied Engineering. The CBR results are attached. \ Please call if you have any questions or need any additional testing. Sincerely, ,E44�1t_ Niki Griffis i Project Scientist/LaboratoryManager i ( i / / 106 PRONGHORN TR.,STE.A.BOZEMAN,NIT 597181 PH:406.388.8578•FX:406.388.8579I WWW.PIONEER-TECHNICAL.COII HFALIQUAET RS:PO BOX 3445.BUTTE,MT59702 ANACONDA • BILLINGS • BOZEMAN . HELENA • MISSOULA • EVANSTON,WY • KELLOGG, ID COMPACTION TEST REPORT 110 108 17Z N1072 106 U Q C N "O 104 ZAV for Sp.G._ 2.65 102 100 13.5 15 16.5 18 19.5 21 22.5 Water content,% Test specification: ASTM D 698-91 Procedure B Standard Elev/ Classification Nat. %> %< Depth USCS AASHTO Moist. Sp.G. LL PI 3/8 in. No.200 2.65 7.45 TEST RESULTS MATERIAL DESCRIPTION Maximum dry density= 107.2 pcf Lean Clay,CL(Visual Classification) Optimum moisture= 17.2% Project No. Client: Allied Engineering Remarks: Project: General Testing 2018 Tested 5-21-18 Oversize Specific Gravity assumed at 2.65 OSource: 15-017.03 Cottonwood Road Sample No.: Composite A G18219 Pioneer Technical Services, Inc. 106 Pronghorn Trail, Suite A- Bozeman, MT 59718 Ph. 406-388-8578 - Fax 406-388-8579 Figure Tested By: JM Checked By: NG COMPACTION TEST REPORT 111.5 i 109 16.4% 10 7.8 pc i ,D 106.5 0Ic a) ar o ZAV for 104 Sp.G._ 2.65 101.5 99 13 14.5 16 17.5 19 20.5 22 Water content,% Test specification: ASTM D 698-91 Procedure B Standard Elev/ Classification Nat. S G. LL PI %> %< Depth USCS AASHTO Moist. p 3/8 in. No.200 2.65 12 TEST RESULTS MATERIAL DESCRIPTION Maximum dry density= 107.8 pcf Lean Clay,CL,(Visual Classification) Optimum moisture= 16.4% C Project No. Client: Allied Engineering Remarks: Project: General Testing 2018 Tested 5/23/2018 b Oversize specific gravity assumed at 2.65 OSource: 15-017.03 Cottonwood Road Sample No.: Composite B G18220 Pioneer Technical Services, Inc. 106 Pronghorn Trail, Suite A-Bozeman, MT 59718 Ph.406-388-8578 - Fax 406-388-8579 Figure Tested By: JM/NG Checked By: NG CALIFORNIA BEARING RATIO TEST ASTM D 1883/AASHTO T 193 1BC,i vic-24L�S�FR_ 5,INC.' PROJECT Cottonwood Road DATE: 5/28/2018 Allied Engineering Bozeman,MT SAMPLE DESCRIPTION SAMPLE LOCATION USCS Classification: Lean Clay to Silt(Visual) Client I.D.:Composite A G18219 Depth: N/A MOISTURE-DENSITY RELATIONSHIP Procedure: ASTM D 698,Method B Maximum Dry Density: 107.2 lb/ft Optimum Moisture: 17.2 % Dry Density at Molding: 101 lb/ft3 Relative Compaction: 94.3 % Moisture Content at Molding: 17.2 % SWELL TEST CALIFORNIA BEARING RATIO TEST Soaking Period: 96 hrs Surcharge Weight: 10 lbs Surcharge Weight: 10 lbs Surcharge Pressure: 50.9 psf Surcharge Pressure 50.9 psf CBR @ 0.1"penetration: 7 Average Moisture Content After Soaking: 22.8 % CBR @ 0.2"penetration: 6 Swell,%of Initial Height of Specimen: 0.9 % 140 - - -- 130 120 - -- --- - ---- - - - ---- 110 --- - - - ---- - v 100 90 VS180 - - - - _ _- ------- - - - -- - - --- N Q70 --- - -....- -- --_...-- -- -- ---- ---- - V) C 60 - - -- - -- --_....... 0 50 40 -- -- -- - - ----- - - a� 30 N 20 - 10 0 0 0.1 0.2 0.3 0.4 0.5 0.6 Penetration (inches) CALIFORNIA BEARING ]RATIO TEST ASTM D 1883/AASHTO T 193 OE?� �1 iLili �hGf�NJC,4L.5F1l YIGh.S,'�tjG: PROJECT Cottonwood Road DATE: 5/28/2018 ( Allied Engineering Q Bozeman,MT i SAMPLE DESCRIPTION SAMPLE LOCATION USCS Classification: Lean Clay to Silt(Visual) Client I.D.: Composite B G18220 Depth: N/A MOISTURE-DENSITY RELATIONSHIP Procedure: ASTM D 698,Method B Maximum Dry Density: 107.8 lb/ft3 { Optimum Moisture: 16.4 % Dry Density at Molding: 102 lb/ft3 Q Relative Compaction: 94.6 % Moisture Content at Molding: 16.2 % L SWELL TEST CALIFORNIA BEARING RATIO TEST Soaking Period: 96 hrs Surcharge Weight: 10 lbs Surcharge Weight: 10 lbs Surcharge Pressure: 50.9 psf Surcharge Pressure 50.9 psf CBR @ 0.1"penetration: 6 Average Moisture Content After Soaking: 21.7 % CBR @ 0.2"penetration: 5 Swell,%of Initial Height of Specimen: 1.0 % a 120 110 100 v90 — -- _...- ----- ------ -- ---——-- --- _ .—_. —- ———-- co 80 ...................._.-------_ ._._ .—_..._._-------....__ .__..._._..__ _-- -..._-- —-- _._._.............. — 70 — L. lQ 60 ...._.__._..-_..._... ----- Z C50 — _ --- -- - --- —- —-- — - ------ - ._ O O Q M 40 - N ( y 30 -- — ..._-..__._.--_--—..____..___ __ _._.__ L -_-- - _... _ ( N 20 10 __.__ ___. __-- .__--_.__-_---`._-_-- __-.___. _.___-__. 0 0 0.1 0.2 0.3 0.4 0.5 0.6 Penetration (inches) Intentionally Left Blank In OPENDPW C Asphalt Pavement Section Design, Li Cottonwood Road Widening— East Side—All Areas Less Intersections > Section I— 6" Asph, 6" Base, Fabric, 24" (+) SB, Gravel Subgrade > Reinforced Section ESAL Capacity = 43,573,701 u Cottonwood Road Widening— East Side-- Babcock/Durston Intersections Section 2—6" Asph, 6" Base, Fabric, 24" SB, Fabric, Silt/Clay Subgrade Reinforced Section ESAL Capacity= 32,580,388 u Cottonwood Road Widening— East Side— Durston to Glenwood Drive > Section 3 —4! Asph, 6" Base, 24!' SB, Fabric, Silt/Clay Subgrade > Reinforced Section ESAL Capacity = 11,503,603 u Babcock Street—East Side—Sewer Trench Area ), Section 4-4" Asph, 6" Base, 18" SB, Fabric, Silt/C.laySubgrade > Reinforced Section ESAL Capacity = 3,454,615 1 Intentionally Left Blank f d 1/1 6120 1 9 Prajot Analysis 1 ( TenGate Geosynthetics �eTEHCATETO North America A10, M w 1c,.rSaa !�lhe.�.:; - t'•2ss S.. Erscc-{-}a: ,,' , { Flexible Pavement. Analysis Report ( Project Name Cottonwood Road-Bab000k to Difrston _ . Section 1 -6 Asphalt;6 Base,RS5801 Report Date: 1J18/2t)19` Report Run By:Lee Evans ( Fabric,24 5ub-Base-GraVei Subgrade f Initial Road Data(Pre-Reinforcement), Subgrade Strength Value Strength Parameter. Subgrade CDR i 10,000 ResitieiitModulus(Mr)(psi)(AASHT093) 6.67 Structural Number(SN) Traffic Volume(ESALs) F z 5.16 30,040,925 7 n; Traffic Volume Calculator Data(ESALs) ( is t? _ Initial Serviceability(p4) Terminal Serviceability.(pt) Serviceability Loss(ARSI) 4.2 2.6 2,2 G n ; Reliability°lo"(ft) Standard Deviation(Sp) Standard Normal Deviate(Za) 95 0.45 -1.645 0 a Resilient Modulus(Mr)(psi) Unreinforced ESALs. Reiriforced ESALs J 10,000 30,040,925 43i673,70.1 7 ( � No Reinforcement/Stabilization / Structural Draina a Structural Number f" n i i t M N Layer a: aerial Description Thickness(in) N � Coefficient Gaefficient (Unreinfarc,3d) ( rA 1 Asphalt Base 0.41 1,00 6100 2.46 Base 0.14 - 0.90 6.00 0,76 ( 3 Sub-Ba'ie 0.09 0.90 24.00 1.944 ( Subgrade.GBR:6.67 5.16 ( f ke'l Druid 1 Stabitlzed.Geimnthetic Used.Mira.0 RS5$01 CSl:speciRcations:http A ytvzipnt ate eomlariierlgeos Jigtiietics/kno:Nrtedge-library/cst-sOgr p/dgfQuil ( Structural Drainage StructuralNumber Layer No Material Description Coefficient Coefficient Thickness(in) (Urirelnforced) t .Asphalt Base 0.44, 1.60 6.00 2.46, 2 vase(Reinforcod) 6.0 0.90 6,00 1:02. Toncato Miraftal RSseOf Goosyntha tt: 3 Sub=Saaa 0.09 0.90 24:00 1.94 Subgrade CBR 6*07 5. NOTILY Struoturel Numbo!s reprem,int the nosuU of Cak is p6of to the munding:of thfOMesses aedttiorelore may 61.4 Y different then manual W.Wote:rr$done using the repodod Wcknesset.- You oreated this DF from att.Spplicatlrah that-U hoAlicei sOd#o'pdht fd t16i6PDF prPuber:(httW/ niW0'bdf Cbit�) 1/1.6/2019 Ptojt3ot Analysis 0� U.nr anfarcaad offifc;'rced w,/AMU � SN:5.1E .. . IRSALs:10,040,945 8Ais 4J;S73,70 0.00 - J t 6;0QE 100 a3.0 : 6.00 41 24.00 20.00 u M 30.00 40,00 � � � a'nrAt.�L •��:��r.ae,. Asphalt Base Base. HS580i Sub-.Hasa. Ur-r - Plx"a<�1 .c s Nee sal T�c 441, Coihpa ative.Cost Analysis Total Estimated.Ouantity(ya2),20;OOp: Unreinforced Reliiforood Uiireinforced Reinforced - Unit Cost. Thickness(in) $ectlon st(yd ) Asphalt Base $ 5:00�t3r ton B,tjO 0.00 $21.94 $21.94 Base $20 00 perlo 6.00 6:0 �r $6,00 $6.00 sub-Ease $i5.o. per ton 24 00.._ - 2-4.00 - $18.00 $.18.00 Excavation and Removal $7,00 per on 3ti 00 ~ ' $6.00 $12.60 $12.60 - RS580i $4:00 per, Total Sea>tiott Cast(yd�)' 8:54 $62.5A Project co-st $1,170,8 0-,., . $1;250,800 Project Saving's -48l1,000 Cost Sgvings -R.$% t The s�t¢rrnariait>ttirosi as sccuraro 4�lh0 ti�st at cur krlovAada .7anCate Geasyira c Nvrtft Aiircnca assumes no 6�lility,Tor the accurakx oc comp►eleness a1 this Information or for the ldtintete use by Nre.. pureh , O M tAs ANY AND AL expncss,If4KIqtURY STANDARD$:WARRANTIE%OR GUARIJNTCE9,INCI.U01NG 0046Uas}rTENCA GE C R LINiITli7tT3N ANY ltAPllEO WARf(ANTY t)F tJt=RGtGWTARitJTY OE2 E ITN E$9.r{Nt A PARTIGUt.AR PUR?65E r.rTSlnp;firNn v tt+tKsii of rleat"n,U 9r peeps of dada et:t0 irny Aquipiaent,ineterials;:oi nki#rnatiota fturc fie l f rrawfal:This dacumen should ria[ba wnstrdeil as enyinat a ng kdvtce:Usots should cadaty.themtblivu throuO lr>{tepandant Investiyadlan that thttse ntaleda%ittlit he tmeel ta%y. Na warran pressed or Implied,F3 nude regarding the petformanso of any IYralili:(,$incaa lh$r6anncr of use.and handiinp are GeycrW our control..Any aM-all design related to a produdwi9 f`a_ the responsibility of lite,project engineer enftr lailis(Bred enytneer else wrd. '356a South Holland t)riv�s Too t05'693 2226 — Fax 700 698 4400 't ti�Ar Penaiewo",g0o-sv Tel 888 795 0809 WWW.i 000.00M M i rafi 1 i 111�I2019: Project Analysis T N Ei ( TenCate:Geosynthetics E ' C T ,>u North America c.ttoC0 Flexible Pavement Analysis Reporkw� air tr��s Project Noma:Cottonwood Road-Babcoakta Durston ` Section 2- Asphelk_S Base,RS580 Fabric 24 Stib-Base,RS5801 Fabric- Report,bate;111612019. Report Run By:Lee Evans SiltlClay aubgrade Initial Road Data(pre-Reinforcement) Subgrade Strength Value Strength Para►neter Subgrade CBR 4,50t1 Resilient Modulus(Mr)(psi)(WHT093). 3.00 Strtctural Number(SN) Traif o Volume(ESALs) 5i1G 4,711,677 Traffic.Volurne Calculator©st$(ESALs) Initial Serviceability.(Ro) Terminal Sorvice04114y(t7t) Serviceability joss(ANSI) 461 2..0 2,2 Rei lab ility%(R) Standard Lleviation(So) Startdarsl Normal beulate(Z'R) 95 0.45 1.045 Resilient Modulus(Mr)(psi) UnreinfOcod ESALs Reinforced ESALs 4,600 4,799,577 32,680,388. No 11406rcerrtant I Stabilization Structural Drainage Structural Number Layor No.. Material Description' �pefflatent Coefficient Thickness(in) (tlnreinforced) i 1 Asphalt Rase .0 41 1100 6;00 2.46: 2 Base 0.14 0.90 6.00 0.76 Sub-Sass 0.09 0.90 24.04 1.9A Subgrade CBR:3.00 6.16 Reinforced I Stabilized Geosynthetic.Usod:Mir; O RS6801 CSIspecifications*#ittP.Myww.fencatd.corn/amorlgectsyntheticstkno�;tecige tibrarylcsisrccsfcittsltlt.:st Structural Drainage Structural Number Laysr NO. Maienal De:criptl4n Coefficient Coefficient Thickness(in) (Unre nforced) ' 1 Asphalt Base 0.41_ 1.00. 6.00 Z46 - 21 Base 0,14 0,90 6,00 OJ / 3 Sulu=Sase(Reinforced) 0.16 0;0O 24.00 3.40. TcnCate MlrattiM Asmol GepsyntlieEic 8-tiborade CBR:_3.00 6.6 .. N6XE:$trtaFtufnt N,nnbetaTeptes nt fke.(esu(ts ct<efculatSons prior(o fhe sos+C A ng of th1f;Wssos end the ei7tt,mzy fxs c1{thd,Agtge stUten mdt?ieol epic,13t1Qt1�Hone ushr�tha repptlCii>4cicn@4so¢. f1:Yr r.r.-.s a _ ..S+,l.r.-.'�tz-i9}dr..:.l.i trl »2i•SA OPi•a.� ..wA-,:.'�i..�.l:. 9I� You created this PDF from an application tl gat iS hot.i1GOnsed tO print to ntovaPDF prlht0r(qttp lf�~iOva ff rOM): 111612019 E'taject ArtatVats Remf6rciml-w//...KS5801 unr tnf rt ed SIV.5,1fs Is. EMS!4,111,577 �v 95Ats:32;580 389 d. Ism SO:ftt). 6100, U 2 - Z4.00. 2A:00: .». kSSrdCa.�: 20..00 1- -d 3p.00 e V1 Asphalt Base ease Sub-Base VSS:RQi Cpm We Cost Analysis Total Estimated Quantity(yd2);20,000 Unreinforced Reinforced tlnrii forced ..4f'nforced' Unit Cost Thickness(in) Sectlo..4�nM(yd2) Asphalt 13ase —s5.4Qper`-ton 6.00 6.00 21A4 01.94 Base $20 06 per tohF«.� 6,00 qoa; '"`•`•f $6.00 $6.00 Sufi-Base $16 06 po ton 24.OR.� . y 24.00 $18.00. $18.00 XcavatiQn and iZehitaval $1.00 peg tari 36 00'� 36:00 $12.60 $12.60 RS580i $4.00,per �f - y Total Section Cost(y 2) $58.54 $62.54 Project Cost $1,176,800 $1,250,800 Project Sevin s 400,1000 Cost Savings .G.B bfo The Wormatiae hewn is aaturale to the best.of our hnq.Y&Oge.lonCaW C--6wotheks Nodh Armdea assumga no tgbiftyW.".4aureey W compJatgness of tfits.tn(grruafioii or far the%Atimie,40 by the purchaser,TENCATE GEOSYNI)IOICS NORTHAM ERICA DISCLAIM$ANY-AND ALL EXPRE$S.IMPLIED,OR ST'ATUTORYSTAN0AADS,WARRA Mft,OR GUARANTFJE$,INCLUOING WITHOUT- LI MtrAT10NAWIMPUE�DWIRRI-,NTYOFMeACHAFiTASiL1TYPR ITNESS-LORAPAR'fICUt.ArtPURPOSEerlsfngfroinnenuisnufd6a0jorusnpeofitatlaastoanyeq 1preant,ii terta¢s,�4r - G+fmotion furolshad het-si,ii f,This downwnt should nol bs construed as engfioft adgice.Usefs should satisfy 0*nzWos thmgh Yndepandentinvestigatfen that these malerlafs msoht be usad safely No,waffenty or gunrantoo,expfoa zed or tmpbed,is miiift Mgardiitg the patfomialt6e O eay product,stme the"(wet of user end hoedifng are bgyofw otsr commi.Any and all aeslgo hlaled,to,a ptodcjci wfY.ba the respbnzibllify of the prpjeFs eng'stger analor registeress Erigtnerr ai fGcord, jeTOICATE �65 South Holland Drive TO708 6932226 Pk 706 603 4400 r •ss Pendergrass,GA30567 Tel 888195'0808 tvrtW:mirafs.corrt Project Analysis TenCate Geosynthatics, A TE MCAT tw, w4h Arnerica Flexible Pavement Analysis Report Project Name:Cotlohw6od Road-Babcock to Durston 8(,(,,Uon 3-4 Asphalt,6 Base,24,SUP Base; Deport D Report Run By-,Lee Evans Repo ate RS580i Fabric'.-Sqt/Clay Subgrade Initial Road Data(PrewReInfordement) Subgra.de,Strength Value Strength PaMmeter Sub 4,600 Resilient M6&WS*(Mt)(psi)(AASHT093) 3.00 Structural Number(3N) Traffic Volume(E$ALs) 4.*34 1,325,869 Traffic Volume Calculator Data(ESALs) Inilla.1 Serviceability(pJ Terminal Serviceability(pt) Serviceability Loss(APSI) 4.2 2.0 2.2 Reliability%(R) Standard Deviation(,Sol) Standard Normal Deviate(ZR,) 96 0.45 -1,645 Res Went Modulus(Mr)(psi) Unreltiforoed ESALs Reinforced ESALs 41 600 No Reinforcompriti Stabilization Structural Drainage structural Number Layer No. Material Description Coefficient Coeffic lent Thickness(in) (Unreinforced) 1 Asphait.l3ase 0.41 1.00 00 1,64, 2 Base 0.14 0.90 6,00 0.76 3 Sub-Sase 0.09 0.90 24,00 1.94 Subgr4d,a C_B,R-*..3.00.1 4.34 Riflnf&eed 1 Stabilised-Geo-synthatic Used:MiraHO RS680i s/kno eta I d3gp-& W ad,q brary&�-sp-qjjgW t It J_ q�U__ Structural Drainage Structural Number Layer Nor. Material Description Coefficient COOM.Clent Thickness(It!) (Unreinforced) Asphalt Base 0.41 IAO. 00 1.64 2 Base .0.14 0;190 6.00 016. 