Loading...
HomeMy WebLinkAbout20- Contract Documents - Manley Road from Griffin to Park Drive - W* , . ) . Executed Contract Documents - anley Road From Griffin Drive to Gallatin Park Drive Bozeman, Montana Prepared for: City of Bozeman, 2020 ML =Y¢ BEW W=� ) Prepared with: Allied Engineering ALLIED Services Inc. ENGINEERING gOZEMAN �0 tA T A Nq SERVICES,INC. .,Sept STACI FAE VENNER 16318 PE c� 410E0`0 SSIONAL Prepared by: Robert Peccia&Associates BOZEMAN-HELENA-KALISPELL www.rpa-hin.com TABLE OF CONTENTS: MANLEY ROAD Executed Contract Documents EXECUTED CONTRACT DOCUMENTS Notice of Award Agreement Performance Bond&Payment Bond Insurance Certificates BIDDING DOCUMENTS Knife River Bid Proposal Knife River Bid Bond&Power of Attorney Knife River Non-Discrimination Affirmation Form Addendum No. 1&2 Pre-Bid Meeting Minutes Plan Holder's List Summary of Bid Received Certified Bid Tabulations Recommendation of Award SECTION 1. BIDDING RFOIJIRE,ME.NTS AND INFORMATION Bidder's Checklist Invitation to Bid Instructions to Bidders SECTION 2. BIDDING DOCUMENTS Bid Proposal Bid Bond(EJCDC C-430) Non-Discrimination Affirmation Form SECTION3. GENERAL CONDITIONS Standard General Conditions(EJCDC C-700) RPA Supplementary Conditions SECTION 4. SPECIAL PROVISIONS Contents listed at front of the Special Provisions SECTION 5. TE,CHNICAL.SPECIFICATIONS Contents listed at front of the Technical Specifications SECTION 6. PREVAILING WAGE.RATES APPENDIX A. MISCELLANEOUS FORMS 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. GFOTECHNICAL REPORT APPENDIX C. TYPICAI.ENVIRONMENTAL PERMIT REQUIREMENTS Typical 404 Permit and Conditions Typical MDEQ Section 401 Water Quality Certification and Conditions Stream Protection Act 124 Permit,General Conditions,&318 Authorization CONSTRUCTION DRAWINGS Bound under separate cover NOTICE OF AWARD Dated: TO:Knife River-Belgrade ADDRESS: PO Box 9,Belgrade,MT 59714 PROJECT:Manley Road from Griffin Dr.to Gallatin Park Dr. CONTRACT FOR:Road and Sanitary Sewer You are notified that your Bid opened on April 17,2020, for the above Contract has been considered. You are the apparent Successful Bidder and have been awarded a Contract for the: Manley Road Project from Griffin Dr. to Gallatin Park Dr. The Contract Price of your Contract is: Written Amount Dollars$3,768,073.00 (includes Road Schedule of$3,274,177.00 and Sanitary Sewer Schedule of$493,896.00) Three Million Seven Hundred Sixty-Eight Thousand Seventy-Three Dollars and 00 Cents. Five(5)copies of each of the proposed Contract Documents(except Drawings)accompany this Notice of Award. 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 May 19,2020. 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. CITY OF BOZEMAN,MONTANA ATTEST: (CITY MANAGER) (CITY CLERK) DATE: �J NOTICE OF AWARD Page I of 1 AGREEMENT FORM i THIS AGREEMENT is dated as of the"L5 day of ^4 4 Y in the year 2020, 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 project is the reconstruction and widening of Manley Road from Griffin Drive to north of Gallatin Park Drive in Bozeman,Montana. The proposed work includes upsizing an asbestos sanitary sewer,water main adjustments, storm drain systems, street excavation with sub- excavation, gravel and asphalt surfacing with curb and gutter, shared-use pathways, sidewalk A.D.A. ramps, street lighting, signing, pavement markings, topsoil, and hydraulic seeding. The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Manley Road from Griffin Drive to Gallatin Park Drive. Article 2. CONTRACT TIME. 2.1 The Work will be completed within 150 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 Three Million Seven Hundred Sixty-Eight Thousand Seventy-Three Dollars and 00 Cents ($3,768,073.00). AGREEMENT Page 1 of 6 1 Article 4. PAYMENT PROCEDURES. CONTRACTOR shall submit applications for payment in accordance with the General Conditions. i 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 1 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. i 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 D orientation,gender identity or disability in the performance of work performed for the city of Bozeman. This prohibition shall apply to the hiring and treatment of the CONTRACTOR'S employees and to all subcontracts it enters into in performance of the agreement with the city of Bozeman. Article 7. CONTRACT DOCUMENTS. The Bid Documents,together with this Agreement,form the Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR are attached to this Agreement,made a part hereof and consist of the following: 7.1 This Agreement. 7.2 Exhibits to this Agreement(if any). 7.3 Performance Bond, Payment Bond, and Bid Bond. 7.4 Invitation to Bid. 7.5 Instructions to Bidders and Bid Proposal. 7.6 Certificates of Insurance. 7.7 General Conditions. 7.8 Supplementary Conditions. 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. D 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. 9 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 i It shall be the affirmative duty of each and every CONTRACTOR on the project to cooperate and coordinate the scheduling and progress of its work with that of all other CONTRACTORS.Under no circumstances shall the OWNER be liable for any damages for delay. It is further stipulated and agreed that the terms of this provision shall govern any other Contract Document as defined in this Agreement. a Article 9. MISCELLANEOUS. 3 3 9.1 Terms used in this Agreement which are defined in the General Conditions shall have the j 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 to assign, transfer or sublet his interest or obligations hereunder without written AGREEMENT Page 4 of 6 , 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 parry 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 of this Agreement or any provisions herein shall be made in writing and executed in the same manner as this original document and shall after execution become a part of this Agreement. ) ) ) ) ) ) ) ) a ) 1 AGREEMENT Page 5 of 6 i i IN WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first above written. ..SOUp�''�. *,CC- ACTOR) ,•oPPoRgr �': By = �ST) TiS I ��ti• �n y �� ti!O � �P �' 10#�jj1 j�F Vl���a (JOINT VENTURE) By (SEAL &) (ATTEST) Title > City of Bozeman (OWNER) By QWY MANAGER) (SEAL&) pF,B (ATTEST) '.' ,� ••rL En • _" • APPROVED AS TO FORM: C ••. '1883 .•'�� � y 'a�Co.��1��� ' �'� (CIT TO EY) AGREEMENT Page 6 of 6 Bond No. 190045191/107248937 Libc>r-ty Mutual Document A312 TM - 2010 Conforms with The American Institute of Architects AIA Document 312 Performance Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Knife River-Belgrade Liberty Mutual Insurance Company P.O.Box 9 175 Berkeley Street,Boston,MA 02116 This document has important legal Belgrade,MT 59714 & consequences.Consultation with Travelers Casualty and Surety Company of America an attorney is encouraged with One Tower Square,Hartford,CT 06183 respect to Its completion or Mailing Address for Notices modification. OWNER: Any singular reference to (Name, legal status and address) Contractor,Surety,Owner or City f Bozeman other party shall be considered ty o plural where applicable. ) CONSTRUCTION CONTRACT Date: s Lioj/Z.'o Amount:$3,768,073.00 ) Description: (Name and location) Manley Road From Griffin Drive to Gallatin Park Drive ) BOND Date: (Not earlier than Construction Contract Dato,, GROUp Amount:$3,768,073.00 PO Modifications to this Bond: _ � F] &e Section 16 CONTRACTOR AS PRINCIPAL 1990 SURETY Company: ,(Corporate Seal) Corltpany: (Corporate Seal) INSu Knife Rive -Belgrade ; ,.• Ljlierty Mutual Insurance Company& ��J os�eo 4, 0' TAN ``"travelers Casualty and Surety Company of America ' 1912 g fill%, `i v Signature: I ature• Name Name Heat Ter R.Goedtel and Title: [,ameba L. Michalies-Asst• SeCbndTitle: Attorney-in-Fact (Any additional signatures appear on the last page of this Performance Bond.) (FOR INFORMATION ONLY—Name,address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect,Engineer or other party:) Willis Towers Watson Midwest,Inc. 8400 Normandale Lake Blvd.,Suite 1700 Bloomington,MN 55437 Phone: 763.302.7159 S-1852/AS 8/10 §1 The Contractor and Surety,jointly and severally,bind themselves,their heirs,executors,administrators,successors and assigns to the Owner for the performance of the Construction Contract,which is incorporated herein by reference. §2 If the Contractor performs the Construction Contract,the Surety and the Contractor shall have no obligation under this Bond,except when applicable to participate in a conference as provided in Section 3. §3 If there is no Owner Default under the Construction Contract,the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default.Such notice shall indicate whether the Owner is requesting a conference among the Owner,Contractor and Surety to discuss the Contractor's performance.If the Owner does not request a conference,the Surety may,within five(5)business days after receipt of the Owner's notice,request such a conference.If the Surety timely requests a conference,the Owner shall attend.Unless the Owner agrees otherwise,any conference requested under this Section 3.1 shall be held within ten(10)business days of the Surety's receipt of the Owner's notice.If the Owner,the Contractor and the Surety agree,the Contractor shall be allowed a reasonable time to perform the Construction Contract,but such an agreement shall not waive the Owner's right,if any,subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default,terminates the Construction Contract and notifies the Surety;and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. §4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations,or release the Surety from its obligations,except to the extent the Surety demonstrates actual prejudice. §5 When the Owner has satisfied the conditions of Section 3,the Surety shall promptly and at the Surety's expense take one of the following actions: §5.1 Arrange for the Contractor,with the consent of the Owner,to perform and complete the Construction Contract; §5.2 Undertake to perform and complete the Construction Contract itself,through its agents or independent contractors; §5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract,arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence,to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract,and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default;or §5.4 Waive its right to perform and complete,arrange for completion,or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation,determine the amount for which it may be liable to the Owner and,as soon as practicable after the amount is determined,make payment to the Owner;or .2 Deny liability in whole or in part and notify the Owner,citing the reasons for denial. §6 If the Surety does not proceed as provided in Section 5 with reasonable promptness,the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond,and the Owner shall be entitled to enforce any remedy available to the Owner.If the Surety proceeds as provided in Section 5.4,and the Owner refuses the payment or the Surety has denied liability,in whole or in part,without further notice the Owner shall be entitled to enforce any remedy available to the Owner. S-1852/AS 8/10 §7 If the Surety elects to act under Section 5.1,5.2 or 5.3,then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract,and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract.Subject to the commitment by the Owner to pay the Balance of the Contract Price,the Surety is obligated,without duplication,for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal,design professional and delay costs resulting from the Contractor's Default,and resulting from the actions or failure to act of the Surety under Section 5;and .3 liquidated damages,or if no liquidated damages are specified in the Construction Contract,actual damages caused by delayed performance or non-performance of the Contractor. §8 If the Surety elects to act under Section 5.1,5.3 or 5.4,the Surety's liability is limited to the amount of this Bond. §9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract,and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations.No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs,executors,administrators,successors and assigns. §10 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. §11 Any proceeding,legal or equitable,under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond,whichever occurs first.If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §12 Notice to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. §13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. ) §14 Definitions §14.1 Balance of the Contract Price.The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made,including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled,reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. ) §14.2 Construction Contract.The agreement between the Owner and Contractor identified on the cover page,including all Contract Documents and changes made to the agreement and the Contract Documents. ) §14.3 Contractor Default.Failure of the Contractor,which has not been remedied or waived,to perform or otherwise to comply with a material term of the Construction Contract. §14.