3 S-ub-Base(Reinforced) Gi 16 0.90 24.00: 3A0 TtihCate MiraftO R55801G;!dsyntW1c Subgrade CBR: 3.00 No%:StwMoT Nqmbw*:rOpmq0in!Op f0vilts Ctcolcutations prf 16 the rounding afffidknes"s and therefore may be srjhly different Than marwat c.,L-Wstlons done USTFIg the reportod Wcknel;sajs. Yott.,wWed this-POF from an applIcatidn that is n6l,ficemged to.gdfittd.tio.vWDF printer(hftll noyalldfc 1116/20 i9 Project:Artaty_sts Uneonf+sk*d Reinfo cod Wa N t .. . @SA4-571,545 t`sSAiis:3;454's- 0.00. 5<00 6.00 6.OQ 10,00 'Tf 15,00 t 25,00 _ . Asphalt Base Bata Sufi-Base tt558nt C-Ompkrative Cost Analysis Tbtat Estimated Quantity(Ydz)ZQ.QRp Unreinforced Reinforced Unreinforced JR. OGlorm Unit Cost Thickness(In), Sectintl C'o�t(jtd ) - - — --- Asphalt Base $8, ertori 00 4.00 _- $14.63 $14.63 Base $20.0o per-to 6.00 6.00---- $6.00 $6.00` Cub--Base $15.00 prat tote 0 18.00 $13.50 $13,50 Excavation and Removal $7.00 per ton 2 09 28.00 $9.80 $9.80 R$5801 $4.00 per _... - _ _ . _. Total Section Cast(ydZy$43.93 $47.93 Project Cast $878,600--,, $958,606 Project Savings 0,000 CostSavi"s .911 er Tho,infornWBonhereO is accurate it)this bi:sfof our knovdedge.TadCate f3ebsyrithatics North America assumes'no liabilityfottho Apmra.q or Compkieness of this Informo(ionor for the tdtimale me by the" puiahaser.TENCATE GEOSYNTHETW NORTH AMERICA 61SOLAIMS ANY AND ALL EXPRESS,(MPLIVD,Oil STATUTORY STANDARDS,WARRANTIES,OR GUARANIEEs.INCLUDING WITHOUT t,IMI-I ION AW IMPLIED WARRANTY OE meAc"ANTAsO ITY oR WNESs Polk A PARTICt if.AR PUAPO'Sff art{rig from a carrsa W+Iealattl pr u rage a7i!aQe,aA Iq gory ocoptnard,mtdartt>aa,4f infonnaum furnished heremth,This dooutt ml shmM o4 be constmed an engineering adv m Usefa slioiAd saGsly tharrisatvsa i e(*Indepetidem invesoAdon that these materials might be used safety. No yaertiniy or guarentea,a pressed'or 5tip6ed,Fg pwdk reg6rd ng,the{eHbrtnatire of any product;a�nca Ura rtieq(ioco!u[t4 grid riot thing are bayond atrr tbntrol.Any and ail.design related to a ptodut wW tid the responsibii#y of the project tNtneaz anWor tegfstered'enginaor of record. 385 8o6th Holland Drive Tel 706 693 2226 tax 70�693 4d00 TEtitf ATIE .r Pendergrass:GA s0567 T61 898 795 0808 www.mirarr.com Miraf .�...:r.� ,.,a:-�_.m __:.__ ..ra s__ r._-..i'rs.--�n',z._r_ar.�. .t:.w..wwsr _:.�,•..__ a w._.., s...k Products ❑ Mirafi R55$0i. Geosynthetic Intentionally Left Blank i a ( TENCATE TENCATE GEOSYNTHETICS l MN Americas t i ra i Mirafio • ,ma r- I ' Mirafi° RS580i is a revolutionary geosynthetic with orange identification yarns and super high- tenacity polypropylene filaments formed into an innovative weave to provide superior reinforcement strength and soil interaction integrated with high water flow and soil retention ( capabilities. ( TenCate Geosynthetics Americas Laboratories are accredited by Geosynthetic Accreditation Institute — Laboratory Accreditation Program (GAI-LAP). i Performance Properties Test Method Unit Typical Minimum Average ( Roll Value Roll Value ( Tensile Strength 9 2% strain MD ASTM D4595 Ibs/ft kN/m 540(7.9) 480 (7.0) Tensile Strength A 2% strain CD ASTM D4595 Ibs/ft kN/m 2160 31.5 1800 26.3 ( Tensile Strength A 5%strain MD ASTM D4595 Ibs/ft kN/m 1560 22.8 1440 21.0 ( Tensile Strength 5%strain CD ASTM D4595 Ibs/ft kN/m 4920 71.8 4380 69.3 Flow Rate ASTM D4491 gal/min/ft2 90 (3667) 75(3056)1 �t 1/min/m2 f Permittivity ASTM D4491 I sec-1 1 1.2 1 1.01 11 Typical Roll Value Pore Size 095 ASTM D6767 microns 337 Pore Size No ASTM D6767 microns 1 192 Index Properties I Maximum Opening Size ( A parent Opening Size AOS ASTM D4751 U.S Sieve mm 50 0.30 40 0.425 ( Minimum Test Value Interaction Coefficient2 ASTM D6706 -- 0.9 Factory Seam Strength ASTM D4884 Ibs/ft kN/m 3000 43.8 ( UV Resistance ASTM D4355 %strength 90 (at 500 hours) retained ( Minimum Roll Value { 2 Interaction Coefficient value is for sand or gravel based on testing conducted by SGI Testing Services. ( Physical Properties Unit Roll Sizes ' Roll Dimensions width x length) ft m 15 x 300 4.6 x 91 17 x 300 5.2 x 91 Roll Area d2 m2 500 418 567 474 U.S.Patent 8,333,220 and 8,598,054 TenCate,hfir ari.and the cotes ORANGE-used in connection with geesynthetic or geotextite products are registered andror unregistered trademarks cf Nieolon Coporation. Disclaimer: TenCate assumes no liability for the accuracy or completeness of this information or for the ultimate use by the purchaser. TenCate disclaims any ( and all express,implied,or statutory standards,warranties or guarantees,including without limitation any implied warranty as to merchantability or fitness for a particular purpose or arising from a course of dealing or usage of trade as to any equipment,materials,or information furnished herewith. This document should not be construed as engineering advice. Mirafim is a registered trademark of Nicolon Corporation Copyright©2015 Nicolon Corporation.All Rights Reserved. ( ETQR17 COMMA GAI-LAP-25-97 l ( TENCATE Mirafi CONFINEMENT FILTRATION © RSi Woven1 for r Stabilization and Base r Applications TenCate develops and produces materials that. • Seams.Panels can be seamed in the factory deliver increased performance,reduce costs or field,providing cross-roll direction and measurable results to provide advanced strength to facilitate efficient installation. solutions utilizing patent pending Mirafi®RSi geosynthetics that make a difference. APPLICATIONS When superior performance,flexibility and ver- The Difference Mirafi°RSi-Series Woven satility are necessary,Mirafi®RSi-Series Integrated*Geosynthetics Make: geosynthetics make the difference for varying application needs including:base course rein- Fill Placement • Modulus.Separation.Confinement.Water forcement and subgrade stabilization for road, Fill should be placed directly over Mirafi®RSi flow.Product identification. runway and railway construction;embankment geosynthetic in Bin(20cm)to 12in(30cm)loose Superior integratl stabilization on soft foundations;reinforcement lifts.For very weak subgrades,18in(45cm)lifts for mechanically stabilized earth(MSE)struc- or thicker lifts may be required to stabilize the • Reinforcement Strength.Higher tensile tures;liner support,voids bridging,reinforce- subgrade,as directed by the engineer.Most modulus properties than the leading stabi- ment over soft hazardous pond closures and rubber-tired vehicles can be driven at slow lization products. other environmental market applications. speeds,less than 10mph(16km/h)and in straight paths over the exposed geosynthetic • Separation and Filtration.Unique double INSTALLATION GUIDELINES** without causing damage. Sudden braking and layer construction provides a wide range of Geosynthetic Placement sharp turning should be avoided.Tracked con- pore sizes for an excellent separation factor, Place the geosynthetic directly on prepared struction equipment should not be operated superior filtration and flow characteristics of surface. It is advisable to leave vegetative directly upon the geosynthetic.A minimum fill a fine to coarse sand layer. cover such as grass and weeds in place to pro- soil thickness of bin(15cm)is required prior to vide a support matting for construction activi- operation of tracked vehicles over the geosyn- • Soil and Base Course Interaction.Excellent ties. The geosynthetic should be deployed flat thetic.Turning of tracked vehicles should be soil and base course confinement resulting and tight with no wrinkles or folds. The rolls kept to a minimum to prevent tracks from dis- in greater load distribution. should be oriented as shown on plans to placing the fill and damaging the geotextile. ensure the principal strength direction of the • Durability.Robust damage resistance for material is placed in the correct orientation. ••These guidelines serve asa general basis for installation. moderate to severe stress installations. Adjacent rolls should be overlapped or seamed Detailed instructions are available from your TenCate as a function of subgrade strength(CBR). Prior representative. • Roll Sizes.Mirafi®RSi-Series geosynthetics to fill placement,Mirafi®RSi-Series geosyn- Visit www.mirafi.com for a demonstration come in several roll sizes t0 fit project thetics should be held in place using suitable video requirements. means such as pins,soil,staples or sandbags to limit movement during fill placement. Breakthrough Research 1 t:i'. 1111koSi's s€<; t4fiietic Dutper€orrTls tethers in Independent bull-Scale Ill PRINZ` k ae°_- 'a a.sear >, r 4. .,Ai Protective&Outdoor Fabrics Geosynthetics Aerospace Composites Industrial Fabrics ". TE NCATE Armour Composites Synthetic Grass materials that make a difference TENCATE Miraf F' Mirafi O RSi Series Woven Geosynthetics I for$oilStabilization1 Base Course1 Applications log { Mechanical Properties Test Method Unit I S28Ut R5380i 1 RS580i (Patent C9,404,233) (Patent 18,333,220 and 9,598,054) Tensile Strength Q 2%strain(MD) ASTM 04595 Ibs/ft(kN/m) 840(12.3)/600(8.8) 720(10.5)/600(8.8) 540(7.9)/480(7.0) F ensile Strength®2%strain(CD) ASTM D4595 Ibs/ft(kN/m) 960(14.0)/600(8.8) 1140(16.6)/1020(14.9) 2160(31.5)/1800(26.3) l ensile Strength @ 5%strain(MD) ASTM D4595 Ibs/ft ON) 1980(28.9)/1620(23.6) 2100(30.6)/1 B00(26.3) 1560(22.8)/1440(21.0) Tensile Strength Q 5%strain(CD) ASTM D4595 Ibs/ft(kN/m) 2100(30.6)/1620(23.6) 2580(37.6)/2256(32.9) 4920(71.8)/4380(69.3) �• low Rate ASTM D4491 gal/min/ft' 85/70' B5/75' 90/75' E (1/min/m2) (3463/28521) (3463/3056) (3667/3056') Permittivity ASTM D4491 sec*' 1.2/0.9' 1.2/0.9' 1.2/1.0' C, Pore Size Ow ASTM D6767 microns 175 265 192 Pore Size Is ASTM D6767 microns 273 460 337 C I' -- Interaction Coefficient' ASTM D6706 0.89' 0.89' 0.9' Index Properties Apparent Opening Size(ADS) ASTM D4751 U.S.mi) (0.425) (0.30401 /0.425) (0.30/0.425) Factory Seam Strength ASTM D4084 Ibs/ft ON) 2400(35.0) 2700(39.4)' 3000(43.8)' i V Resistance(at 500 hours) ASTM D4355 %strength retained 90' 90' 90, 'Interaction Coefficient value is for sand or gravel based on testing by SGI Testing Services. r( 'ASTM D4751:ADS is Maximum Opening Diameter Value 'Minimum Test Value Physical Properties Unit RS280 RS38U RS58(l Roll Width ft(m) 15(4.57) 17(5.2) 15(4.57) 17(5.2) 15(4.6) 17(5.2) Roll Length ft(m) 300(91) 300(91) 300(91) Roll Area yd'W) 500(419) 567(474) 500(419) 567(474) 500(419) 567(474) Geasynthetles Mirafi RSi-Series tZ Geotextile © Wheel Load z < Aggregate Base T ERSi S®ies Geotextile Weak Foundation Soil � E-Subgrade Subgrade Load Distribution EmbankmentsOver Soft Soils 6-7 _ - TenCeta Goosynthetics Americas assumes no liabilityfor or completeness1 this informationor forby the purchaser. Geosynihetucs Americas disclaims1 . ll express,implied,orstatutarV standards, or guarantees, 1 1 withoutlimitation 1 •1 warranty as to meichantabilityor fitness for,p3rticularpurpose or arising from a courseof dealing of ag of .d 1 any equipment, or informationfurnished document Should not 1•construed as engineering advice. registere1 trademark of NicolonCorporation. ©2015 NicolonCorporation. Reserved;All PDS.RSi02l8 4vALIpy bsiw TENCATE 365 South Holland Drive Tel 800 685 9990 Fax 706 693 4400 CC FIX£O Pendergrass,GA 30567 Tel 706 693 2226 www.mirafi.com y"~�w 1' s�p�o ��°" materials that make a difference w;Msti. .y. 130 9001 FM 61026 TENCATE : --MSeries Miraf i RSI GEOSYNTHETICS R 81 i.-mravement Base Reinforcement RS380 i -1-Subarade Stabilization; 81 pr p.. I 3 r T Protective&Outdoor Fabrics Geos•nthetics t Aerospace Composites Industrial Fabrics ENCATE Armour Composites Svnthetic Grass materials that make a difference • Superior Geosynthetic Waterflow With the new Mirafi° Hi-Series, - = - - -- it's like comparing apples to oranges for Roadway Reinforcement. ` Orange winS. _= You asked for the impossible...and we responded. i Our new game-changing products, _ Mirafi'Hi-Series geosynthetics r� will revolutionize the way you look at geosynthetics for roadway i - stabilization. considered by some was a geogrid product. Mirafi°RSi is all about integration... z As the leader in geosynthetic solutions,TenCate Geosynthetics began the ...Integration of a superior multi-layered construction of extensive research and woven fibers of various dimensions specifically positioned design process of looking for relative to adjoining fibers to create three times the water the"perfect"geotextile that flow AND an increase in ADS sieve size. could move more water while - -sy: concurrently retaining more Because Mirafi`h'Hi-Series geosynthetics have higher soil within a roadway system. tensile modulus properties than comparable stabilization This product would also need products on the market today,it is perfectfor base - -- to hold more force with less course reinforcement and subgrade stabilization in roads, MiraSpec Design Solutions Software overall system movement in - pro vides cost savings and"green order to improve the base savings by incorporating a geosynthetic. "` strength and support heavier loads;thus,resulting in longer life,less maintenance and costs, and better performance. The solution we developed... .94• Mirafi"Hi. --__ We have proven that a MiraSpec Design Solutions Softwareis 9eotextile can solve a complex easy to use and is available ai no cost roadway problem,where once - - atwwwMiraficom upon a time,the only solution = - _ CATER FLO W CONFINEMENT - --- Modulus at 2% Strain Advantages Cross-Ma chino Direction Go to www.mirati.com for product demonstrations video. 