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §14.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §15 If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. } 3-1852/AS 8/10 §16 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address Address S-1852/AS 8/10 Bond No. 190045191/107248937 fibe tv Nlut ik& Document A312Tnn - 2010 Conforms with The American Institute of Architects AIA Document 312 Payment Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of busKnife River-Belgrade Libertss) Liberty Mutual Insurance Company P.O.Box 9 175 Berkeley Street,Boston,MA 02116 This document has important legal Belgrade,MT 59714 & consequences.Consultation with Travelers Casualty and Surety Company of America an attorney is encouraged with One Tower Square,Hartford,CT 06183 respect to its completion or Mailing Address for Notices modification. Any singular reference to OWNER' Contractor,Surety,Owner or (Name,legal status and address) other party shall be considered City of Bozeman plural where applicable. i CONSTRUCTION CONTRACT Date: Amount:$3,768,073.00 Description: (Name and location) Manley Road From Griffin Drive to Gallatin Park Drive BOND Date: (Not earlier than Construction Contract Datoj I+i+i t►u u R O Amount:$3,768,073.00 'pRP09' ' C, 9. Modifications to this Bond: s N6�1 ^ �OE] SBe Section 18 CONTRACTOR AS PRING}PAC, 1990 �URP-TY Cor oralleal Co pan (Corporate Seal) Company: p, ) Y P��trsugq Knife River-Belgrade ;�Ij UNrty Mutual Insurance Company& c'�+r��^ ON AN %%%Travelers Casualty and Surety Company of America ,�- 1912III loll" 3 Signature. l ature. SAMu���= Name Name Hea er R.Goedtel and Titles'c`1mei21 L. MIChaliCS-ASSt. SEC, and Title: Attorney-in-Fact (Any additional signatures appear on the last page of this Payment Bond.) (FOR INFORMATIONONLY—Name,address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect,Engineer or other party:) Willis Towers Watson Midwest,Inc. 8400 Normandale Lake Blvd.,Suite 1700 Bloomington,MN 55437 Phone:763.302.7159 S-2149/AS 8/10 §1 The Contractor and Surety,jointly and severally,bind themselves,their heirs,executors,administrators,successors and assigns to the Owner to pay for labor,materials and equipment furnished for use in the performance of the Construction Contract,which is incorporated herein by reference, subject to the following terms. §2 If the Contractor promptly makes payment of all sums due to Claimants,and defends,indemnifies and holds harmless the Owner from claims, demands,liens or suits by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract,then the Surety and the Contractor shall have no obligation under this Bond. §3 If there is no Owner Default under the Construction Contract,the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety(at the address described in Section 13)of claims,demands,liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims,demands,liens or suits to the Contractor and the Surety. §4 When the Owner has satisfied the conditions in Section 3,the Surety shall promptly and at the Surety's expense defend,indemnify and hold harmless the Owner against a duly tendered claim,demand,lien or suit. §5 The Surety's obligations to a Claimant under this Bond shall arise after the following: §5.1 Claimants,who do not have a direct contract with the Contractor, .1 have furnished a written notice of non-payment to the Contractor,stating with substantial accuracy the amount claimed and the name of the party to whom the materials were,or equipment was,famished or supplied or for whom the labor was done or performed,within ninety(90)days after having last performed labor or last famished materials or equipment included in the Claim; and .2 have sent a Claim to the Surety(at the address described in Section 13). §5.2 Claimants,who are employed by or have a direct contract with the Contractor,have sent a Claim to the Surety(at the address described in Section 13). §6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor,that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. §7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2,whichever is applicable,the Surety shall promptly and at the Surety's expense take the following actions: §7.1 Send an answer to the Claimant,with a copy to the Owner,within sixty(60)days after receipt of the Claim,stating the amounts that are undisputed and the basis for challenging any amounts that are disputed;and §7.2 Pay or arrange for payment of any undisputed amounts. §7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim,except as to undisputed amounts for which the Surety and Claimant have reached agreement. If,however,the Surety fails to discharge its obligations under Section 7.1 or Section 7.2,the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. §8 The Surety's total obligation shall not exceed the amount of this Bond,plus the amount of reasonable attorney's fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. §9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims,if any,under any construction performance bond.By the Contractor famishing and the Owner accepting this Bond,they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond,subject to the Owner's priority to use the funds for the completion of the work. S-2149/AS 8/10 §10 The Surety shall not be liable to the Owner,Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond,and shall have under this Bond no obligation to make payments to,or give notice on behalf of,Claimants or otherwise have any obligations to Claimants under this Bond. §11 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. §12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date(1)on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2,or(2)on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract,whichever of(1)or(2)first occurs.If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §13 Notice and Claims to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears.Actual receipt of notice or Claims,however accomplished,shall be sufficient compliance as of the date received. §14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. §15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond,the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. §16 Definitions §16.1 Claim.A written statement by the Claimant including at a minimum: .1 the name of the Claimant; .2 the name of the person for whom the labor was done,or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor,materials or equipment was famished for use in the performance of the Construction Contract; .4 a brief description of the labor,materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor,materials or equipment fumished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant;and .8 the total amount due and unpaid to the Claimant for labor,materials or equipment famished as of the date of the Claim. §16.2 Claimant.An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract.The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located.The intent of this Bond shall be to include without limitation in the terms"labor,materials or equipment"that part of water,gas,power,light,heat,oil,gasoline, telephone service or rental equipment used in the Construction Contract,architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors,and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor,materials or equipment were furnished. §16.3 Construction Contract.The agreement between the Owner and Contractor identified on the cover page,including all Contract Documents and all changes made to the agreement and the Contract Documents. ) 1 S-2149/AS 8/10 1 §16.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §16.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §17 If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. §18 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address Address 8-2149/AS 8/10 Surcet, Acknovde�lgmer�� State of Minnesota } } ss. County of Hennepin On this day of 20 ,before me personally came Heather R. Goedtel,to me known,who being by me duly sworn,did depose and say that 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. r otas is ) NICOLE CATHERINE LANGER Notary Public s_ =ss �: Minnesota x.- - �..,' M Commission Expires Y Jan 31.2023 ) ) ) ) ) ) ) ) ) ) ) ) ) ) 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:8202635-190003 West American Insurance Company SURETY 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, Blake S. Bohlig,Brian D.Carpenter,Kelly Nicole Enghauser,Heather R.Goedtel,Michelle Halter,Jessica Hoff,Nicole Langer,Craig Olmstead,Laurie Pflug all of the city of Bloomington state of Minnesota each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on Its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 21st day of November 2019 . Liberty Mutual Insurance Company \NSI SY INSUgG p W Uq The Ohio Casualty Insurance Company �JP4 aPo2�TgL� SJPa \oP0oavo�,T�yc, West American Insurance Company J 2 Fo c� Q 1912 0 0 1919 0 a 1991 0 /� rCn n c/ C V) d'ul SS4CHU5".da y� P HAMPS'r��aL3O `�s��HDIANP�.aa By. r 'fn David M.Carey,Assistant Secretary c >> @ State of PENNSYLVANIA as County of MONTGOMERY ss C: 0 a) On this 21 st day of November 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o 0 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 U w a`) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. T (D 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 —� OM �.N 9P PAST Q 4 O a) U,oNWF F( COMMONWEALTH OF PENNSYLVANIA �G%� O O L �Q'Utie 4<�Z y Notarial Seal C Teresa Paslella,Notary Public � p B N O OF Upper Merlon Twp.,Montgomery County y: O++ ��Y My Commission Expires March 28,2021 eresa Pastella,Notary Public O k0 C .jy, NgyLVP��V Member,Pennsylvania Association of Notaries a� IN fie, rn o a� rn� 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 A--°� o (D o Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: a E ai ARTICLE IV—OFFICERS:Section 12.Power of 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 a >, President 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 >o any and all undertakings,bonds,recognizances and other surety obligations.Such attomeysAn-fact,subject to the limitations set forth in their respective powers of attorney,shall'N > have full power to bind the Corporation by their signature and execution of any such instruments and to attach the the seal of the Corporation.When so executed,such `"°O IZ � instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey in fact under the00 provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. U CD 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, 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 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 attomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other 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 day of INSUrp �'(Y INS& 1NSUo j=GoaPo�rolC, QJi�U�o�ro�yn 3°o�vo�Toy�c� 1 1912 0 0 y 0 1919 0 2 1991 0 o s 0 By Ytl ' 4CHUs`�da y0 HAMPSr dL VIP �HDIANp as Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co_062018 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS - St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Heather R.Goedtel of Minneapolis,Minnesota,their true and lawful Attomey-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. NU �rYA Cly Jp,1Y AV, WTIOM V ¢ WHMOFMID , \\1 J Ci�N. p SIX State of Connecticut BY: Robert L.Raney,Sehlbr Vice President City of Hartford ss. 