100,000 Product Identification 0,000 Mlrafi NP Ga_iextik Mira6'U580 60,000 40,000 !rr�Ff :tr� 4V46 4f ,#, r 1 Geogrids vs.MirafiO RS580i MiratiI1 r o r•rr r HP570 RS580i railways,runways and haul roads;and for stabilization of _ embankments on soft foundations It also performs well =�^- for liner support,voids bridging,hazardous pond closures Strength at Every Angle and other environmental purposes.Mirafi°RSi-Series geosynthetics are available in a variety of roll sizes to fityour specific project needs and requirements. ; .R s7. • Because no one understands geosynthetics better than TenCate Geosynthetics...our materials make a difference. *Integration refers to the overall set of described characteristics based on a review of technical specifications for comparable products published by their respective— — • manufacturers,Individual characteristics of these products vary and may meet,exceed, Go with the Flow and fall below one or more of the above described individual characteristics. . t rr : t, i 1-1 70�1! sL •gr ,�i • K r Walk the Walk • 71 -77 • •F • RS380i&RS580i Patent#6,333,2200 and 8598,054 RS280i Patent Pending. SEPARATION PRODUCT IDENTIFICATION • APPEI OM Limitations Of Y'pa GeotechniC..al,' Report Intentionally Left Blank = y Epp . ENGINEERING SERVICES,INC. 'Diverse Pr0�e LIMITATIONS OF YOUR GEOTECHNICAL REPORT GEOTECHNICAL REPORTS ARE PROJECT AND CLIENT SPECIFIC Geotechnical investigations, analyses, and recommendations are project and client specific. Each project and each client have individual criterion for risk,purpose,and cost of evaluation that are considered in the t development of scope of geotechnical investigations,analyses and recommendations. For example,slight changes to building types or use may alter the applicability of a particular foundation type, as can a particular client's aversion or acceptance of risk. Also, additional risk is often created by scope-of- service limitations imposed by the client and a report prepared for a particular client (say a construction contractor)may not be applicable or adequate for another client(say an architect, owner, or developer for example), and vice-versa. No one should apply a geotechnical report for any purpose other than that r originally contemplated without first conferring with the consulting geotechnical engineer. Geotechnical. reports should be made available to contractors and professionals for information on factual data only and not as a warranty of subsurface conditions, such as those interpreted in the exploration logs and discussed in the report. GEOTECHNICAL CONDITIONS CAN CHANGE Geotechnical conditions may be affected as a result of natural processes or human activity. Geotechnical i reports are based on conditions that existed at the time of subsurface exploration. Construction operations such as cuts, fills, or drains in the vicinity of the site and natural events such as floods, earthquakes, or groundwater fluctuations may affect subsurface conditions and, thus, the continuing adequacy of a geotechnical report. GEOTECHNICAL ENGINEERING IS NOT AN EXACT SCIENCE r - The site exploration and sampling process interprets subsurface conditions using drill action, soil sampling,resistance to excavation, and other subjective observations at discrete points on the surface and in the subsurface. The data is then interpreted by the engineer, who applies professional judgment to render an opinion about over-all subsurface conditions. Actual conditions in areas not sampled or observed may differ from those predicted in your report. Retaining your consultant to advise you during the design process, review plans and specifications, and then to observe subsurface construction operations can minimize the risks associated with the uncertainties associated with such interpretations. The conclusions described in your geotechnical report are preliminary because they must be based on the assumption that conditions revealed through selective exploration and sampling are indicative of actual i conditions throughout a site. A more complete view of subsurface conditions is often revealed during earthwork;therefore,you should retain your consultant to observe earthwork to confirm conditions and/or to provide revised recommendations if necessary. Allied Engineering cannot assume responsibility or liability for the adequacy of the report's recommendations if another party is retained to observe construction. EXPLORATIONS LOGS SHOULD NOT BE SEPARATED FROM THE REPORT Final explorations logs developed by the consultant are based upon interpretation of field logs(assembled by site personnel), field test results, and laboratory and/or office evaluation of field samples and data. Only final exploration logs and data are customarily included in geotechnical reports. These final logs should not be redrawn for inclusion in Architectural or other design drawings, because drafters may commit errors or omissions in the transfer process. To reduce the likelihood of exploration log misinterpretation, contractors should be given ready access to the complete geotechnical report and should be advised of its limitations and purpose. While a contractor may gain important knowledge from a report prepared for another party, the contractor should discuss the report with Allied Engineering and perform the additional or alternative work believed necessary to obtain the data specifically appropriate for construction cost estimating purposes. OWNERSHIP OF RISK AND STANDARD OF CARE Because geotechnical engineering is much less exact than other design disciplines, there is more risk associated with geotechnical parameters than with most other design issues. Given the hidden and variable character of natural soils and geologic hazards, this risk is impossible to eliminate with any amount of study and exploration. Appropriate geotechnical exploration, analysis, and recommendations can identify and lesson these risks. However, assuming an appropriate geotechnical evaluation, the remaining risk of unknown soil conditions and other geo-hazards typically belongs to the owner of a project unless specifically transferred to another party such as a contractor, insurance company, or engineer. The geotechnical engineer's duty is to provide professional services in accordance with their stated scope and consistent with the standard ofpractice at the present time and in the subject geographic area. It is not to provide insurance against geo-hazards or unanticipated soil conditions. The conclusions and recommendations expressed in this report are opinions based our professional judgment and the project parameters as relayed by the client. The conclusions and recommendations assume that site conditions are not substantially different than those exposed by the explorations. If during construction, subsurface conditions different from those encountered in the explorations are observed or appear to be present, Allied Engineering should be advised at once such that we may review those conditions and reconsider our recommendations where necessary. RETENTION OF SOIL SAMPLES Allied Engineering will typically retain soil samples for one month after issuing the geotechnical report. If you would like to hold the samples for a longer period of time,you should make specific arrangements to have the samples held longer or arrange to take charge of the samples yourself. Allied Engineering Services,Inc. Page 2 IIM:4d :4QIAXNOIIVN a xlQN:Iddv DEPARTMENT OF THE ARMY - CORPS OF ENGINEERS,OMAHA DISTRICT HELENA REGULATORY OFFICE 10 WEST 15T"STREET,SUITE 2200 , REPLY TO HELENA,MONTANA 59626 ATTENTION OF February 28, 2019 Regulatory Branch Montana State Program Corps No. NWO-2019-00224-MTH Subject: City of Bozeman (Robert Peccia and Associates) — Cottonwood Road Improvements — Baxter Ditch — (Gallatin County) City of Bozeman P.O. Box 1230 Bozeman, Montana 59771-1230 To whom it may concern: We are responding to your request for Nationwide Permit (NWP) verification for the above-mentioned project. The project is located at Latitude 45.685277°, Longitude -111.1041660, near Baxter Ditch, within Section 9, Township 2 S, Range 5 E, Gallatin County, Montana. U.S.' Specifically, you requested authorization for the following work in waters of the Work Item Description Widen Cottonwood Road between Babcock Street and north of Durston a' Avenue to a four lane arterial roadway with bike lanes and sidewalks. Approximately 0.01 acre of emergent wetland will be impacted at b approximate station 59+00 to 61+50 LT through the discharge of approximately 20 cubic yards of embankment material. This material is being deposited on top of the subsurface detention system. Approximately 0.01 acre of emergent wetland will be impacted at approximate station 61+50 to 62+50 LT through the discharge of approximately 11 cubic yards of pipe bedding material and 7 cubic yards of drainage geotextile associated with the installation of two new storm C. drains. Approximately 15 linear feet of Baxter Ditch will be impacted through the installation of these drain pipes and associated rock riprap apron. The rock riprap apron details are described in the attachment labeled "Outlet protection.pdf" in an email sent by Staci Venner on February 13, 2019. The work will be completed as detailed in the drawings entitled d. "Cottonwood Road, Babcock to Durston", and submitted on behalf of the applicant by Robert Peccia & Associates, and dated February 15, 2019. Printed on®Recycled Paper -2- Under the authority of Section 404 of the Clean Water Act (CWA), DA permits are required for the discharge of fill material into waters of the U.S. Waters of the U.S. include the area below the ordinary high water mark of stream channels and lakes or ponds connected to the tributary system, and wetlands adjacent to these waters. Isolated waters and wetlands, as well as man-made channels, may be waters of the U.S. in certain circumstances, which must be determined on a case-by-case basis. Based on the information you provided, the proposed activity, permanently affecting approximately 0.02 acre of emergent wetland and 15 linear feet of Baxter Ditch, is authorized by NWP 14, found in the January 6, 2017, Federal Register (82 FR 1860), Reissuance of Nationwide Permits. Enclosed is a fact sheet that fully describes this NWP and lists the General and Regional Conditions that must be adhered to for this authorization to remain valid. Please note that deviations from the original plans and specifications of your project could require additional authorization from this office. You are responsible for ensuring that all work is performed in accordance with the terms and conditions of the NWP. If a contractor or other authorized representative will be conducting work on your behalf it is strongly recommended that they be provided a copy of this letter and the enclosed conditions. Failure to comply with the General and Regional Conditions of this NWP may result in the suspension or revocation of your authorization and may be subject to appropriate enforcement action. The Montana Department of Environmental Quality has provided the enclosed CWA Section 401 water quality certification for this NWP which includes General Conditions, all of which must be complied with for that certification to remain valid. This does not eliminate the need to obtain other permits that may be required by that agency. This verification is valid until March 18, 2022, when the existing NWPs are scheduled to be modified, reissued, or revoked. Furthermore, if you commence or are under contract to commence this activity before the date that the relevant NWP is modified, reissued or revoked, you will have twelve (12) months from the date of the modification, reissuance or revocation of the NWP to complete the activity under the present terms and conditions unless discretionary authority has been exercised on a case-by-case basis to modify, suspend, or revoke the authorization in accordance with 33 CFR 330.4(e) and 33 CFR 330.5 (c) or (d). Activities completed under the authorization of an NWP which was in effect at the time the activity was completed continue to be authorized by that NWP. In compliance with General Condition 30, we have enclosed a compliance certification"form, which must be signed and returned within 30 days of completion of the project, including any required mitigation. Your signature on this form certifies that you have completed the work in accordance with the terms and conditions of the NWP. Printed on®Recycled Paper -3- The Omaha District, Regulatory Branch is committed to providing quality and timely service to our customers. In an effort to improve customer service, please take a moment to complete our Customer Service Survey found on our website at: http://corpsmapu.usace.army.mil/cm apex/f?p=regulatory survey. If you do not have Internet access, you may call and request a paper copy of the survey that you can complete and return to us by mail or fax. Please refer to identification number NWO-2019-00224-MTH in any correspondence concerning this project. If you have any questions, please contact Dylan Hickey at 10 West 15th Street, Suite 2200 Helena, Montana 59626-9705, by email at Dylan.J.Hickey@usace.army.mil, or telephone at (406) 441-1364. Sincerely, Dylan Hickey Regulatory Project Manager Enclosures: Compliance Certification NWP 14 Fact Sheet with Regional Conditions Montana DEQ CWA Section 401 Water Quality Certification Copy furnished with attachments: Staci Venner, P.E. by email at SVennerp_rpa-hln.com Printed on®Recycled Paper -4- COMPLIANCE CERTIFICATION Corps File Number: NWO-2019-00224-MTH Permit Type: NWP 14 Name of Permittee: City of Bozeman County: Gallatin County, Montana Date of Issuance: February 28, 2019 Corps Project Manager: Dylan Hickey Upon completion of the activity authorized by this permit and any mitigation required by the permit, sign this certification and return it to the following address: US Army Corps of Engineers Omaha District Montana Regulatory Office 10 West 15th Street, Suite 2200 Helena, Montana 59626-9705 Please note that your permitted activity is subject to a compliance inspection by a U.S. Army Corps of Engineers representative. If you fail to comply with the conditions of this permit, you are subject to permit suspension, modification, or revocation. - - - - - - - - - - - - - - - - - - - - - - - - - - - I hereby certify that the work authorized by the above referenced permit has been completed in accordance with the terms and conditions of the said permit, and required mitigation was completed in accordance with the permit conditions. Signature of Permittee Date Printed on®Recycled Paper Effective 19 March 2017 Nationwide Permit 14 Linear Transportation Proiects Activities required for crossings of waters of the United States associated with the construction, expansion, modification, or improvement of linear transportation projects (e.g., roads, highways, railways, trails, airport runways, and taxiways) in waters of the United States. For linear transportation projects in non-tidal waters, the discharge cannot cause the loss of greater than 1/2-acre of waters of the United States. For linear transportation projects in tidal waters, the discharge cannot cause the loss of greater than 1/3-acre of waters of the United States. Any stream channel modification, including bank stabilization, is limited to the minimum necessary to construct or protect the linear transportation project; such modifications must be in the immediate vicinity of the project. This NWP also authorizes temporary structures, fills, and work, including the use of temporary mats, necessary to construct the linear transportation project. Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable, when temporary structures,work, and discharges, including cofferdams, are necessary for construction activities, access fills, or dewatering of construction sites. Temporary fills must consist of materials, and be placed in a manner, that will not be eroded by expected high flows. Temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations. The areas affected by temporary fills must be revegetated, as appropriate. This NWP cannot be used to authorize non-linear features commonly associated with transportation projects, such as vehicle maintenance or storage buildings, parking lots, train stations, or aircraft hangars. Notification: The permittee must submit a pre-construction notification to the district engineer prior to commencing the activity if: (1)The loss of waters of the United States exceeds 1/10-acre; or(2) there is a discharge in a special aquatic site, including wetlands. (See general condition 32.) (Authorities: Sections 10 and 404) Note 1: For linear transportation projects crossing a single waterbody more than one time at separate and distant locations, or multiple waterbodies at separate and distant locations, each crossing is considered a single and complete project for purposes of NWP authorization. Linear transportation projects must comply with 33 CFR 330.6(d). Note 2: Some discharges for the construction of farm roads or forest roads, or temporary roads for moving mining equipment, may qualify for an exemption under section 404(f)of the Clean Water Act(see 33 CFR 323.4). Note 3: For NWP 14 activities that require pre-construction notification, the PCN must include any other NWP(s), regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity, including other separate and distant crossings that require Department of the Army authorization but do not require pre-construction notification (see paragraph (b)of general condition 32). The district engineer will evaluate the PCN in accordance with Section D, "District Engineer's Decision."The district engineer may require mitigation to ensure that the authorized activity results in no more than minimal individual and cumulative adverse environmental effects(see general condition 23). Nationwide Permit General Conditions Note: To qualify for NWP authorization, the prospective permittee must comply with the following general conditions, as applicable, in addition to any regional or case-specific conditions imposed by the division Effective 19 March 2017 engineer or district engineer. Prospective permittees should contact the appropriate Corps district office to determine if regional conditions have been imposed on an NWP. Prospective permittees should also contact the appropriate Corps district office to determine the status of Clean Water Act Section 401 water quality certification and/or Coastal Zone Management Act consistency for an NWP. Every person who may wish to obtain permit authorization under one or more NWPs, or who is currently relying on an existing or prior permit authorization under one or more NWPs, has been and is on notice that all of the provisions of 33 CFR 330.1 through 330.6 apply to every NWP authorization. Note especially 33 CFR 330.5 relating to the modification, suspension, or revocation of any NWP authorization. 1. Navigation. (a) No activity may cause more than a minimal adverse effect on navigation. (b)Any safety lights and signals prescribed by the U.S. Coast Guard, through regulations or otherwise, must be installed and maintained at the permittee's expense on authorized facilities in navigable waters of the United States. (c)The permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 2. Aquatic Life Movements. No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area, unless the activity's primary purpose is to impound water. All permanent and temporary crossings of waterbodies shall be suitably culverted, bridged, or otherwise designed and constructed to maintain low flows to sustain the movement of those aquatic species. If a bottomless culvert cannot be used,then the crossing should be designed and constructed to minimize adverse effects to aquatic life movements. 3. Spawninq Areas. Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction (e.g., through excavation, fill, or downstream smothering by substantial turbidity) of an important spawning area are not authorized. 4. Migratory Bird Breeding Areas. Activities in waters of the United States that serve as breeding areas for migratory birds must be avoided to the maximum extent practicable. 5. Shellfish Beds. No activity may occur in areas of concentrated shellfish populations, unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48, or is a shellfish seeding or habitat restoration activity authorized by NWP 27. 6. Suitable Material. No activity may use unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.). Material used for construction or discharged must be free from toxic pollutants in toxic amounts (see section 307 of the Clean Water Act). Effective 19 March 2017 7.Water Supply Intakes. No activity may occur in the proximity of a public water supply intake, except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. 8. Adverse Effects from Impoundments. If the activity creates an impoundment of water, adverse effects to the aquatic system due to accelerating the passage of water, and/or restricting its flow must be minimized to the maximum extent practicable. 9.Management of Water Flows. To the maximum extent practicable, the pre-construction course, condition, capacity, and location of open waters must be maintained for each activity, including stream channelization, storm water management activities, and temporary and permanent road crossings, except as provided below. The activity must be constructed to withstand expected high flows. The activity must not restrict or impede the passage of normal or high flows, unless the primary purpose of the activity is to impound water or manage high flows. The activity may alter the pre-construction course, condition, capacity, and location of open waters if it benefits the aquatic environment(e.g., stream restoration or relocation activities). 10. Fills Within 100-Year Floodplains. The activity must comply with applicable FEMA-approved state or local floodplain management requirements. 11. Equipment. Heavy equipment working in wetlands or mudflats must be placed on mats, or other measures must be taken to minimize soil disturbance. 12. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within waters of the United States during periods of low-flow or no-flow, or during low tides. 13. Removal of Temporary Fills. Temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations. The affected areas must be revegetated, as appropriate. 14. Proper Maintenance. Any authorized structure or fill shall be properly maintained, including maintenance to ensure public safety and compliance with applicable NWP general conditions, as well as any activity-specific conditions added by the district engineer to an NWP authorization. 15. Single and Complete Project. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. Effective 19 March 2017 16.Wild and Scenic Rivers. (a) No NWP activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river"for possible inclusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. (b) If a proposed NWP activity will occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river"for possible inclusion in the system while the river is in an official study status, the permittee must submit a pre-construction notification (see general condition 32). The district engineer will coordinate the PCN with the Federal agency with direct management responsibility for that river. The permittee shall not begin the NWP activity until notified by the district engineer that the Federal agency with direct management responsibility for that river has determined in writing that the proposed NWP activity will not adversely affect the Wild and Scenic River designation or study status. (c) Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency responsible for the designated Wild and Scenic River or study river(e.g., National Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service). Information on these rivers is also available at: http://www.rivers.gov/. 17. Tribal Rights. No NWP activity may cause more than minimal adverse effects on tribal rights(including treaty rights), protected tribal resources, or tribal lands. 18. Endangered Species. (a) No activity is authorized under any NWP which is likely to directly or indirectly jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act(ESA), or which will directly or indirectly destroy or adversely modify the critical habitat of such species. No activity is authorized under any NWP which "may affect" a listed species or critical habitat, unless ESA section 7 consultation addressing the effects of the proposed activity has been completed. Direct effects are the immediate effects on listed species and critical habitat caused by the NWP activity. Indirect effects are those effects on listed species and critical habitat that are caused by the NWP activity and are later in time, but still are reasonably certain to occur. (b) Federal agencies should follow their own procedures for complying with the requirements of the ESA. If pre-construction notification is required for the proposed activity, the Federal permittee must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will verify that the appropriate documentation has been submitted. If the appropriate documentation has not been submitted, additional ESA section 7 consultation may be necessary for the activity and the respective federal agency would be responsible for fulfilling its obligation under section 7 of the ESA. (c) Non-federal permittees must submit a pre-construction notification to the district engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the activity, or if the activity is located in designated critical habitat, and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that might affect Federally-listed endangered or threatened species or designated critical habitat, the pre-construction notification must include the name(s) of the endangered or threatened species that might be affected by the proposed activity or that utilize the designated critical habitat that might be affected by the proposed activity. The district engineer will determine whether the proposed activity"may affect"or will have "no effect"to listed species and designated critical habitat and will notify the non-Federal applicant of the Corps' determination within 45 days of receipt of a complete pre- construction notification. In cases where the non- Federal applicant has identified listed species or critical habitat that might be affected or is in the vicinity of the activity, and has so notified the Corps, the applicant shall not begin work until the Corps has provided notification that the proposed activity will have Effective 19 March 2017 "no effect' on listed species or critical habitat, or until ESA section 7 consultation has been completed. If the non-Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (d)As a result of formal or informal consultation with the FWS or NMFS the district engineer may add species- specific permit conditions to the NWPs. (e)Authorization of an activity by an NWP does not authorize the "take"of a threatened or endangered species as defined under the ESA. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a Biological Opinion with "incidental take" provisions, etc.)from the FWS or the NMFS, the Endangered Species Act prohibits any person subject to the jurisdiction of the United States to take a listed species, where "take" means to harass, harm, pursue, hunt, shoot,wound, kill, trap, capture, or collect, or to attempt to engage in any such conduct. The word "harm" in the definition of"take" means an act which actually kills or injures wildlife. Such an act may include significant habitat modification or degradation where it actually kills or injures wildlife by significantly impairing essential behavioral patterns, including breeding, feeding or sheltering. (f) If the non-federal permittee has a valid ESA section 10(a)(1)(B) incidental take permit with an approved Habitat Conservation Plan for a project or a group of projects that includes the proposed NWP activity, the non-federal applicant should provide a copy of that ESA section 10(a)(1)(B) permit with the PCN required by paragraph (c) of this general condition. The district engineer will coordinate with the agency that issued the ESA section 10(a)(1)(B)permit to determine whether the proposed NWP activity and the associated incidental take were considered in the internal ESA section 7 consultation conducted for the ESA section 10(a)(1)(B) permit. If that coordination results in concurrence from the agency that the proposed NWP activity and the associated incidental take were considered in the internal ESA section 7 consultation for the ESA section 10(a)(1)(B) permit, the district engineer does not need to conduct a separate ESA section 7 consultation for the proposed NWP activity. The district engineer will notify the non-federal applicant within 45 days of receipt of a complete pre-construction notification whether the ESA section 10(a)(1)(B) permit covers the proposed NWP activity or whether additional ESA section 7 consultation is required. (g) Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the FWS and NMFS or their world wide Web pages at http://www.fws.gov/or http://www.fws.gov/ipac and http://www.nmfs.noaa.gov/pr/species/esa/ respectively. 19.Migratory Birds and Bald and Golden Eagles. The permittee is responsible for ensuring their action complies with the Migratory Bird Treaty Act and the Bald and Golden Eagle Protection Act. The permittee is responsible for contacting appropriate local office of the U.S. Fish and Wildlife Service to determine applicable measures to reduce impacts to migratory birds or eagles, including whether"incidental take" permits are necessary and available under the Migratory Bird Treaty Act or Bald and Golden Eagle Protection Act for a particular activity. 20. Historic Properties. (a) In cases where the district engineer determines that the activity may have the potential to cause effects to properties listed, or eligible for listing, in the National Register of Historic Places, the activity is not authorized, until the requirements of Section 106 of the National Historic Preservation Act(NHPA) have been satisfied. (b) Federal permittees should follow their own procedures for complying with the requirements of section 106 of the National Historic Preservation Act. If pre-construction notification is required for the proposed NWP activity, the Federal permittee must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will verify that the appropriate documentation has been submitted. If the appropriate documentation is not submitted, then additional consultation under section 106 may be necessary. The respective federal agency is responsible for fulfilling its obligation to comply with section 106. (c) Non-federal permittees must submit a pre-construction notification to the district engineer if the NWP activity might have the potential to cause effects to any historic properties listed on, determined to be eligible for listing on, or potentially eligible for listing on the National Register of Historic Places, including Effective 19 March 2017 previously unidentified properties. For such activities, the pre-construction notification must state which historic properties might have the potential to be affected by the proposed NWP activity or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties.Assistance regarding information on the location of, or potential for, the presence of historic properties can be sought from the State Historic Preservation Officer, Tribal Historic Preservation Officer, or designated tribal representative, as appropriate, and the National Register of Historic Places (see 33 CFR 330.4(g)).When reviewing pre-construction notifications, district engineers will comply with the current procedures for addressing the requirements of section 106 of the National Historic Preservation Act. The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts,which may include background research, consultation, oral history interviews, sample field investigation, and field survey. Based on the information submitted in the PCN and these identification efforts, the district engineer shall determine whether the proposed NWP activity has the potential to cause effects on the historic properties. Section 106 consultation is not required when the district engineer determines that the activity does not have the potential to cause effects on historic properties (see 36 CFR 800.3(a)). Section 106 consultation is required when the district engineer determines that the activity has the potential to cause effects on historic properties. The district engineer will conduct consultation with consulting parties identified under 36 CFR 800.2(c)when he or she makes any of the following effect determinations for the purposes of section 106 of the NHPA: no historic properties affected, no adverse effect, or adverse effect.Where the non-Federal applicant has identified historic properties on which the activity might have the potential to cause effects and so notified the Corps, the non-Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects to historic properties or that NHPA section 106 consultation has been completed. (d) For non-federal permittees, the district engineer will notify the prospective permittee within 45 days of receipt of a complete pre-construction notification whether NHPA section 106 consultation is required. If NHPA section 106 consultation is required, the district engineer will notify the non- Federal applicant that he or she cannot begin the activity until section 106 consultation is completed. If the non-Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (e) Prospective permittees should be aware that section 110k of the NHPA(54 U.S.C. 306113) prevents the Corps from granting a permit or other assistance to an applicant who, with intent to avoid the requirements of section 106 of the NHPA, has intentionally significantly adversely affected a historic property to which the permit would relate, or having legal power to prevent it, allowed such significant adverse effect to occur, unless the Corps, after consultation with the Advisory Council on Historic Preservation (ACHP), determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. If circumstances justify granting the assistance, the Corps is required to notify the ACHP and provide documentation specifying the circumstances, the degree of damage to the integrity of any historic properties affected, and proposed mitigation. This documentation must include any views obtained from the applicant, SHPO/THPO, appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes, and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. 21. Discovery of Previously Unknown Remains and Artifacts. If you discover any previously unknown historic, cultural or archeological remains and artifacts while accomplishing the activity authorized by this permit, you must immediately notify the district engineer of what you have found, and to the maximum extent practicable, avoid construction activities that may affect the remains and artifacts until the required coordination has been completed. The district engineer will initiate the Federal,Tribal, and state coordination required to determine if the items or remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 22. Designated Critical Resource Waters. Critical resource waters include, NOAA-managed marine sanctuaries and marine monuments, and National Estuarine Research Reserves. The district engineer may designate, after notice and opportunity Effective 19 March 2017 for public comment, additional waters officially designated by a state as having particular environmental or ecological significance, such as outstanding national resource waters or state natural heritage sites. The district engineer may also designate additional critical resource waters after notice and opportunity for public comment. (a) Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17, 21, 29, 31, 35, 39, 40, 42, 43, 44, 49, 50, 51, and 52 for any activity within, or directly affecting, critical resource waters, including wetlands adjacent to such waters. (b) For NWPs 3, 8, 10, 13, 15, 18, 19, 22, 23, 25, 27, 28, 30, 33, 34, 36, 37, 38, and 54, notification is required in accordance with general condition 32, for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than minimal. 23. Mitigation. The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that the individual and cumulative adverse environmental effects are no more than minimal: (a) The activity must be designed and constructed to avoid and minimize adverse effects, both temporary and permanent, to waters of the United States to the maximum extent practicable at the project site(i.e., on site). (b) Mitigation in all its forms(avoiding, minimizing, rectifying, reducing, or compensating for resource losses)will be required to the extent necessary to ensure that the individual and cumulative adverse environmental effects are no more than minimal. (c) Compensatory mitigation at a minimum one-for-one ratio will be required for all wetland losses that exceed 1/10-acre and require pre-construction notification, unless the district engineer determines in writing that either some other form of mitigation would be more environmentally appropriate or the adverse environmental effects of the proposed activity are no more than minimal, and provides an activity-specific waiver of this requirement. For wetland losses of'V10-acre or less that require pre- construction notification, the district engineer may determine on a case-by-case basis that compensatory mitigation is required to ensure that the activity results in only minimal adverse environmental effects. (d) For losses of streams or other open waters that require pre-construction notification, the district engineer may require compensatory mitigation to ensure that the activity results in no more than minimal adverse environmental effects. Compensatory mitigation for losses of streams should be provided, if practicable, through stream rehabilitation, enhancement, or preservation, since streams are difficult-to- replace resources(see 33 CFR 332.3(e)(3)). (e) Compensatory mitigation plans for NWP activities in or near streams or other open waters will normally include a requirement for the restoration or enhancement, maintenance, and legal protection (e.g., conservation easements)of riparian areas next to open waters. In some cases, the restoration or maintenance/protection of riparian areas may be the only compensatory mitigation required. Restored riparian areas should consist of native species. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns. Normally, the riparian area will be 25 to 50 feet wide on each side of the stream, but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns. If it is not possible to restore or maintain/protect a riparian area on both sides of a stream, or if the waterbody is a lake or coastal waters, then restoring or maintaining/protecting a riparian area along a single bank or shoreline may be sufficient.Where both wetlands and open waters exist on the project site, the district engineer will determine the appropriate compensatory mitigation(e.g., riparian areas and/or wetlands compensation) based on what is best for the aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of minimization or compensatory mitigation, the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (f) Compensatory mitigation projects provided to offset losses of aquatic resources must comply with the applicable provisions of 33 CFR part 332. (1)The prospective permittee is responsible for proposing an appropriate compensatory mitigation option if compensatory mitigation is necessary to ensure that the activity results in no more Effective 19 March 2017 than minimal adverse environmental effects. For the NWPs, the preferred mechanism for providing compensatory mitigation is mitigation bank credits or in-lieu fee program credits(see 33 CFR 332.3(b)(2) and (3)). However, if an appropriate number and type of mitigation bank or in-lieu credits are not available at the time the PCN is submitted to the district engineer, the district engineer may approve the use of permittee-responsible mitigation. (2)The amount of compensatory mitigation required by the district engineer must be sufficient to ensure that the authorized activity results in no more than minimal individual and cumulative adverse environmental effects (see 33 CFR 330.1(e)(3)). (See also 33 CFR 332.3(f)). (3)Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, aquatic resource restoration should be the first compensatory mitigation option considered for permittee-responsible mitigation. (4) If permittee-responsible mitigation is the proposed option, the prospective permittee is responsible for submitting a mitigation plan. A conceptual or detailed mitigation plan may be used by the district engineer to make the decision on the NWP verification request, but a final mitigation plan that addresses the applicable requirements of 33 CFR 332.4(c)(2)through (14) must be approved by the district engineer before the permittee begins work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation(see 33 CFR 332.3(k)(3)). (5) If mitigation bank or in-lieu fee program credits are the proposed option, the mitigation plan only needs to address the baseline conditions at the impact site and the number of credits to be provided. (6) Compensatory mitigation requirements (e.g., resource type and amount to be provided as compensatory mitigation, site protection, ecological performance standards, monitoring requirements) may be addressed through conditions added to the NWP authorization, instead of components of a compensatory mitigation plan (see 33 CFR 332.4(c)(1)(ii)). (g)Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of W-acre, it cannot be used to authorize any NWP activity resulting in the loss of greater than W-acre of waters of the United States, even if compensatory mitigation is provided that replaces or restores some of the lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that an NWP activity already meeting the established acreage limits also satisfies the no more than minimal impact requirement for the NWPs. (h) Permittees may propose the use of mitigation banks, in-lieu fee programs, or permittee-responsible mitigation.When developing a compensatory mitigation proposal, the permittee must consider appropriate and practicable options consistent with the framework at 33 CFR 332.3(b). For activities resulting in the loss of marine or estuarine resources, permittee-responsible mitigation may be environmentally preferable if there are no mitigation banks or in-lieu fee programs in the area that have marine or estuarine credits available for sale or transfer to the permittee. For permittee- responsible mitigation, the special conditions of the NWP verification must clearly indicate the party or parties responsible for the implementation and performance of the compensatory mitigation project, and, if required, its long-term management. (i)Where certain functions and services of waters of the United States are permanently adversely affected by a regulated activity, such as discharges of dredged or fill material into waters of the United States that will convert a forested or scrub-shrub wetland to a herbaceous wetland in a permanently maintained utility line right-of-way, mitigation may be required to reduce the adverse environmental effects of the activity to the no more than minimal level. 