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. p_ In Witness Whereof, I hereunto set my hand and official seal. p.T� mplu,Q� C J�iM My Commission expires the 30th day of June,2021 ► 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 � r ,IV V AN,�G4 CONY. P CONN. c � �! 1,Kevin E.Hughes,Assistant Secretary ro verify the authenticity of this Power ofAttorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney-in-Fact and the details of the bond to which the power is attached, ' ® DATE(MM/DDIYYYY) A`�o CERTIFICATE OF LIABILITY INSURANCE 04/2412020 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: IFAX 333 South 7th Street,Suite 1400 AiC, o Ext: A/C No): Minneapolis,MN 55402-2400 E-MAIL Attn:MDU.Cer Request@marsh.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# CN102299309-JTLBE-GAX-20-21 INSURER :Liber-ty Mutual Fire Ins Co 23035 INSURED Knife River-Belgrade INSURER B:Associated Electric&Gas Ins Services Ltd 3190004 PO Box 9 INSURER C:NIA NIA Belgrade,MT 59714-0009 INSURERD: INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: CHI-009508475-01 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE POLICY NUMBER MM/DD/YYYY MMIDD/YYYY A X COMMERCIALGENERALLIABILITY TB2-641-005097-040 01/01/2020 01101/2021 EACH OCCURRENCE $ 2,000,000 DAMAGE TO-RENTED CLAIMS-MADE Fx_]OCCUR PREMISES Ea occurrence) $ 1,000,000 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 4,000,000 POLICY PRO-JECT LOC PRODUCTS-COMP/OPAGG S 4,000,000 OTHER: $ A AUTOMOBILE LIABILITY AI2-641-005097-050 01/01/2020 01/01/2021 COMBINED SINGLE LIMIT $ 2,000,000 Ea accident XI ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED X NON-OWNED PROPERTY DAMAGE S AUTOS ONLY AUTOS ONLY Per accident S UMBRELLALIAB OCCUR XL5063409P 01/01/2020 01/01/2021 EACH OCCURRENCE S 5,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED I I RETENTIONS $ WORKERS COMPENSATION OTH- AND EMPLOYERS'LIABILITY YIN STER ATUTE ER ANYPROPRIETOR/PARTNERIEXECUTIVE ❑ N/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS belay E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re:Manley Road From Griffin Ddve to Gallatin Park Drive Owner and Engineer,Robert Peccia and Associates,and applicable landowners(if any),Contractor,Subcontractors,and any other persons or entities identified in the Special Provisions,each of whom is deemed to have an insurable interest 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. 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 __1%Laeuo4D @ 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 A�® ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Marsh USA Inc. Knife River-Belgrade PC 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 Blanket Additional Insured for Automobile Liability is included per attached designated Insured Endorsement CA 20 48. Blanket Waiver of Subrogation,where allowed by law,applies for General Liability per endorsement CG 24 04 attached. Primary and Non-Contributory applies for General Liability per CG 20 01 attached. 1 J ) ) ) ) ) ) ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD i POLICY NUMBER:AI2-641-005097-050 COMMERCIAL AUTO CA 20 48 10 13 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 LiabilityCoverage,but only to the extent that person or organization qualifies as an"Insured"under the Who IsAn Insured provision contained In Paragraph A.1. of Section it - 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: AI2-641-005097-050 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 Other Person(s)t Email Address or mailing Number Organ!zati 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 NUMBER: AI2-641-005097-050 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement,the provisionsof the Coverage Form apply unless modified by the endorsement. SCHEDULE Name(s) Of Person(s)Or Organization(s): Any person or organization for whom you perform work under a written contract if the contract requires you to obtain this agreement from us, but only if the contract is executed prior to the injury or damage occurring. Premium: $ INCL Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident' or the 'loss" under a contract with that person or organization. CA 04 44 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 ) POLICY NUMBER:TB2-641-005097-040 COMMERCIAL GENERAL LIABILITY CG 2010 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 fumished 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 intended use by any person or organization the performance of your ongoing operations for other than another contractor or subcontractor the additional insured(s) at the location(s) engaged in performing operations for a designated above. principal as apart 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 ©Insurance Services Office,Inc., 2012 Page 1 of 2 I r SCHEDULE(continued) Name Of Additional Insured Person(s) Location(s)Of Covered Operations Or Organization(s): Anyperson or organization with whom you have agreed All locations as required byawritten 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 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 ©Insurance Services Office,Inc., 2012 Page 2 of 2 ) POLICY NUMBER:TB2-641-005097-040 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 PRODUCTS/COMPLETED 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 1. Required b the contract or agreement; or in the products-completed operations hazard'. q Y g 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 provide for such additional insured. SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations Any person or organization for 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 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 20 37 0413 ©Insurance Services Office,Inc., 2012 Page 1 of 1 1 Policy Number TB2-641-005097-040 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 PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY—UMBRELLA COVERAGE FORM Schedule Name of Other Person(s)/ Email Address or mailing address: Number Days Notice: 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 0105 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. Policy No. T132-641-005097-040 COMMERCIAL GENERAL LIABILITY J CG 20 01 0413 ) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. > PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PROD UCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be j contrary. primary and would not seek contribution j Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance;and CG 20 01 0413 O Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER:TB2-641-005097-040 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY ) AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: ) COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the"products- completed operations hazard".This waiver applies only to the person or organization shown in the ) Schedule below. SCHEDULE Name Of Person Or Organization: As required by written contract or agreement entered into prior to loss. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. CG 24 04 05 09 0 Insurance Services Office,Inc., 2008 Page 1 of 1 1 ® DATE(MMIDD/YYYY( A►`�=� EVIDENCE OF PROPERTY INSURANCE 04/24/2020 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 Marsh USA Inc. A/C No Ext Zurich American Insurance Co 333 South 7th Street,Suite 1400 Minneapolis,MN 55402-2400 CN102299309--BR113-20-21 FAX E-MAIL AIC No: ADDRESS: CODE: SUB CODE: AGENCY CUSTOMER ID#: INSURED LOAN NUMBER TDATE MBER Knife River-Belgrade 0-18 PO Box 9 EFFECTIVE DATE EXPIRATIOBelgrade,MT 59714 CONTINUED UNTIL 01/01/2020 01/01/2021TERMINATED IF CHECKED THIS REPLACES PRIOR EVIDENCE DATED: PROPERTY INFORMATION L O C A T I O N ID E S C R I P T I O N Re:Manley Road From Griffin Drive to Gallatin Park Drive.Contract Amount:$3,768,073.00 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 F I BASIC I TBROAD I I 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 Contractor's Equipment($2,500,000 per item,$5,000,000 per occurrence) 5000,000 25,000 Builder's Risk/Installation(See Attached) 25.000,000 5,000 REMARKS(Including Special Conditions 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-009508481-01 -4 NAME AND ADDRESS ADDITIONAL INSURED LENDER'S LOSS PAYABLE LOSS PAYEE MORTGAGEE City of Bozeman LOAN# 20 East Olive Street Bozeman,MT 59715 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. /) Manashi Mukherjee ACORD 27(2016103) ©1993-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN102299309 LOC#: Minneapolis AC"REP 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$5,000) Sewer/Water or Plumbing--$25,000,000 Limit(Deductible$5,000) Flood-$25,000,000 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$5,000 deductible) Earth movement in Zones 1 and 2 are subject to a per Occurrence and Annual Aggregate limit of-$15,000,000(Subject to a minimum$5,000 deductible) Other deductibles may apply as per policy terms and conditions. ACORD 101 (2008101) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ) ) ) GLOBAL RISK SOLUTIONS Thank you for choosing Lib 7,Y W Mutual., Liberty Mutual Insurance INSURANCE 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 NAIL# Period _ 5/1812020 Owners Contractors Liability Policy TF2-641-445464-500 Liberty Mutual Fire Insurance Co 23035 5118/2021 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, Suzy Stoner, Account Manager Underwriting Consultant Senior Account Analyst (866)585-0993 (312)631 -2672 (312)631 -2631 _ n r I. ) OCP Policyholder Detail Policyholder Name and Address: Limits of Liability: City of Bozeman $1.000,000 Occurrence 20 East Olive Street $2,000,000 Aggregate Bozeman.MT 59715 Contractor Name and Address Contract Number and Location Knife River Project:#28204012 PO Box 9 Manley Road From Griffin Drive to Gallatin Park Drive Belgrade,MT 59714 Bozeman,MT Job Description:Excavation,Asphalt Paving,Installation of Pipe,Curb and Gutter and Signage. Additional Insured: Robert Peccia and Associates Premium:$3,935 ) ) MONTCON-09 JSTIGEN CERTIFICATE OF LIABILITY INSURANCE °"TE 12412° 4 12412020 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). CRMTACT PRODUCER N E; Billings Office PHONE PayneWest Insurance,Inc. (AIC,No,Ewl):(406)238-1900 I(wC,No):(406)246-9887 P.O,Box 30638 DDRIFSS: -- Billings,MT 59107.0638 INSURER(S)AFFORDING COVERAGE NAIC N -----INSURER A.Safety National Casualty Corporation _�15105 INSURED INSURERS: — JTL Group,Inc.DBA Knife River-Belgrade iNSURERC: 1 A Member of the MCCF PO Box 9 INSURER D: - Belgrade,MT59714 INSURERE: 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 i CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, 1 EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. / INSR ADDLiSUBR� POLICY NUMBER I POLICY EFF I POLICY EXP LIMITS TYPE OF INSURANCE ssQ,� 1+ YY INI YATWM COMMERCIAL GENERAL LIABILITY ' r:D�AMAGE OCCURRENCE $ -- I TO RENTED CLAIMS-MADE OCCUR 1,gg:Eaoccu encelXP Am one pErson) I PERSONAL&ADV INJURY $ i GEN'LAGGREGATELIMITAPPLIESPER: GENERAL AGGREGATE POLICY❑PE8T LOC I ! I PRODUCTS-COMPIOP AGG 1 OTHER- -- —�COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY i ANY AUTO BODILY INJURY Yer p moni OWNED ONLY --�ANUpT�OSyU�L.�EEDD BODILY INJURY tPeraccldenU'$ -i AUTOS ONLY --AUTO ONLY ! PPe�PaUe(DAMAGE :S — � � I s _ UMBRELLA LIAB I ::OCCUR .EACH OCCURRENCE_ $ - —1 EXCESS LIAB CLAIMS-MADE j AGGREGATE DED 1 RETENTIONS 1 S —— IWORKERS COMPENSATION PTAT'_TE ETR_ AND EMPLOYERS'LIABILITY ANY PROPRIIETOR/PARTNERIEXECUTIVE Y!❑ E.L..EACH ACCIDENT (M aditory in NER EXCLUDED? N I A' - H) i_E.LDISEASE-EA EMPLOYEE$ 1 Ifyes,descdbe under I E.L.DISEASE-POLICY LIMIT S _ DESCRIPTION OF OPERATIONS below A Workers Compensation �SP4059683 11112020 1/112021 'Coverage A Statutory DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,AddMonai Remarks Schedule,may be attached If more■ car Is required) j Subject to the terms and conditions of the policy as issued by the Insurance Company.SIR for Work t:�imp 51,1100,000 per occurrence.Covers Montana State Resident Employees.All claims are of by the Montana Contractor Compensation Fund(MCCF). ) t Waniey Road From Griffin Drive to Gallatin Park Drive i ) I - CERTIFICATE HOLDER —__ _. _- f CANCELLATION i 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 ACORD 25(2016/03j ©1988-2015 ACORD CORPORATION. All rights reserved. ) The ACORD name and logo are registered marks of ACORD ' ® DATE(MM/DD/YYYY) A`�o CERTIFICATE OF LIABILITY INSURANCE 05/18/2020 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. I IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on I this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER USA Inc. NAME: Marsh FAX PHONE 333 South An Street,Suite 1400WC,No, o Ext: A/c No I Minneapolis,MN 55402-2400 E-MAIL Attn:MDU.CertRequest@marsh.com ADDRESS: I INSURER S AFFORDING COVERAGE NAIC# CN102299309-JTLBE-GAX-20-21 INSURER A:Liberty Mutual Fire Ins Co 23035 INSURED INSURER B:Associated Electric 8 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-009515433-02 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 I CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE POLICY NUMBER MM/DD/YYYY MMIDD/YYYY A X COMMERCIAL GENERAL LIABILITY TB2-641-005097-040 01/01/2020 01/01/2021 EACH OCCURRENCE $ 2,000,000 DAMAGETTED CLAIMS-MADE �OCCUR PREM SESOEa orccurrrence $ 1,000,000 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 ( POLICY PE O LOC PRODUCTS-COMP/OP AGG $ 4,000,000 OTHER: BI A AUTOMOBILE LIABILITY Al2-641-005097-050 01/01/2020 01/01/2021 Ea..cidentSINGLELIMIT $ 2,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED Perr accidenDAMAGE $ AUTOS ONLY AUTOS ONLY $ ( UMBRELLA LIAB OCCUR XL5063409P 01/01/2020 01/01/2021 EACH OCCURRENCE $ 5,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 I DED RETENTION$ $ C WORKERS COMPENSATION WA7-64D-005097-010(AOS) 01/01/2020 61/01/2021 X SPERTATUTE OERH AND EMPLOYERS'LIABILITY Y/N 1,000,000 ANYPROPRIETOR/PARTNER/EXECUTIVE NIA E.L.EACH ACCIDENT $ OFFICER/MEMBEREXCLUDED7 ."MT Employers Liability Only"� 1,000,000 (Mandatory In NH) P y E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ I I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) I Re:Manley Road,From Griffin Drive to Gallatin Park Drive,Bozeman,MT BNSF 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. Excess liability applies to general liability,products and completed operations,automobile liability,and employers liability. Primary and Non-Contributory applies for General Liability per CG 20 01 attached. I CERTIFICATE HOLDER CANCELLATION BNSF SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 2454 Occidental Avenue South Bld 2D THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Seattle,WA 98134 ACCORDANCE WITH THE POLICY PROVISIONS. I AUTHORIZED REPRESENTATIVE of Marsh USA Inc. ( Manashi Mukherjee �LaLu�o .w Cana c.� @ 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN102299309 LOC#: Minneapolis ,a�oRo® ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMEDINSURED Marsh USA Inc. Knife Rv�er-Belgrade PO BoxPOLICY NUMBER Belgrade,MT 59714-0009 I CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, I FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Blanket Waiver of Subrogation,where allowed by law,applies for General Liability per endorsement CG 24 04 attached. Blanket Waiver of Subrogation,where allowed by law,applies for Automobile Liability per Endorsement CA 04 44 attached. I ) ) I ) I ( ) ) I ) 1 I I I ) I ) I I I I I I I I I I I ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER:AI2-641-005097-050 COMMERCIAL AUTO CA 20 48 10 13 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 Liability Coverage, but only to the extent that person or organization qualifies as an "insured"under the Who Is An Insured provision contained in Paragraph A.1. of Section 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 4810 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Policy Number: AI2-641-005097-050 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 fallowing: 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 Other Person(s)/ Email Address or mailing Number Organ!zati 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 NUMBER: AI2-641-005097-050 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement,the provisionsof the Coverage Form apply unless modified by the endorsement. SCHEDULE Name(s) Of Person(s) Or Organization(s): Any person or organization for whom you perform work under a written contract if the contract requires you to obtain this agreement from us, but only if the contract is executed prior to the injury or damage occurring. Premium: $ INCL Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident' or the "loss" under a contract with that person or organization. CA 04 4410 13 9 Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER:TB2-641-005097-040 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 injur)/', "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 g 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): 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 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 ©Insurance Services Office, Inc., 2012 Page 2 of 2 PO LICY N U MBER:TB2-641-005097-040 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 PRODUCTS/COMPLETED 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 provide for such additional insured. SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations Any person or organization for whom you hate 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"affense", 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 2037 0413 ©Insurance Services Office, Inc., 2012 Page 1 of 1 Policy Number TB2-641-005097-040 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 PRO DUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY—UMBRELLA COVERAGE FORM Schedule Name of Other Person(s)/ Email Address or mailing address: Number Days Notice: 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. Policy No. T132-641-005097-040 COMMERCIAL GENERAL LIABILITY CG 20 01 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary. primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 0413 ©Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER:TB2-641-005097-040 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRO DUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make for injury or damage arising out al your ongoing operations or "your work"done under a contract with that person or organization and included in the"products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule below. SCHEDULE Name Of Person Or Organization: As required by written contract or agreement entered into prior to loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 24 04 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 1 HOME OF GANGELLYINUM TO THIRD Vh[10EB 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)! 12m-ail Address or mailing address: Number Days Notice: Organlzation(s): Schedule on file with the Schedule on file with the 90 company company All other terms and conditions of this policy remain unchanged. Issued by Liberty Insurance Corporation 21014 For attachment to policy No.WA7-64Q-005097-010 Eftective Date 01/01/2®2d Premiums Issued to Centennial Energy Holdings,Inc. WC 99 20 75 4 2016 Liberty Mutual Insurance Page 1 of 1 Ed. 12101/2016 l ® DATE(MM/DD/YYYY) ACC)o CERTIFICATE OF LIABILITY INSURANCE 05/18/2020 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. I IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACTNAME: FAX Marsh USA Inc. PHONE 333 South 7th Street,Suite 1400 c No Ext: A/C No): Minneapolis,MN 55402-2400 E-MAIL Attn:MDU.CertRequest@marsh.com ADDRESS: I INSURERS AFFORDING COVERAGE NAIC# CN102299309-JTLBE-GAX-20-21 INSURER A:Liberty Mutual Fire Ins Co 23035 INSURED Knife River-Belgrade INSURER B:Associated Electric&Gas Ins Services Ltd 3190004 PO Box 9 INSURER C:Liberty Insurance Corporation 42404 Belgrade,MT 59714-0009 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: CHI-009515430-01 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SU D POLICY NUMBER MM/DDLICY LTR /YYYY MM DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY TB2-641-005097-040 01/01/2020 0110112021 EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTED CLAIMS-MADE � OCCUR PREMISES Ea occurrence $ 1,000,000 MED EXP(Any one person) $ 10,000 PERSONAL 8 ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 4,000,000 ( POLICY�PE� El LOC PRODUCTS-COMP/OP AGG $ 4,000,000 OTHER: $ A AUTOMOBILE LIABILITY AI2-641-005097-050 01/01/2020 01/01/2021 COEaMBI accidNED ent d.nl) GLE LIMIT $ 2,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident $ B UMBRELLA LIAB OCCUR XL5063409P 01/01/2020 01/01/2021 EACH OCCURRENCE $ 5,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED F RETENTION$ $ C WORKERS COMPENSATION WA7-64D-005097-010(ADS) 01/01/2020 01/01/2021 X PER OTH- YIN AND EMPLOYERS'LIABILITY STATUTE ER 1,000,000 ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBEREXCLUDED? NIA '"MT Employers Liability Only (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 It yes,describe under 1,000,000 ( DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ I I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re:Manley Road,From Griffin Drive to Gallatin Park Drive,Bozeman,MT Montana Rail Link 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. Excess liability applies to general liability,products and completed operations,automobile liability,and employers liability. Primary and Non-Contributory applies for General Liability per CG 20 01 attached. I CERTIFICATE HOLDER CANCELLATION I Montana Rail Link SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE PO Box 16390 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Missoula,MT 59808 ACCORDANCE WITH THE POLICY PROVISIONS. I AUTHORIZED REPRESENTATIVE of Marsh USA Inc. ( Manashi Mukherjee �Ltiunot+� ©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 ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED I Marsh USA Inc. Knife Rver-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 I Blanket Waiver of Subrogation,where allowed by law,applies for General Liability per endorsement CG 24 04 attached. Blanket Waiver of Subrogation,where allowed by law,applies for Automobile Liability per Endorsement CA 04 44 attached. I I I I I I I I I I I I I I I I I I I I I I I I I I I I ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER:AI2-641-005097-050 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 Liability Coverage, but only to the extent that person or organization qualifies as an "insured"under the Who IsAn 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 4810 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Policy Number: AI2-641-005097-050 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 Other Person(s)/ Email Address or mailing Number Organ!zation(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 NUMBER: Al2-641-005097-050 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by the endorsement. SCHEDULE Name(s) Of Person(s) Or Organ!zation(s): Any person or organization for whom you perform work under a written