24. Safety of Impoundment Structures. To ensure that all impoundment structures are safely designed, the district engineer may require non- Federal applicants to demonstrate that the structures comply with established state dam safety criteria or have been designed by qualified persons. The district engineer may also require documentation that the design has been independently reviewed by similarly qualified persons, and appropriate modifications made to ensure safety. Effective 19 March 2017 25.Water Quality. Where States and authorized Tribes, or EPA where applicable, have not previously certified compliance of an NWP with CWA section 401, individual 401 Water Quality Certification must be obtained or waived (see 33 CFR 330.4(c)). The district engineer or State or Tribe may require additional water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 26. Coastal Zone Management. In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence, an individual state coastal zone management consistency concurrence must be obtained, or a presumption of concurrence must occur(see 33 CFR 330.4(d)). The district engineer or a State may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. 27. Regional and Case-By-Case Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state, Indian Tribe, or U.S. EPA in its section 401 Water Quality Certification, or by the state in its Coastal Zone Management Act consistency determination. 28. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is prohibited, except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit. For example, if a road crossing over tidal waters is constructed under NWP 14, with associated bank stabilization authorized by NWP 13, the maximum acreage loss of waters of the United States for the total project cannot exceed 1/3-acre. 29. Transfer of Nationwide Permit Verifications. If the permittee sells the property associated with a nationwide permit verification, the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer.A copy of the nationwide permit verification must be attached to the letter, and the letter must contain the following statement and signature: When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred, the terms and conditions of this nationwide permit, including any special conditions, will continue to be binding on the new owner(s) of the property. To validate the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below. (Transferee) (Date) 30. Compliance Certification. Each permittee who receives an NWP verification letter from the Corps must provide a signed certification documenting completion of the authorized activity and implementation of any required compensatory mitigation. The success of any required permittee-responsible mitigation, including the achievement of ecological performance standards, will be addressed separately by the district engineer. The Corps will provide the permittee the certification document with the NWP verification letter. The certification document will include: (a)A statement that the authorized activity was done in accordance with the NWP authorization, including any general, regional, or activity-specific conditions; Effective 19 March 2017 (b)A statement that the implementation of any required compensatory mitigation was completed in accordance with the permit conditions. If credits from a mitigation bank or in-lieu fee program are used to satisfy the compensatory mitigation requirements, the certification must include the documentation required by 33 CFR 332.3(I)(3)to confirm that the permittee secured the appropriate number and resource type of credits; and (c)The signature of the permittee certifying the completion of the activity and mitigation. The completed certification document must be submitted to the district engineer within 30 days of completion of the authorized activity or the implementation of any required compensatory mitigation, whichever occurs later. 31. Activities Affecting Structures or Works Built by the United States. If an NWP activity also requires permission from the Corps pursuant to 33 U.S.C. 408 because it will alter or temporarily or permanently occupy or use a U.S. Army Corps of Engineers (USACE)federally authorized Civil Works project(a "USACE project"), the prospective permittee must submit a pre- construction notification. See paragraph (b)(10) of general condition 32. An activity that requires section 408 permission is not authorized by NWP until the appropriate Corps office issues the section 408 permission to alter, occupy, or use the USACE project, and the district engineer issues a written NWP verification. 32. Pre-Construction Notification. (a)Timing.Where required by the terms of the NWP, the prospective permittee must notify the district engineer by submitting a pre-construction notification (PCN)as early as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and, if the PCN is determined to be incomplete, notify the prospective permittee within that 30 day period to request the additional information necessary to make the PCN complete. The request must specify the information needed to make the PCN complete.As a general rule, district engineers will request additional information necessary to make the PCN complete only once. However, if the prospective permittee does not provide all of the requested information, then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity until either: (1) He or she is notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or (2)45 calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general condition 18 that listed species or critical habitat might be affected or are in the vicinity of the activity, or to notify the Corps pursuant to general condition 20 that the activity might have the potential to cause effects to historic properties, the permittee cannot begin the activity until receiving written notification from the Corps that there is "no effect" on listed species or"no potential to cause effects" on historic properties, or that any consultation required under Section 7 of the Endangered Species Act(see 33 CFR 330.4(f))and/or section 106 of the National Historic Preservation Act(see 33 CFR 330.4(g)) has been completed. Also, work cannot begin under NWPs 21, 49, or 50 until the permittee has received written approval from the Corps. If the proposed activity requires a written waiver to exceed specified limits of an NWP, the permittee may not begin the activity until the district engineer issues the waiver. If the district or division engineer notifies the permittee in writing that an individual permit is required within 45 calendar days of receipt of a complete PCN, the permittee cannot begin the activity until an individual permit has been obtained. Subsequently, the permittee's right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b) Contents of Pre-Construction Notification: The PCN must be in writing and include the following information: (1) Name, address and telephone numbers of the prospective permittee; (2) Location of the proposed activity; (3) Identify the specific NWP or NWP(s)the prospective permittee wants to use to authorize the proposed activity; Effective 19 March 2017 (4)A description of the proposed activity; the activity's purpose; direct and indirect adverse environmental effects the activity would cause, including the anticipated amount of loss of wetlands, other special aquatic sites, and other waters expected to result from the NWP activity, in acres, linear feet, or other appropriate unit of measure; a description of any proposed mitigation measures intended to reduce the adverse environmental effects caused by the proposed activity; and any other NWP(s), regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity, including other separate and distant crossings for linear projects that require Department of the Army authorization but do not require pre-construction notification. The description of the proposed activity and any proposed mitigation measures should be sufficiently detailed to allow the district engineer to determine that the adverse environmental effects of the activity will be no more than minimal and to determine the need for compensatory mitigation or other mitigation measures. For single and complete linear projects, the PCN must include the quantity of anticipated losses of wetlands, other special aquatic sites, and other waters for each single and complete crossing of those wetlands, other special aquatic sites, and other waters. Sketches should be provided when necessary to show that the activity complies with the terms of the NWP. (Sketches usually clarify the activity and when provided results in a quicker decision. Sketches should contain sufficient detail to provide an illustrative description of the proposed activity(e.g., a conceptual plan), but do not need to be detailed engineering plans); (5)The PCN must include a delineation of wetlands, other special aquatic sites, and other waters, such as lakes and ponds, and perennial, intermittent, and ephemeral streams, on the project site. Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ask the Corps to delineate the special aquatic sites and other waters on the project site, but there may be a delay if the Corps does the delineation, especially if the project site is large or contains many wetlands, other special aquatic sites, and other waters. Furthermore, the 45 day period will not start until the delineation has been submitted to or completed by the Corps, as appropriate; (6) If the proposed activity will result in the loss of greater than 'V10-acre of wetlands and a PCN is required, the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied, or explaining why the adverse environmental effects are no more than minimal and why compensatory mitigation should not be required. As an alternative, the prospective permittee may submit a conceptual or detailed mitigation plan. (7) For non-Federal permittees, if any listed species or designated critical habitat might be affected or is in the vicinity of the activity, or if the activity is located in designated critical habitat, the PCN must include the name(s)of those endangered or threatened species that might be affected by the proposed activity or utilize the designated critical habitat that might be affected by the proposed activity. For NWP activities that require pre-construction notification, Federal permittees must provide documentation demonstrating compliance with the Endangered Species Act. (8) For non-Federal permittees, if the NWP activity might have the potential to cause effects to a historic property listed on, determined to be eligible for listing on, or potentially eligible for listing on, the National Register of Historic Places, the PCN must state which historic property might have the potential to be affected by the proposed activity or include a vicinity map indicating the location of the historic property. For NWP activities that require pre-construction notification, Federal permittees must provide documentation demonstrating compliance with section 106 of the National Historic Preservation Act; (9) For an activity that will occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river"for possible inclusion in the system while the river is in an official study status, the PCN must identify the Wild and Scenic River or the "study river" (see general condition 16); and (10) For an activity that requires permission from the Corps pursuant to 33 U.S.C. 408 because it will alter or temporarily or permanently occupy or use a U.S.Army Corps of Engineers federally authorized civil works project, the pre-construction notification must include a statement confirming that the project proponent has submitted a written request for section 408 permission from the Corps office having jurisdiction over that USACE project. (c) Form of Pre-Construction Notification: The standard individual permit application form (Form ENG 4345) may be used, but the completed application form must clearly indicate that it is an NWP PCN and must include all of the applicable information required in paragraphs (b)(1)through (10) of this general condition.A letter containing the required information may also be used. Applicants may provide Effective 19 March 2017 electronic files of PCNs and supporting materials if the district engineer has established tools and procedures for electronic submittals. (d)Agency Coordination: (1)The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the