contract if the contract requires you to obtain this agreement from us, but only if the contract is executed prior to the injury or damage occurring. Premium: $ INCL Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 o Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER:T132-641-005097-040 COMMERCIAL GENERAL LIABILITY CG 2010 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 ©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): 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 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 ©Insurance Services Office, Inc., 2012 Page 2 of 2 POLICY NUMBER:TB2-641-005097-040 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 PRODUCTS/COMPLETED 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 provide for such additional insured. SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations Any person or organization for 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 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 20 37 0413 ©Insurance Services Office, Inc., 2012 Page 1 of 1 Policy Number TB2,641-005097-040 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)/ 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. Policy No. T132-641-005097-040 COMMERCIAL GENERAL LIABILITY CG 20 01 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance prorAded under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary. primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy prWded that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY N U MBE R:T B2-641-005097-040 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the"products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule below. SCHEDULE Name Of Person Or Organization: As required by written contract or agreement entered into prior to loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 24 04 05 09 0 Insurance Services Office, Inc., 2008 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 None of Other Person(s)/ Email Address or mailing address: Number Days Notice: Organization(s): Schedule on file with the Schedule on file with the 90 company company All other terms and conditions of this policy remain unchanged. Issued by Liberty Insurance Corporation 21814 For attachment to Policy No.WA7-640-005097-010 Effective Date 01/01/2020 Premium$ Issued to Centennial Energy Holdings,Inc, WC 99 20 75 m 2016 Liberty Mutual Insurance Page I of 1 Ed. 12101/2016 BIDDING DOCUMENTS BID PROPOSAL Mangey Road from Griffin Drive to Gallatin Park Drive City of Bozeman ALI, BI[D DERS MUST CONTACT ROBERT PECCIA & ASSOCIATES O]FFICE 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 i contract documents, the site where the work is to be performed, local labor conditions and all laws, regulations,municipal ordinances, and other factors which may affect the performance of the Work, and having satisfied themselves of the expense and difficulties attending performance of the work: Hereby proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City o NBozeman in the form included in the Contract Documents,to perform and furnish all Work as specified hor indicated in the Contract Documents including labor, materials, equipment and services necessary to 0 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 Manley Road from Griffin Drive to Gallatin Park Drive. The undersigned Bidder hereby agrees to commence work under this contract on the date to be specified in a written Notice to Proceed from the Owner and to fully complete the project within the following specified times thereafter as stipulated in the Specifications. Time is of the essence in completing this project. Bidder further agrees to pay liquidated damages for each consecutive day work continues past the contract time. Liquidated damages will be the sum as specified in the Special Provisions plus reimbursement for engineering services per consecutive calendar day the work continues past the contract time. The work shall be completed within the allotted contract times as specified in the Special Provisions. The undersigned Bidder hereby certifies that: 1) this Bid is genuine and is not made in the interest.of, or in the behalf of, any undisclosed person, firm, or corporation, and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; 2) the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid; 3) the Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and 4) the Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over the Owner. The undersigned Bidder agrees to complete the Work in accordance with the Contract Documents for the following prices: lot BID PROPOSAL Page I of 12 tl S I I BID PROPOSAL Manle Road from Griffin Drive to Gallatin Park Drive Item Estimated Unit Description Unit Price Total Price No. Quantity 1. 1 LS Mobilization,Bonding,and - Submittals(May not exceed 5% $143,000.0o $ 163�000,0'�" of Total Base Bid) 2. 1 LS Construction Surveying, Staking, and Testing $ yy 000.00 $ YY'000,00 3. 1 LS Traffic Control $a75,000.oo a75�000.00 4. 1 LS Erosion Control and Permits $67,000.00 $ G7,Doo.Do 5. 130,000 UNIT Miscellaneous Work $ . 00 $ 130�000.00 6. 40 HR Exploratory Excavation � $300.00 $la, 000.00 7. 1 LS Dewatering j 000.00 8. 5 EA Remove Tree s700.00 $3,50D-00 9. 3 EA Trim Tree � $330.04 $ 990,00 10. 1,380 CY Topsoil-Strip, Salvage, and Reuse � oo $ yo oao.00 11. 1,380 CY Topsoil-Imported � s36. 00 $yZ 680.00 12. 840 LF Remove Fence � $a 95 $ate 13. 5 EA Remove Hydrant and Water Line $ 1,,400. 00 $ g0�00 BID PROPOSAL Page 2 of 12 • i i i BID PROPOSAL i Manle Road from Griffin Drive to Gallatin Park Drive Item Estimated Unit Description Unit Price Total Price No. Quantity 14. 588 LF Remove Culvert ' ' $ 16. 00 $9 0 .00 15. 2 EA Modify Asbestos Manhole ' $a,7oo,oo $syo0.00 16. 6 EA Adjust Manhole ' $ayoo.00 i 17. 15 EA Adjust Water Valve $ 725.oo 18. 1,057 SF Rigid Board Insulation $/0.00 $/0,570,00 ' � 19. 33 CY Flowable Fill i $aas.oo $ 20. 5 EA New Hydrant and Water Line i $ 4 000.00 $Y5 DoO.00 21. 1 EA Raise Hydrant i V $l 50.0 0 $ 50.00 � 22. 289.5 LF 12"RCP Class 5 Storm Pipe � $ Sa.oo s,23 7,39 00 , 23. 9.5 LF 15"RCP Class 5 Storm Pipe $ 680.00 $ 6,y 0.00 , 24. 216.0 LF 30"Equivalent RCPA Class 3 Pipe (22.5"x 36.25") $.Z60,00 $. ,/0 00 � r 25. 30.5 LF 8"PVC Storm Pipe $ 90. 00 $ 9,N500 26. 243.5 LF 12"PVC Storm Pipe $ o. 00 27. 1,175.5 LF 15"PVC Storm Pipe y $ 5000 $ 69, 7700 R r 1 r r BID PROPOSAL r Page 3 of 12 r BID PROPOSAL Manley Road from Griffin Drive to Gallatin Park Drive F28. stimated Unit Description Unit Price Total Price Quantity 11.0 LF 21"PVC Storm Pipe $a Yo. 00 $A 6 0.0 29. 37.0 LF 30"PVC Storm Pipe �l $180.DD $ 6,660, 00 J 30. 40.0 LF Remove and Reuse RCPA � s105. 00 $ Ya .00 31. 7 EA Square Storm Drain Inlet $ 7a�50 00 $ 50.00 i 32. 1 EA Double Storm Drain Inlet $ Y600. 0 $ y6� Q.Q0 I 33. 6 EA 48"Combination Manhole and Curb Inlet $ , a� $ 34. 2 EA 48"Standard Straight Storm Manhole $ 1$ 00. DO $ 66—� � 00 J 35. 1 EA 60"Standard Straight Storm Manhole 900 o0 J 36. 1 EA Outlet Control Structure � $ a oo av $ 37. 1 EA Storm Water Treatment Device $a J1 0 00.00 $ J 000.0� 38. 4 EA Trash Rack 39. 10 CY Rip Rap—Class 1 Random � $ AYL90, 00 40. 332 SY Drainage Geotextile $ J u OD $ 00 � J i� 41. 4 CY Pipe Bedding Type 2 $ 5 5. oo $a y� 7 1� BID PROPOSAL Page 4 of 12 r BID PROPOSAL ■ ■ Manley Road from Griffin Drive to Gallatin Park Drive Item Estimated Unit Description Unit Price Total Price ■ No. Quantity ■ 42. 14,000 CY Street Excavation(Above Subgrade) $ 19.00 $a66,Geao ' r 16 43. 500 CY Imported Borrow ■ � $ .DO $/3,5 0. 44. 2,000 CY Subexcavation and Replacement Material(Below.Subgrade) $ 7o.00 $ y 0�00 ■ 45. 700 CY Muck al Excavation and Replacement $ y2.O0 $ 9 yQ�00 ■ ■ 46. 6,983 SY Path Geotextile r ■ 47. 18,812 SY Road Geotextile $ $ ■ r 06 48. 5,500 SY Subexcavation Geotextile $ /. OO $5�SOD 00 r 49. 1,100 SY Muck Excavation Geotextile $ / OO $14 100.00 ■ 50. 8,495 CY Sub-Base Course(6"Minus) $aU00 $ o3 880.X , 7�. ' 00 51. 4,433 CY Crushed Base Course(1.5"Mums) ■ � $33.00 $ y6 .0 , 52. 4,180 TON Asphalt Pavement PG 58-28 r $78 oo $a6oyo.00 , r 53. 144 SY Concrete Sidewalk 4"Thick(With �? 3"Thick Gravel Base) $57.L,70 A208.oo ■ ■ 54. 736 SY Concrete Sidewalk 6"Thick(With 3"Thick Gravel Base) $ 6000 $ y .0 ■ 55. 78.7 SY Detectable Warning Panels , $3y0 00 $a�75 .00 r r ■ BID PROPOSAL ■ Page 5 of 12 ■ it 1 BID PROPOSAL 1 Manley Road from Griffin Drive to Gallatin Park Drive Item Estimated Unit Description Unit Price Total Price No. Quantity 56. 7,132 LF Concrete Curb and Gutter $ yl ,00 S 900 57. 480 LF Concrete Median Curb $/6 00 $ 68 0--00 58. 266 SY Concrete Double Gutter(7"Thick) $ 0. 00 $ 3 0,00 59. 203 SY Concrete Apron Fillets (7"Thick) i 60. 58 SY Concrete Median Cap u (3"Thick with 3"Gravel) $ -/a.00 s,;W34. 00 61. 2 EA Concrete Stairs $ 700.00 $5 D0.00 62. 22 LF Handrail $ 175.00 $3 950.Do f� 63. 160 LF Shared-Use Path Rail � $ao.00 $ 3�aoo.o� 64. 25 LF Retaining Wall � $ 00. DO $51000.0G 65. 1 LS Remove Pavement Markings � $ly�oo $ yl o 66. 45 GAL White Epoxy $ (70 $4aso-00 1 67. 80 GAL Yellow Epoxy $ 90 oo $7a�_ 68. 20 GAL Yellow Curb Epoxy � $365.00 $73� 0- BID PROPOSAL l Page 6 of 12 J r r BID PROPOSAL ' Manley Road from Griffin Drive to Gallatin Park Drive a Item Estimated Unit Description Unit Price Total Price ■ No. Quantity 69. 790 LF 8"White Inlaid Thermoplastic $ / Q $�6yo 0o ' f� a 70. 150 LF 24"White Inlaid Thermoplastic ° $ 5 .00 $Soo.00 71. 1,140 SF White Inlaid Thermoplastic Words and Symbols $ a,00 $y 72, 1 LS Signing $7o? 000.00 $7 0,00 , 73. 19 EA Delineator $ `..00 $/,5� ■ 74. 10 EA Remove and New Mailbox � $300.oo $3,000.o0 75. 21,070 SY Hydraulic Seeding ■ $/./o $ a3 Z7.0 76. 800 SY Erosion Control Blanket ■ $ 6: 60 $ saoo.o0 77. 1 EA Tree $ 595.00 $sa5.00 ■ 78. 11 EA Adjust Sprinkler System o y $ YO-0 00 $ 8 00-o0 79. 848 LF 4"PVC Schedule 40 Pipe (Irrigation Sleeve) $ 650 $ 5 5/ ,QQ r 80. 3 EA Monument Box $ y 5.00 $ 7 5.00 81. 6 EA Reset Property Pin BID PROPOSAL ,1 Page 7 of 12 IN • t BID PROPOSAL Manle Road from Griffin Drive to Gallatin Park Drive Total Price Item Estimated Unit Description Unit Price No. Quantity 82, 475 LF Fence $ �� $ 5,700 00 83. 16 CY Foundation—Concrete $ 6 $�60 (Luminaire Foundations) 84. 400 LF Electric Conduit 1.5"PVC $ 85. 4,300 LF Elechic Conduit 2"PVC $ /.00 $ y73D0,00 86. 1,700 LF Electric Conduit 3"PVC $/ O $ 0.00 87 38 EA Pull Box, Composite Type 1 (With Concrete Collar) $�6 � EA Pull Box,Composite Type 2 3 0_0 (With Concrete Collar) g8. 2 $ $/tea l -- J 89. 19,700 LF Conductor,Copper AWG6-600V $ 1.50 — $a9�° 90. 2,200 LF Conductor,Copper AWG10-600V $ f/ $ate 6[�00 91 27 EA Colored Luminaire Standard $G� OQ QO (30' Tall with 6' Mast Arm) $3y00• 92. 27 EA Colored LED Assembly 0 © $ Q J EA Service Assembly—30 AMP 93. 1 $ $ g00 EA Remove and Salvage Luminaire �� �� 94. 1 $ 1/00 00 $'r� BID PROPOSAL Page 8 of 12 Il 1 � i BID PROPOSAL Manley Road from Griffin Drive to Gallatin Park Drive r Item Estimated Unit Description Unit Price Total Price No. Quantity 95. 1 LS Glen Lake Outfall Conveyance R $3/,000,00 $3/ 000.00 96. 1 LS Stream Relocation 000.00 00.00 97. 362 LF MGS Guardrail with Long Posts � $ 60. 00 $ 17a, ao.00 � SUBTOTAL ROAD SECHEDULE: $ 3,a79%/77,00 r T.�rPf- .•91,/1l'on two �yn ed seycnfv-four I�oysanjone- halhase✓e v-s�vcn dollar ■ (Subtotal Road Schedule-Written in Words) ■ ■ P/ ■ r ■ r i BID PROPOSAL Page 9 of 12 I� a' BID PROPOSAL Manle Road from Griffin Drive to Gallatin Park Drive Item Estimated Unit Description Unit Price Total Price No. Quantity I-B. 1 LS Mobilization,Bonding,and Submittals(May not exceed 5% $ 00.00 $ .500.00 of Total Base Bid) r 5-B. 25,000 UNIT Miscellaneous Work $ /QO $ 000.00 7-B. 1 LS Dewatering $7S000.00 $ S 00o. i� 10-B. 170 CY Topsoil-Strip, Salvage, and Reuse � $30.00 $5,1 otl.o0 iJ 11-B. 170 CY Topsoil-Imported $3.,900 $ s .5"0.09 18-B. 1,288 SF Rigid Board Insulation $ //.00 $1y�/68,00 19-13. 2 CY Flowable Fill $ ago. 00 $sya o0 i 75-B. 1,640 SY Hydraulic Seeding $ /./O $ISo .oO 98. 1 LS Sanitary Bypass Pumping $YO�O0 00 $ 0 0 D.00 99. 1 LS Temporary Water Supply $l5�ooc�oo $ 0690 00 J 100, 2 EA Adjust Water Main $5700.00 $ll 101. 1 EA Adjust Water Service $//700.00 $ 70 102. 5 CY Removable Flowable Fill � $ q,6 oo $ay_ BID PROPOSAL Page 10 of 12 Y r low BID PROPOSAL ' Manley Road from Griffin Drive to Gallatin Park Drive ■ Item Estimated Unit Description Unit Price Total Price ■ o. Quantity 103. 1,291.6 LF Remove and Dispose 20"Asbestos ■ Sanitary Pipe $20,00 s"93 .104. 4 EA Remove and Dispose 48"AsbestosSanitary Manhole $ 770000 $ ■ 105. 3 EA Connect to Existing Sanitary Sewer ' $ 500.00 $75_, OO.00 106. 1,285.6 LF 36"PS-46 PVC Sanitary Pipe ■ $/y50o $/96 yi Oo 107. 3 EA 72" Sanitary Manhole (Includes Extra Depth) Q�QQ �■ i. 108. 1 EA 72"Sanitary Straight Manhole $ 700.00 $7,700-00 T M 109. 6 EA Concrete Anchor n ® $ 750 OD $ y500.00 M 110. 110 CY Imported Trench Backfill r � $ y�0o $ y95o. o0 r r SUBTOTAL SANITARY SCHEDULE: $ 13 9V 00 r ■ � Fai' nd�t ni � -f �iovsan e�' va incf -si o/a (Subtotal Sanitary Sche ule- Written in Words ' ■ ■ PROJECT TOTAL: $ 3,7 S, 073. 00 ■ -r t Z&D 5eyen k4akw ejipx� N0V5-r4d SeVt,0AY— (Project To al-Written in Words) a F■ ■ BID PROPOSAL Page I 1 of 12 p � P ) Y u, ll�)) BID PROPOSAL (coat.) The foregoing unit bid prices shall include all labor,materials equipment, overhead profit, insurance g g P � >P � , 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 E I Dated N a-" Zq 2-DZc7 Addendum No v,/c� 2 Dated A,a,L,�-lam. Zo2Z> 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. n u Submitted this day of ,2020. Firm Name: 1 F E.R y C— 2-��-C��-�i D G 1 By: -� ATURE OF BIDDER) { ) Title:V1 C6 &,J. La Q. Business Address:FV..FDX Montana Contractor's Registration No. f DD g 2 i �) Phone No.: So-g— Bid Security Attached: Yes BID PROPOSAL Page 12 of 12 �Ir r r r BID BOND (PENAL SUM FORM) r r Bidder Surety Name: Knife River-Belgrade Name: Liberty Mutual Insurance Company r Address(principal lace o business): Address r p f (principal place ofbusinessJ: P.O. Box 9 175 Berkeley Street r Belgrade, MT 59714 Boston, MA 02116 r r Owner Bid r Name:City of Bozeman Project(name and location): Address(principal place of business): Manley Road from Griffin Drive to Gallatin Park M 121 North Rouse Avenue Drive, Project No. 19503.000 ■ Bozeman, MT 59771-1230 ■ ■ Bid Due Date: April 14, 2020 Bond Penal Sum: Ten Percent ofAmount 13MM,,,,, 10% r Date of Bond: April 14, 2020 �,�'110 GROup14, r Surety and Bidder, intending tcrbe e boh�eby,subject to the terms set forth in this Bid Bond, r do each cause this Bid Bond tjbe dulyIVby anzuthorized officer,agent,or representative. r Bidder _ 1990 _Surety r Knife River-qVIgrade 10 Liberty Mutual Insurance Company mm of (Full for al name of Surety) cal o ate seal) ! r By: r ► By: �j // ■ (Signature) (Signature)(Attach Power of Attorney) r F mcla L. Michalies-Asst. Sic Name: Heather R. Goedtel Name: (Printed or typed) (Printed or typed) r Title: Title: Attorney-In-Fact ■ Attest: ,�� Attest: atureJ U (Sign re) ■ Name: \-/�J I IN �-( Name: Kelly Enghauser ■ (Printed or typed) (Printed or typed) W Title: Title: Witness Notes:(1)Note:Addresses are to be used forgiving any required notice.(2)Provide execution by any additional parties,such as ■ Joint venturers,if necessary, r ■ r ■ r r EJCDC®C-430,Bid Bond(Penal Sum Form). ■ Copyright®2018 National Society of Professional Engineers,American Council of Engineering Companies, ■ and American Society of Civil Engineers.All rights reserved. Page 1 of 2 ■ ■ 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 will be Owner's sole and exclusive remedy upon default of Bidder. 2. Default of Bidder occurs 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 will 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 i 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 does not in the aggregate exceed 120 days from the Bid due date without Surety's written consent. 6. No suit or action will 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 will be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder must 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 Postal Service registered or certified mail, return receipt requested, postage pre-paid, and will 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 will be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicabla statute,then the provision of said statute governs and the remainder of this Bond that is not in conflict therewith continues in full force and effect. 11. The term "Bid"as used herein includes a Bid,offer,or proposal as applicable. EJCDC®C-430,Bid Bond(Penal Sum Form). Copyright°2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page 2 of 2 r a r Surety Acknowledgment r r State of Minnesota } r } ss. County of Hennepin } r r On this 14th day of April 2020 before me personally came Heather R Goedtel, to me r known,who being by me duly sworn,did depose and say that she is the Attorney-in-Fact of Liberty Mutual Insurance Company described in and which executed the above instrument; that she ' knows the seal of said corporation; that the seal affixed to said instruments is such corporate seal,that it was so affixed by order of the Board of Directors of said corporation, and that she signed her name to it r by like order. r A111- �Itary r NICOLE CATHEMNE LANGER r J�:•�� R$ No:ary public Minnesota My Commission Expires Jan 31,2023 r r 0 r r r r r r r r r r 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. tz5w Liberty Liberty Mutual Insurance Company Mutuit The Ohio Casualty Insurance Company Certificate No:8202635-190003 West American Insurance Company SURETY 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 Slate 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 1 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, Blake S. Bohl ig,Brian D.Carpenter,Kelly Nicole Enghauser,I-Ieather R Goedtel,Michelle Halter,Jessica Hoff,Nicole Langer,Craig Olmstead,Laurie Pflug all of the city of Bloomington state of Minnesota each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance ` of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Canpanies in their ov+n proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 21 st day of November , 2019 . Liberty Mutual Insurance Company INSut� STY INS& Wsuq The Ohio Casualty Insurance Company tiJp�oaPo�T9y� �JQGoapo2aTR9y GP�o ORvrFyp West American Insurance Company Ca J 3 Fo c� c r Fo cI u $ o 1912 0 0 1919 1991 �/� rn fn r0%9`p9q CHU`' a yO HA MPS��O `( livolAHr' a3 r • d By: / G�David M.Carey,Assistant Secretary c ro State of PENNSYLVANIA c County of MONTGOMERY ss cv ll) C;) 0 On this 21st day of November 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o 2 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 — a`) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. a>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. n �o _ 2 s co l a PA totpSPaHfyF T�! COMMONWEALTH OF PENNSYLVANIA Q d' ` ?�ti� 9�5.F_ Notarial Seal 0 ', ',, I ,40.1 O C N O OF I Teresa Pastella,Notary Public Q/ U7 O O N + Upper Merlon n Ex Montgomery County By: � E C NSyLVP�'�Pc, �'!y Commission Empires March 2B,2021 Teresa Pastella,Notary Public O M a) ��V ember,Pennsylvaniasoc Asiation of Notaries Q-p �' ARY t� Member, �o ma`s 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=c 0.= Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: Ei ARTICLE N—OFFICERS:Section 12.Power ofAttorney. 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•Fa�0 -g >, President 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 >o c>o m 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 N >_ have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such - Z U instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the 4`--M provisions of this article may be revoked at any time by the Board,the Chairman,the President or try the officer or officers granting such power or authority. o 0 U� ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. O 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 attorneys-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 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 attorneys— in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. 1 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 J Company,wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with 1 the same force and effect as though manually affixed. J 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 l has not been revoked. J IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 14th day of April 2020 l INsuq 01 INS& It-\NSURq jr4oaPotrgT�oLnc� Q 3°0— Fo k �Pio-o r0 0 1912 0 0 1919 ' 1991 0 0 By: Yd'�'sSACHUS�,aa yO Z hAypS��aa�O Ys, vNOIANP ,aa Renee C.Llewellyn,Assistant Secretary I LMS-12873 LMIC OCIC WAIC Multi Co_062018 I � i "1 r 1 NON-DISCRIIVIINATION AFFIRMATION FORM r r_ r I�!f::,E I✓C-¢ - 2bt [name of entity submitting] hereby affirms it will not r ' 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 r p 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 r p prohibiting discrimination as described above and that this prohibition shall apply to the hiring and treatment of the ' ! I frE 71 ►V&L- E .4rZ4.OF [name of entity submitting] employees and to all subcontracts u ' it enters into in performance of the agreement with the city of Bozeman. u u r Signature of Bidd r ��Pe on aut ed to sign on behalf of the bidder r / r 1 r 1 r 1 r r r r r r Ir Ir to r r r r r r r r r ADDENDUM NO. 1 Manley Road from Griffin Dr. to Gallatin Park Dr. City of Bozeman,Montana Date of Addendum: March 24, 2020 Bid Opening Date: April 14, 2020 at 2:00 p.m. This addendum modifies the Contract Documents for the Manley Road project in Bozeman, Montana, as set forth herein: 1. INVITATION FOR BID: Remove the first paragraph on Page 1 and replace with the following: Separate sealed bids for construction of City of Bozeman Manley Road from Griffin Drive to Gallatin Park Drive will be received by the City Clerk, 121 N. Rouse Avenue,P.O. Box 1230, Bozeman,Montana 59771-1230 until 2:00 pm,local time,on April 14,2020 and then publicly opened and read aloud. All bids must be mailed.Bids may not be submitted in person. Please write the name of the project on the front of the mailed sealed bid envelope. Bids must be received before 2:00 pm on April 14, 2020. Original copies must be submitted. No faxed or electronic bids will be accepted. Bids will be opened and read via web conference. All plan holders will be emailed a web link before the bid opening for remote viewing,. Instructions to join the web conference are listed below: Join by phone Tap to call in from a mobile device (attendees only) 1-650-479-3208 Call-in toll number(US/Canada) Join from a video system or application Dial 627955344(o)cityofbozeman.webex.com You can also dial 173.243.2.68 and enter your meeting number. Join using Microsoft Lync or Microsoft Skype for Business Dial 627955344.cityofbozeman(c)-lync.webex.com Join Via WebEx Application Meeting number(access code): 627 955 344 Meeting password: kdP33scAKW7 1 MANLEY ROAD ADDENDUM NO. 1 PAGE 1 2. INVITATION FOR BID: Remove the third paragraph from the bottom on Page 1 and replace with the following: Copies of the Drawings and Contract Documents may be examined by appointment only at the offices of Robert Peccia and Associates (3810 Valley Commons Drive Suite #4, Bozeman, Montana or 3147 Saddle Drive, Helena, Montana 59601). Contact Staci Venner at svemier@rpa-hln.com or at (406) 580-4438 to schedule. Required deposit is $50.00 for the Contract Documents booklet for submitting an original bid, which is non-refundable. The deposit and Contract Documents may be mailed, if requested. 