activity's adverse environmental effects so that they are no more than minimal. (2)Agency coordination is required for: (i)All NWP activities that require pre-construction notification and result in the loss of greater than W-acre of waters of the United States; (ii) NWP 21, 29, 39, 40, 42, 43, 44, 50, 51, and 52 activities that require pre-construction notification and will result in the loss of greater than 300 linear feet of stream bed; (iii) NWP 13 activities in excess of 500 linear feet,fills greater than one cubic yard per running foot, or involve discharges of dredged or fill material into special aquatic sites; and (iv) NWP 54 activities in excess of 500 linear feet, or that extend into the waterbody more than 30 feet from the mean low water line in tidal waters or the ordinary high water mark in the Great Lakes. (3)When agency coordination is required, the district engineer will immediately provide(e.g., via email, facsimile transmission, overnight mail, or other expeditious manner) a copy of the complete PCN to the appropriate Federal or state offices(FWS, state natural resource or water quality agency, EPA, and, if appropriate, the NMFS).With the exception of NWP 37, these agencies will have 10 calendar days from the date the material is transmitted to notify the district engineer via telephone, facsimile transmission, or email that they intend to provide substantive, site-specific comments.The comments must explain why the agency believes the adverse environmental effects will be more than minimal. If so contacted by an agency, the district engineer will wait an additional 15 calendar days before making a decision on the pre- construction notification. The district fully consider agency comments received within the specified time frame concerning the proposed activity's compliance with the terms and conditions of the NWPs, including the need for mitigation to ensure the net adverse environmental effects of the proposed activity are no more than minimal. The district engineer will provide no response to the resource agency, except as provided below. The district engineer will indicate in the administrative record associated with each pre-construction notification that the resource agencies' concerns were considered. For NWP 37, the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of property or economic hardship will occur. The district engineer will consider any comments received to decide whether the NWP 37 authorization should be modified, suspended, or revoked in accordance with the procedures at 33 CFR 330.5. (4) In cases of where the prospective permittee is not a Federal agency, the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations, as required by section 305(b)(4)(B) of the Magnuson-Stevens Fishery Conservation and Management Act. 5)Applicants are encouraged to provide the Corps with either electronic files or multiple copies of pre-construction notifications to expedite agency coordination. Further Information 1. District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2. NWPs do not obviate the need to obtain other federal, state, or local permits, approvals, or authorizations required by law. 3. NWPs do not grant any property rights or exclusive privileges. 4. NWPs do not authorize any injury to the property or rights of others. 5. NWPs do not authorize interference with any existing or proposed Federal project(see general condition 31). Effective 19 March 2017 2017 NATIONWIDE PERMITS REGIONAL CONDITIONS OMAHA DISTRICT STATE OF MONTANA 1. PCN Requirement. For all NWPs, permittees must notify the Corps in accordance with General Condition No. 32 (PCN) for regulated activities, located within or comprised of the following: a. Wetlands Classified as Peatlands. Peatlands are seasonally waterlogged areas with a surface accumulation of peat (organic matter) 30 centimeters (12 inches) or more thick. Any peat-covered areas, including fens, bogs, and muskegs, are all peat[ands. i. PCN required for NWP 3, 5, 6, 20, 27, 32, and 38. ii. All NWPs not listed above are revoked for use in peatlands. b. Waters Adjacent to Natural Springs. Any projects located within 100 feet of the water source in natural spring areas. A spring is defined as any location where there is groundwater flow emanating from a distinct point. Springs do not include seeps or other groundwater discharge areas where there is no distinct point source. c. Bank Stabilization Activities. Any project that involves bank stabilization greater than 300 linear feet or includes features that extend out from the existing bank line greater than 25% of the bankfull channel width. d. Channel Straightening and Relocation Activities. Any project that involves straightening, relocating and/or shortening an existing perennial stream channel. e. Tribal Reservations and Tribal Trust Lands. Any projects within the boundaries of any Tribal Reservation or Tribal trust lands. f. Specific Waterways Requiring PCN. Any projects within the following waterways and their impoundments: -Bitterroot River -Flathead Lake -Clark Fork River (tributary to the -Milk River Columbia River) -Missouri River -Flathead River -Yellowstone River 2. Bank and Shoreline Stabilization Activities. The following additional requirements apply to all bank and shoreline stabilization: a. The revetment must conform to the existing bankline; must not extend above the top of the bank (i.e. no new levees); and the slopes must be flatter than the angle of repose for the selected revetment material (i.e. rock riprap normally needs to be placed on a slope flatter than 1.5 Horizontal to 1 Vertical Effective 19 March 2017 (1.5H:1 V). b. The revetment must not wholly or partially block flows from entering a side channel or an overflow channel. 3. Counter-Sinking Riprap Associated with Culvert Installation. When riprap inlet and outlet protection is used below the OHWM (OHWM), it must be placed to match the adjacent culvert bottom elevations. Where culvert bottom elevations are lower than the stream bed elevation, the riprap must match the culvert elevation. 4. Placement and Removal of Temporary Fills. Temporary fills in wetlands must be placed on a horizontal marker layer, such as fabric or certified weed-free straw, to delineate the pre-project ground elevation and facilitate complete fill removal and site restoration. 5. Erosion and Sediment Control Blanket. All erosion control blanket or fabric used in or adjacent to waters of the U.S. must be comprised of degradable material to ensure decomposition. Do not use material that includes stabilized netting or stabilized open mesh, as these products take a long time to degrade and they can trap small animals, birds, amphibians and fish. This prohibition also applies to mesh materials used for wattles, rolled materials, and bank wraps. Erosion control blanket or fabrics that break down within 24 months are acceptable. Non-degradable blankets or fabric may be allowed on a case-specific basis if it will be buried beneath riprap or structures and it is not likely to be exposed. Non-degradable blanket or fabric that becomes exposed within waters of the U.S. must be removed. 6. Suitable Material. NWP General Condition No. 6 prohibits the use of unsuitable material. Specific criteria can be found in the Omaha District's "Generic Prohibitions Regarding the Use of Certain Materials as Fill in Waters of the United States" and MT Department of Environmental Quality's (DEQ) "Specifications for use of Concrete Riprap for Streambank Stabilization," which apply to proposed work in jurisdictional waters. REGIONAL CONDITIONS APPLICABLE TO SPECIFIC NATIONWIDE PERMITS 7. NWP-3 — Maintenance and NWP-45 — Repair of Uplands Damaged by Discrete Events. The definition of "discrete event," as used in these permits, includes, but is not limited to, unexpected natural and human-caused events such as fires, storms, landslides, avalanches, earthquakes, accidents, debris or ice jams, and floods. For the purpose of the NWPs, discrete event floods are stream flow events that overflow the OHWM. 8. NWP-7 — Outfall Structures and Associated Intake Structures and NWP-12 — Utility Line Activities. Inlet screens for intakes in the Yellowstone River or the Missouri River in Blaine, Chouteau, Custer, Dawson, Fergus, Garfield, McCone, Effective 19 March 2017 Petroleum, Phillips, Prairie, Richland, Roosevelt, Valley and Wibaux Counties must be installed on all pump intakes with a screen mesh opening size no larger than 0.25 inch. Water intake velocities must not exceed 0.5 foot per second through the mesh. Intakes must be located in the deepest water available and be elevated off the bottom of the river bed. REGIONAL CONDITIONS APPLICABLE ONLY TO THE SPECIAL RIVER MANAGEMENT ZONE OF THE UPPER YELLOWSTONE RIVER Special River Management Zone (SRMZ) of the Upper Yellowstone River is defined within the Special Area Management Plan (SAMP) as the 48-mile reach of the upper Yellowstone River (River Miles 531.8 to 483.6) from upstream of Emigrant River downstream to a few miles below the Shields River and Mission Creek confluences (0.7 miles downstream from the bridge at the community of Springdale). It includes secondary channels, side channels, and the main (primary) channels, and adjacent wetlands within the channel migration zone (CMZ) or, in absence of a CMZ, within areas flooded by the 100-year discharge. The SMRZ is located entirely within Park County. In addition to Regional Conditions 1 through 8, the following Regional Conditions 9 through 24 apply within the SRMZ described above: 9. SRMZ— Notification —All NWPs. Permittees must notify the Corps in accordance with General Condition No. 32 (PCN) for any regulated activity in waters of the U.S. within the SRMZ. This includes all activities within the Yellowstone River, the portions of tributaries within the SRMZ, and wetlands within the SRMZ. 10.SRMZ— Emergency Work. Activities requiring a Department of the Army (DA) Permit that is necessary to prevent imminent loss of life or property is allowed within the SRMZ. Contact the Corps as soon as reasonably possible by telephone at 406-441-1375 and/or by Fax at 406-441-1380. Contact may also be made in person or by sending an e-mail to: CENWO.ODRMT@usace.army.mil. All such work will be fully reviewed under the SAMP provisions. 11.SRMZ - NWPs Revoked for Use. The following NWPs have been revoked for all waters and activities within the 48-mile SRMZ: NWP 17 - Hydropower Projects NWP 21 - Surface Coal Mining Activities NWP 29 - Residential Developments NWP 39 - Commercial and Institutional Developments NWP 42 - Recreational Facilities NWP 43 - Stormwater Management Facilities NWP 44 - Mining Activities NWP 45 - Repair of Uplands Damaged by Discrete Events NWP 49 - Coal Remining Activities Effective 19 March 2017 NWP 50 - Underground Coal Mining Activities 12.SRMZ— Activities Requiring Individual Permit Review. The following project activities are not authorized under a NWP in the SRMZ. These projects typically have more than minimal adverse impacts and must be reviewed under standard (individual) permit procedures. a. New dams, new diversions, and/or new impoundments for any purpose; b. Construction of ponds and new artificial stream channels, unless they are necessary and appropriate elements of a stream or wetland restoration project; c. Hydraulic dredging and mining and mechanical excavation to obtain aggregate, fill material, or minerals, including gold. Processing of material for the purpose of obtaining select minerals or a specific gradation of material, where only a portion of the sediment or alluvium is removed and the remainder returned to the SRMZ, is not allowed under a NWP in the SRMZ. 13.SRMZ - Bank Stabilization Activities - All NWPs. For bank stabilization activities associated with any NWP, including maintenance of bank stabilization, the following Regional Conditions apply: For bank revetments such as riprap, root wads, bioengineered revetments, or combination revetments, a. through e. apply: a. Revetments must conform to the existing eroded or eroding bankline, unless such work is determined by the Corps to be biologically or geomorphically beneficial for the upper Yellowstone River. b. Revetment slopes must be flatter than the angle of repose for the selected revetment material. For example, rock riprap normally needs to be placed on a slope flatter than 1.5H:1 V. c. Revetments are only permittable under NWPs if they are parallel to and near the lateral boundaries of the SRMZ. d. Revetments must not extend above the elevation of the adjacent natural bank height (i.e., no new levees). e. Revetments must not wholly or partially block flows from entering a side channel, secondary channel, or an overflow channel, unless such work is determined by the Corps to be necessary for maintaining or restoring the geomorphic integrity of the upper Yellowstone River. For bank stabilization structures that project into the stream, such as weirs, barbs, vanes, or hard points, f. through k. apply: f. Bank stabilization structures must not wholly or partially block flows from entering a side channel, secondary channel, or an overflow channel, unless such work is determined by the Corps to be necessary for maintaining or restoring the geomorphic integrity of the upper Yellowstone River. Effective 19 March 2017 g. Bank stabilization structures are only permittable under NWPs if they result in an effective bankline that is approximately parallel to and near the lateral boundaries of the CMZ. h. Bank stabilization structures must be keyed into the bank far enough to prevent flanking. i. Bank stabilization structures cannot occupy more than 10% of the bankfull channel area. Bankfull channel area pertains to the specific primary or secondary channel in question, and is not the aggregate channel area of all primary and secondary channels in multi-channel reaches. j. Bank stabilization structures must not present hazardous obstructions to boating, floating, or other river uses. k. Bank stabilization structures that are low in elevation, project only a short distance out from the bank, and angle upstream are more likely to qualify for NWPs because they typically result in less adverse impact on aquatic resources than structures that are tall, long, and point downstream. 