3. INVITATION FOR BID: Remove the fifth paragraph on Page 1 and replace with the following: There will be a Pre-Bid Conference scheduled via WebEx live video stream at 3 p.m. on April 2"d, 2020. Interested CONTRACTORS are encouraged to attend. Instructions on joining this meeting are listed below: Join by phone Tap to call in from a mobile device (attendees only) 1-650-479-3208 Call-in toll number(US/Canada) Join from a video system or application Dial 621603856(c�cityofbozeman.webex.corn You can also dial 173.243.2.68 and enter your meeting number. Join using Microsoft Lync or Microsoft Skype for Business Dial 621603856.cityofbozeman a(_,Iync.webex.com Join Via WebEx Application Meeting number(access code): 621 603 856 Meeting password: PgW5Vr536kQ 4. INSTRUCTIONS TO BIDDERS: 14. CONTRACT DOCUMENTS MAY BE VIEWED AT THE FOLLOWING LOCATIONS: (Page 5 of 13).Remove this section and replace with the following: Robert Peccia and Associates 3810 Valley Commons Drive Suite 4 45 Bozeman,MT 59718 By appointment only contact Staci Venner at(406) 5 80-443 8 or svenner(@rpa-hln.com MANLEY ROAD ADDENDUM NO. 1 PAGE 2 r j i r Robert Peccia and Associates 3147 Saddle Drive Helena, MT 59601 By appointment only contact Staci Venner at(406) 580-4438 or sveiuierna=,rpa-hln.com On-line at www.MontanaBid.com On-line at www.rpa-liln.com Under"Current Projects Bidding" END OF ADDENDUM NO. 1 Issued By: ROBERT PECCIA&ASSOCIATES 3810 Valley Commons Drive Suite 4,Bozeman,Montana 59718 Mp N T A/�q ) JTACI FAE VENNER Staci Venner,P.E.,Project Manager c 16 1 P� Office: (406)284-2665 ��� 4 CENsti� Cell: (406) 580-4438 ) MANLEY ROAD ADDENDUM NO. 1 PAGE 3 ADDENDUM NO. 2 City of Bozeman Manley Road from Griffin Dr. to Gallatin Park Dr. Date of Addendum: April 6,2020 Bid Postmark Date: April 14,2020 This addendum modifies the Contract Documents for the subject project as set forth herein: 1. INVITATION FOR BID: Remove from Addendum No. 1, the first section 1. Invitation for Bid. Also remove the first paragraph on Page 1 of the Invitation to Bid in the Contract Documents. Replace with the following: Separate sealed Bids for construction of City of Manley Road from Griffin Drive to Gallatin Park Drive must be sent by mail to the City Clerk's Office, Suite 200, City Hall,P.O.Box 1230,Bozeman,Montana 59771. Sealed bids must be postmarked by April 14,2020.Bids postmarked after the specified date will not be considered. Bidders shall email a scanned postmarked receipt and tracking number to Staci Venner at SVemier@rpa-hln.com as evidence that the sealed bids have been postmarked on April 14, 2020. The properly postmarked and received bids will be publicly opened and read aloud via a WebEx video meeting at 4:00 p.m. (local time) on April 17,2020.Mailed bids must be received by the City by this date and time or they will not be considered.Any modifications to bids must be made prior to the postmarked date of April 14,2020 and are subject to the requirements outlined in the bid submittal. Instructions to join the WebEx Meeting can be found in Addendum#1, issued on March 24,2020. 2. SPECIAL PROVISIONS,#33. STREAM PROTECTION ACT 124 PERMIT: On Page 22 of 81 of the Special Provisions in the Contract Documents, remove the first two paragraphs and replace with the following: The SPA 124 Permit and 318 Authorization has been obtained from Montana Fish, Wildlife and Parks.The stream is shown on the Drawings and extends from the Glen Lake outlet across Bridger Vale property,then to the north along the east side of Manley Road. The Contractor shall follow the permit requirements included with this Addendum. 3. CONTRACT DOCUMENTS,APPENDIX C: Remove the last two pages of this section(Policy on Streambank Stabilization and Stream Protection Act 124 Permit General Conditions)and replace with the permit conditions included with this Addendum. END OF ADDENDUM NO. 2 Issued By: ROBERT PECCIA&ASSOCIATES 3810 Valleeyj Commons Drive Suite 4,Bozeman,Montana 59718 STACI FAE Staci Venner,P.E.,Project Manager VENNER Office: (406)284-2665 Cell: (406)580-4438 16318 PE a- ICEN pNAL MANLEY ROAD ADDENDUM NO.2 YAUE 1 BlankIntentionally Left r fovama T&k Turf c9 Fisheries Management, 1400 S. 19th. Ave, Bozeman, MT 59718 Phone: (406) 577-7871 email: mike.duncan@mt.gov Stream Protection Act(SPA 124) Permit Date: 3/30/20 Applicant Name: Kellen Gamradt, City of Bozeman Address: PO Box 1230 Bozeman,Montana 59771-1230 Permit#: 4-2020-MG-R3 Waterbody: Glen Lake Outflow = Project Name: Glen Lake Outflow Project Description: This project includes the widening of Manley Road,installation of shared use paths,curb and gutter, catchment basins,storm drain pipes/facilities. The installation of PVC piping to convey stonmvater will help to reduce sedimentation,which currently occurs along the ditch.A portion of new stream channel will be constructed to convey outflow from Glen Lake to the ditch.The new stream channel will have form and functionality like a natural channel. Montana Fish,Wildlife&Parks has reviewed the proposed project. The project is approved provided it is carried out in accordance with the information supplied in the application,all general conditions listed on page 3 of this permit, and any special conditions listed below. Expiration: This permit is valid for 1 year(s) from the date of issuance. I[ E Timing Restrictions:No (�) Yes O if yes see below. No in-stream work between and Yf� Special Conditions: 1) Construction of the new stream channel and adjacent detention basins will only occur while the areas are disconnected from Glen Lake discharges,which can be accomplished by damming the outflow and pumping water around the project area. ir 318 Authorization Review I have reviewed the above project on behalf of the Montana Department of Environmental Quality (DEQ) pursuant to the Montana Water Quality Act Short-term Water Quality Standards for Turbidity 75-5-318 MCA- 0 This project will not increase turbidity if completed according to the conditions listed in the 310 or 124 permit. Therefore, application to DEQ for a 318 authorization is not required. Impacts to the physical and biological environment from turbidity generated as a result of this project are uncertain. Therefore,the applicant must contact the Montana 0 Department of Environmental Quality, 1520 East Sixth Avenue, Box 200901,Helena, MT 59620-0901, (406 444-3080)to determine project specific narrative conditions required to meet short-term water quality standards and protect aquatic biota. Turbidity generated from this project is expected to be short-term and have only temporary and minor impacts on the physical and biological environment.Therefore, Ocompliance with the conditions stated in the attached letter outlining DEQ's Short Term Water Quality Standard for Turbidity Related to Construction Activity, as well as other conditions listed in the 310 or 124 permit, are appropriate for this project. Issuing Biologist: Mike Duncan Signature: Stream Protection Act 124 Permit General Conditions 1. Complete work affecting a streambed or stream bank in an expeditious manner to avoid unnecessary impacts to the stream. 2. Limit the clearing of vegetation to that which is absolutely necessary for construction of the project.Take precautions to preserve existing riparian vegetation. Salvage and reuse native vegetation where possible. 3. Install and maintain erosion control measures where appropriate to protect aquatic resources.Do not clear and grub land adjacent to strearns prior to installing proper erosion and sedimentation controls. Conduct all work in a manner that minimizes turbidity and other disturbances to aquatic resources. 4. Plan temporary construction facilities to: a. Minimize disturbance to stream banks, stream bank vegetation, and the streambed by locating staging or storage facilities at least 50' horizontally from the highest anticipated water level during construction; b. not restrict or impede fish passage in streams; and c. not restrict any flow anticipated during use. 5. Provide sediment controls for drainage from topsoil stockpiles, staging areas,access roads,channel changes,and instream excavations. 6. Isolate work zones from flowing and standing waters to prevent turbid water and sediments from being discharged into streams or other-drainages that flow directly into the stream. Divert flowing waters around the work zone. 7. Do not spill or dump material into streams. Store and handle petroleum products,chemicals, cement and other deleterious materials in a manner that will prevent their entering streams. 8. Do not permit wash water from cleaning concrete-related equipment or wet concrete to enter streams. 9. Do not operate mechanized equipment in any strearn or flowing water unless special authorization is obtained. If special authorization is granted,the following conditions apply: a. Powerwash all equipment allowed in a stream prior to entering the stream channel. b. Clean and maintain all equipment so that petroleum-based products and hydraulic fluids do not leak or spill into the waterway. 10. Reclaim streambeds and stream banks as closely as possible to their pre-disturbed condition. 11. Restore disturbed stream banks to their natural or pre-disturbed configuration to match adjacent ground contours or as specified in the project plans. Stabilize,reseed,and re-vegetate disturbed areas. Install and maintain long-tern biodegradable erosion-control measures to protect these areas until adequate vegetation has been established. 12. Restore temporary access routes and any temporarily disturbed areas to original conditions, including original contours and vegetation. 13. Dispose of any excess material generated from the project above the ordinary high water mark and in an area not classified as a wetland. 3 • • • • • • • • • • • • • • • • • • • • • • • • • s • • • • • • • • • • • • • • • • SHORT-TERM WATER QUALITY STANDARD FOR TURBIDITY RELATED TO klcmtana Departinent of CONSTRUCTION ACTIVITY (318 Authorization) `ENV1RONME WAL QUALITY Dear Applicant: This 318 authorization is the result of your recent application for a 310 permit from your local Conservation District or a 124 permit from Montana Fish,Wildlife and Parks.This authorization is valid for the time frame noted on your permit. This is not your 310 or 124 permit and no construction activity should occur until you have received a valid 310 or 124 permit as well as any other permits that apply to this proposed construction activity. This authorization is the result of an Operating Agreement between the Montana Department of Environmental Quality (DEQ),and Montana Fish, Wildlife and Parks(FWP). The applicant agrees to the comply with the conditions stated below,as well as other conditions listed in the 310 or 124 permit issued for this project. Signatures of the applicant and FWP are required to validate this authorization. l. Construction activity in or near the watercourse are to be limited to the minimum area necessary, and conducted so as to minimize increases in suspended solids and turbidity that could degrade water quality and adversely affect aquatic life outside the immediate area of operation. 2. The use of machinery in the watercourse shall be avoided unless absolutely necessary. 3. All disturbed stream banks and adjacent areas created by the construction activity shall be protected with erosion control measures during construction.These areas shall be reclaimed with appropriate erosion control measures and revegetated to provide long-term erosion control. 4. Any excess material generated from this project must be disposed of above the ordinary high water mark, in an area not classified as a wetland,and in a position not to cause pollution of State waters. 5. Clearing of vegetation will be limited to that which is absolutely necessary for construction of the project. 6. This authorization does not authorize a point source surface water discharge. MPDES permit is required for said discharge. 