14.SRMZ— Temporary Bank Stabilization —All NWPs. Temporary bank stabilization is prohibited during seasonal high flows. 15.SRMZ— Sediment Management—All NWPs. Sediment removal is allowable only to maintain function of existing facilities and structures, or as necessary to maintain or restore the geomorphic integrity of the upper Yellowstone River. Diversion or removal of sediment or alluvium from the river channel and adjacent wetlands for other purposes is not allowed in the SRMZ under any NWP. 16.SRMZ— Temporary Vegetation Impacts —All NWPs. Limit clearing of riparian or wetland vegetation to the absolute minimum necessary. Where temporary riparian or wetland vegetation impacts are unavoidable, mow or cut off the vegetation above the ground, leaving the topsoil and root mass intact. Restore temporarily disturbed areas to original contours and use seeding and planting as necessary to re-establish desirable vegetative cover, utilizing native species in areas where native species were impacted. 17.SRMZ— NWP-11 — Temporary Recreational Structures. Temporary recreational structures can be installed no earlier than seven (7) calendar days in advance of an event and must be removed no later than seven (7) calendar days after the event concludes. 18.SRMZ— NWP-12 — Utility Line Activities. Trench excavation and backfill for utility lines is prohibited within the OHWM of main and secondary flow channels and in adjacent wetlands. 19.SRMZ— NWP-13 — Bank Stabilization. Construction of temporary or permanent levees is prohibited. Only bank stabilization that is parallel to and adjacent to the valley wall and/or SRMZ boundary is allowed. All other bank stabilization must be reviewed under standard (individual) permit procedures. Bank stabilization along Effective 19 March 2017 existing roads, ditches, fills, and structures already located along the valley wall is allowed under this Permit. 20.SRMZ— NWP-14— Linear Transportation Projects. The construction of new transportation facilities in waters of the U.S. is prohibited under this NWP and must be reviewed under standard (individual) permit procedures. The expansion, modification, improvement, replacement, reconstruction, and upgrading of existing transportation facilities are allowed under this NWP within the SRMZ. 21.SRMZ— NWP- 27 — Aquatic Habitat Restoration, Establishment, and Enhancement Activities. The construction of water control structures, dikes, berms, current deflectors, bank stabilization, and ponds is prohibited within the CMZ of the upper Yellowstone River unless it is demonstrated the proposed features contribute to the restoration or rehabilitation of previously lost or impaired functions of the upper Yellowstone River and adjacent aquatic areas. 22.SRMZ— NWP-30 — Moist Soil Management for Wildlife. Fire breaks within the CMZ of the upper Yellowstone River must be reclaimed and restored within six (6) months after the fire event ends. 23.SRMZ— NWP-33 — Temporary Construction, Access, and Dewatering. Construction of temporary levees and other structures or fills in waters of the U.S. that prevent or reduce overbank flow is prohibited. 24.SRMZ— NWP 40 —Agricultural Activities. Only those activities associated with the reduction of existing adverse impacts on the upper Yellowstone River may be authorized by this NWP. Examples of potentially allowable projects include work associated with livestock management; moving livestock watering areas off the river or out of the CMZ; removal of irrigation systems from the CMZ; and the removal or conversion of irrigation systems from flood irrigation to sprinkler irrigation. Montana Department -� of Environmental Quality March 6,2017 Robert Cole Corps of Engineers,Helena Regulatory Office 10 West 15`'Street,Suite 2200 Helena,Montana 59626 Re: Montana Department of Environmental Quality 401 Water Quality Certification(COE-2015-0017 RIN 0710-AA73-2017 Nationwide Permit Reissuance-Federal Register Vol. 82 No.4) Dear Mr.Cole: The attachment to this letter(Parts A-E)constitutes the Montana Department of Environmental Quality's position on the subject Nationwide Permits. It should not result in an undue burden to either of our agencies, while still providing adequate water quality protection. Also, please find enclosed the Montana Department of Environmental Quality's December 5, 2000, . guidelines for materials for stream bank stabilization as referenced in the attached certification. We look forward to continuing the close cooperation and coordination between our two agencies. Please do not hesitate to contact.myself(444-0240 JKenriing@mt.gov)or Jason Garber(444-2734 JGarber2@mt.gov) if you have any questions. Sincerely, JJ Ke ng-Chief Water Protection Bureau. Cc:Tony Ott-EPA w/Attachments Steve Bullock,Governor I Tom Livers,Director 1 P.O.Box 200901 1 Helena.MT 59620-0901 1 (406)444-2544 1 www.deq.mt_gov Water Quality Certification in Accordance With Section 401 of the Clean Water Act for the 2017 Nationwide Permits in Montana A, Certification DEQ is granting Section 401 Water Quality Certification(certification)for Nationwide Permits 1,2,4-11, 15-22,24-21,28-36,38-44 and 46-51. B. Special Conditions for Specific Nationwide Permits 1)DEQ is granting certification for Nationwide Permits#3,#14,and#23 with the following additional condition: DEQ Water Protection Bureau—Discharge Permitting Program must be notified by the pennittee within 48 hours of commencement of the regulated activity.Notification must be sent to DEQWP.BPublicCommentsGmt.gov.Notification shall include at minimum(a)the permittee name,(b)the project name;(c)the Nationwide Permit used for the project,(d)the Township,Range and Section,and(e) the project or regulated activity location in decimal latitude and longitude to the millionth degree(six significant figures to the right of the decimal point). 2)DEQ.is granting certification of Nationwide Permit#12(utility line activities)for projects where a static or vibratory plow is used and for projects where Horizontal Directional Drilling technology is implemented and no permanent impacts to State waters will occur.For all other projects that qualify under this Nationwide Permit,DEQ denies certification. 3)DEQ is granting certification of Nationwide Permit#13 (bank stabilization),Nationwide Permit#37 (emergency watershed protection and rehabilitation), and.Nationwide Permit#45(repair of uplands damaged by discrete events)for all projects equal to or less than 300 linear feet. C.Waiver Nationwide Permit 54(living shorelines)is waived as this Nationwide Permit only applies to coastal shorelines and the Great Lakes. D.Denial Nationwide Permit#51 (land based renewable energy generation facilities), and Nationwide Permit#52 (water based energy renewable energy generation facilities). Nationwide#53 (removal of low head dams) is denied for the five year cycle so that DEQ can determine if the application of this new Nationwide Permit has detrimental effects on water quality. E. General Conditions for Nationwide Permits The following general conditions apply to all certified Nationwide Permits as provided in A and B above. 1)This certification does not authorize the placement or construction of septic/leach systems or other sewage treatment facilities in wetlands. 2)This certification does not authorize construction of dams, except for aquatic restoration projects and temporary dams associated with construction activity. 3)This certification requires that materials used in stream bank or shore stabilization projects adhere to the Montana Department of Environmental QuaIity's December 5,2000 guidelines for materials for stream bank stabilization. Tires may not be used to stabilize any banks in state waters. 4)This certification requires that all equipment be inspected for oil, gas;diesel,anti-freeze,hydraulic fluid and other petroleum leaks. Equipment cannot continue operating in or near the water if a leak is discovered.All such leaks will be properly repaired prior to equipment being allowed on the project site. Leaks that occur after the equipment is moved to the project site will be fixed that same day or the next day or be removed from the project area.If equipment is to be operated in or near water,a spill containment kit shall be available at the project site and DEQ shall be notified of spills. 5)This certification requires that all permittees shall,to the maximum extent practicable, incorporate and construct design features that eliminate bridge deck run-off containing sediment,salt, or other pollutants from discharging directly into state water.To the extent practicable,bridge deck run-off,should be directed to a detention basin of unspecified size prior to continuing into state waters. b)This certification requires that riprap projects,to the extent practicable,avoid the use of geotextile fabric as riprap bedding material.To the extent practicable,riprap voids shall incorporate approximately 30-50% fines/soil and dormant plant material and/or root-stock. F. Reopener Clause DEQ reserves the right to add or alter terms and conditions as appropriate to carry out its responsibilities with respect to water quality throughout the five year Nationwide Permit Cycle. Policy on Streambank Stabilization This policy outlines the guidelines for approved materials to be used for streambank stabilization in Montana. This policy and a draft Environment Assessment were provided to the public for comment via public notice MT-00-10 issued September 18,20Q0. Comments were accepted until October 17,2000.The draft Environmental Assessment is adopted as the final Environmental Assessment with the Responses to Comments incorporated. Signed into policy 12/05/00 by Bonnie Lovelace, Chief,Water Protection Bureau and 1.2/06/00 by Jan Sensibaugh, Administrator, Permitting&Compliance Division. GUIDELINES FOR MATERIALS FOR STREAMBANK STABILIZATION The following guidelines represent the efforts of a work group composed of Conservation District representatives, natural resource consultants, environmental interests,and state and federal regulatory agencies:They are suggested by the Montana.Department of Environmental Quality and not necessarily endorsed by all the work group members. These guidelines are only for use in areas where the use of high- density, angular rock is not practicable. (The term "practicable" means available and. capable of being done after taking Into consideration cost,existing technology, and logistics in light of overall project purposes [40 CFR 230.3(q)]). Sandstone or broken concrete may be acceptable alternatives to high-density, angular rock in certain situations, although local regulation may prohibit their use:The use of any river training device/structure may directly or cumulatively alter the ecology of Montana rivers and streams, Cumulative impact considerations may preclude the use of'any river training device. Bank stabilization projects are sometimes authorized underthe followingjurisdi.ctions:Local. Conservation District-Natural Streambed&Land Conservation Act(31 O);Montana Department of Fish Wildlife and Parks—Stream Protection Act(SPAl24);County Floodplain Administrator-Floodplain Permit;U.S.Army Corps ofEngineers—Section 404/10 Permit;Montana Department ofEnvironmental Quality-75•5-318,MCA Authorization;Montana Department ofNatural Resources and Conservation Navigable Rivers Land Use License/Easement. The following optional design concepts should be considered in conjunction with the guidelines to minimize environmental/aesthetic concerns. Utilize rock only in the lower* portion or toe of the riprap with woody structures/features, biodegradable fabric, etc.in the upper* portions. *The elevation at which the mean annual flow occurs is the division between "upper"and"lower." • Incorporate soil in the upper portions of the project with appropriate woody (usually willow) plantings as near average water elevations as possible and herbaceous plantings elsewhere. Provide a temporary or permanent buffer strip(streamside area where protection promotes growth and sustenance of woody vegetation) along the project length to provide for vegetation stability where grazing or recreational use may impact plant growth. Preferably, plantings should be on slopes of 3:1 or flatter and irrigated, if possible. (Note: Numerous documents with more detailed information are available. Contact the Natural Resource Conservation Service or the Department of Natural Resources and Conservation for their "Stream Project Manual.") COMPLIANCE CERTIFICATION Project: (Please attach copy of the completed "Joint Application for Proposed Work in Montana's Streams, Wetlands, Floodplains, and Other Water Bodies.'5 Upon completion of project activity, sign this certificate and return it to the following address: Montana Department of Environmental Quality Permitting &Compliance Division/Water Protection Bureau Box 200901 Helena, MT 59620-0901 Please answer the following questions: 1. What is the source of the concrete rubble? 2. What is the type of concrete rubble (curb/gutter, foundation, etc.)? 3. What was the cost of the rubble? (The recipient of the rubble cannot be compensated for accepting the rubble without a landfill license.) I hereby certify that the project work perfonned is in compliance with all applicable permits and in compliance with the "Guidelines for Materials for Streambank Stabilization." Signature of Project Owner Date I hereby certify that I provided the concrete rubble used in the project and that I did not compensate the owner for accepting the rubble. Signature of Concrete Rubble Provider Date 5 Intentionally Left Blank