7. Open cut creek crossings will not be allowed in flowing water. Stream water must be diverted around the open cut area(pump,flume etc.) 8. The applicant must conduct all activities in full and complete compliance with all terms and conditions of all permits required for this activity issued pursuant to the Montana Natural Streambed and Land Preservation Act (310 permit),the Stream Protection Act(124 permit)the Federal Clean Water Act(404 Permit), any MPDES permits for dewatering or storm water control in the construction area and any valid Memorandum of Agreement and Authorization (MAA)negotiated for this activity. The FWP representative has determined that this project is within the scope of the programmatic Environmental Assessment prepared by DEQ and FWP for the issuance of narrative turbidity standards. Date:_30 March 2020_ :w '; y Date: 10 , FWP Representative's Signature Applicant's Signature Name and location of project: Glenn Lake Outflow 4-2020-MG-R3. In ten tion ally Left Blank PREBID MEETING MINUTES Project: Manley Road from Griffin to Gallatin Park Meeting Date: April 2, 2020 Location: WEBEX live video Engineer: Staci Venner- RPA svenner@rpa-hln.com 406-580-4438 406-284-2665 Lee Evans-Allied Engineering levans@alliedengineering.com 406-582-0221 Owner: Kellen Gamradt-City of Bozeman KGamradt@Bozeman.net 406-582-2283 Attendees: • Kellen Gamradt, City of Bozeman • Lee Evans,Allied Engineering • Tony Gaddo, Sanderson Stewart (R/W)tgaddo@sandersonstewart.com • Briana Schultz,Sundog Ecological (Permitting) briana@sundogeco.com • Staci Venner, RPA • Blake Boyd, First Mark Construction BlakeB@FirstMarkConstruction.com • Ira LeSage, Knife River Ira.LeSage(cD knife river.com • Ty Giffin, Treasure State Inc, ty(cDtreasurestateinc.com • Trevor Livesay, MTL trevor(cDmtlines.com • Ryan Rayson, Williams Civil This project is part of a Special Improvement District(SID).All construction costs are paid for by the adjoining landowners. 1. Addendum#1& Instruction to Bidders Review: • Addendum#2 will be issued stating the bids must be mailed and postmarked on April 14, and the bid opening will be five to seven days after. opening,ApFil 14 at 2 pm • City of Bozeman offices are closed. Bids CANNOT be delivered in person • Bid Opening via WEBEX live video stream • Call or email Staci to purchase Contract Documents book for$50&submit the bound book • Include in mailed envelope: Contact Docs book with Bid Proposal and Non-Discrimination form filled in, Bid Security,Acknowledgement of all Addenda • Write the name of the project on the outside of the envelope 2. Contract Time: • 150 calendar days (SC#9 &SP#5) • Liquidated Damages:$500 per calendar day+ Engineering Expenses (SC#10&SP#5) $400 per hour for failure to complete water work within 8-hour window • Award date in May depending on City Commission schedule. NTP as soon as possible after bonds, insurance certificates,and major submittals are complete. 3. Utilities(SP#25) Pothole depths on U-sheets and Cross Sections. • Northwestern Energy Power: • NW will wrap the pole bases,coordinate with NW before placing fill at power pole bases • NW to install lighting service at Sta. 32+50 LT. • NW to replace pole at Sta. 41+75 RT.for higher clearance at Manley Rd. • NW to install power to the new Bridger Vale subdivision • Buried power to remain in place, use flowable fill with sand cushion • Overhead power to remain in place • Northwestern Energy Gas Distribution (SP#84): • NW to raise/relocate 2 gas markers • NW to raise 1 gas valve • NW to relocate 2 gas services at Turtle and north of Bridger Vale Drive with 2 new bores in May • 8-inch gas main crossing over new sanitary with 6-inches of clearance, use flowable fill with sand • See SP#84 for restrictions on compaction and backfill work&coordinate with NW Rep • Northwestern Energy Gas Transmission (SP#83): • NW to remove/relocate 3 gas markers • 12-inch high pressure gas pipeline to remain in place, use flowable fill with sand cushion at storm • See SP#83 for special requirements of NW Rep on site for all work within 25-feet of the pipeline and restrictions on compaction work • NW Rep will determine minimum cover for each layer of road construction,submit list of equipment and weights/loads • Spectrum/Charter: • Spectrum to raise/relocate 2 pedestals • Spectrum to bore at Turtle Way and relocate line • Spectrum crossing Manley near Map Brewing is conduit only • Spectrum to remain in place along west side of Manley, use flowable fill as necessary • Centurylink: • Centurylink in conflict along Manley and at crossings from Sta. 28+50 to north end of project • Centurylink fiber from south end of project to Sta. 27+00 LT.to remain in place, —47-inch depth • 2 pedestals to raise/relocate • No relocation plan yet 4. Right of Way: • Parcel 22 Turtle Way HOA construction permit not acquired yet, Sunfish Subdivision irrigation use is from existing stream channel to be filled (SP#85),expected soon • Parcel 23 Bridger Vale easement net aegUiFed yet, expected seen was signed/obtained • Dan Alexander for Glen Lake Commerce subdivision hasn't signed yet,expected soon.Once signed he could be approached by Contractors for a staging area • Coordinate with MRLfor work within the 30-feet wide sewer easement on MRL property(SP#60&#29),their agreement has conditions for coordination S. Environmental Permits: • Nationwide 404 Permit not complete (SP #32), still expected as mid-May, see Appendix C for typical 404 Nationwide permit requirements • 124 Stream Permit/318 Authorization is complete(SP#33 to be revised),will issue Addendum#2 with info • DEQ is waiving the 401 Certification for the final design impacts because the acquired 318 Authorization covers water quality • Impacts outside designated areas are Contractor's responsibility to permit • Permits by Contractor include Dewatering(SP#40&#41), NOI &SWPPP(SP#31), Other county,state, local and federal as required 6. Sanitary Sewer Replacement(SP#59 thru#64): • Replace existing asbestos sanitary sewer and bypass pump into parallel asbestos sewer(SP#59) • Contractor must permit the asbestos work thru MDEQ(SP#62)to include inspection,documentation,reports, submittals, hiring a MDEQ accredited asbestos supervisor • Requires water adjustments and a temp. water supply (SP#63) • Larger manhole bases for buoyancy with shallow cover on the west end • New sanitary crosses under an 8-inch gas main, 6-inches clear, use flowable fill and sand cushion • All sanitary work within existing 30-feet wide sewer easement on MRL and Mergenthaler property • Imported Trench Backfill only if needed (SP#64) 7. Geotech (SP#49,#53 thru #58): • Geotech Report in Appendix B with boring/test pit logs • Existing road is 3" asphalt, 3-6" base course, and subbase. The original county road widening has thicker subbase section of 6" pit run.The original county road has thinner subbase section of a 4" mixed material. • Sub-excavation is expected at road areas, especially north of Map Brewing • Muck excavation is expected at wetland areas north of Turtle Way • Optional pulverizing and reuse of 12-inches of the existing roadbed,to be mechanically mixed at a 50/50 ratio with clean on-site or imported gravels to meet specified gradations • Plan quantity based on street excavation of roadway template and imported materials.Price adjustmentsto be made in surfacing and earthwork bid items if Contractor uses pulverization with material reuse • Specific fabrics with approved equals for road(Mirafi RS 5801),path(Mirafi 600X),subexc.(Mirafi 600X),muck exc. (Mirafi 180N). Fabric could be eliminated if the subgrade is clean, native gravels, likely south of Map. • Small quantity of imported borrow to structurally support new luminaire foundations in the existing stream channel (SP#87) 8. Traffic Control (SP#30): • Min. of one lane must be open at all times during construction for two-way traffic • Coordinate with adjacent projects for detours, haul routes,work zones, etc. • Partial closures allowed if detours are approved in Contractor's Traffic Control Plan • Winter shutdown approval requires all streets and driveways to be open and one lift of asphalt • Sidewalk and trail closures • Lump sum bid price for Traffic Control includes any temporary barrier rail with appropriate end sections 9. Lighting(SP#68): • Submit shop drawings&structural calcs by MT PE for the light poles and mast arms • All light poles require breakaway devices,two options are on Drawing E-3,structural calcs/shop drawings forthe pole must be based on the breakaway selected • See Drawing E-1 for the 5 required LED lamps, FAWS are required on all lamps • Powder coat or factory paint Hunter Green • GRC conduit is only at the service and included in the cost of the service • Pull tape is in empty conduits only. Drawings show future conduit locations.Three lights will be added by others along the South Access Road through the future conduit. • Remove and salvage 1 luminaire on a private system 10. Adjacent Construction Projects(SP#26): • Bridger Vale Subdivision—Sime, C&H Engineering • South Access Road—Sanderson Stewart 11. Glen Lake Outfall& Relocation: • The relocation is part of the Rotary Club's master plan for Glen Lake Park.The stream relocation will extend to the lake in the future, by others. (SP#86) • Lump sum bid for constructing the new channel(earthwork,stream bottom material,clay plugs,erosion control blanket).Topsoil,seed, and filling in the old channel is paid separately. • The outfall flow from Glen Lake cannot be shut off or controlled. Previous damming of it flooded the beaches. Temporary dams may be accepted for one day but is not guaranteed and is dependent on 124 Permit Conditions and Requirements. A lump sum bid item for Glen Lake Outfall Conveyance is to construct facilities within the stream outfall while maintaining the active flows (SP#65). • Sime was bypass pumping the channel in March. 12. Miscellaneous: • Insurance (SC#1, SP #14&#15) • 2 Year Warranty Period (SP#11) • Testing(SP#23)—Owner's Testing Company Morrison Maierle,doesn't include density tests during paving • Contractor Staking—MT PLS, RPA will provide staking points,XML alignments &profiles,drawings(SP#24) 0 Verify migratory birds are not nesting prior to tree removal and trimming(SP#34) • Sprinkler system adjustments include expansion to new boulevard areas(SP#69) • Miscellaneous Work is$1 per unit 13. Quantities/Bid Items: • Measurement& Payment in Special Provisions supersedes MPWSS (SP#90) • Street excavation includes all removals,saw cuts, embankment placement, and compaction (SP#55) • Sub-excavation and muck excavation with fabrics are estimated • Imported topsoil only if sufficient salvage isn't available on site (SP#50) 14. Questions: • Trevor asked if deeper borings were done. Lee replied the borings only went to 5'to 6'depth. However,Allied performed borings to 15' depth at the Glen Lake Commerce Subdivision (Iron Horse Road area)that showed native gravels to the full 15'depth.South of Map,the subgrade is expected to be at the native gravels. North of Map,the subgrade will be within the silt/clay layer and not on native gravels. • Trevor asked about SP#87.The last 3 poles on the north end have a 7.5'deep foundation due to guardrail and fill slope off the edge of the top of the foundations. Four other poles to the south are being placed within the existing ditch and use the standard 4.5'deep foundation which requires imported material(6"subbase pit run) to be placed and compacted prior to foundation placement. • Trevor asked about the pull boxes,concrete collars,and conduit along the guardrail section on the north end. The guardrail has extra depth posts due to fill slopes.Post spacing must be coordinated with pull box placement. There will not be room behind the guardrail forthe pull boxes.Concrete collarthickness may need to bethinner. The electrical conduit will likely fit best within the road section along the guardrail. • Trevor requested the FAWS number for the LEDs, prior to installation in August. • Addendum #2 will be issued. Will contain the 124 Permit/318 Authorization conditions. Will also revise Addendum#1 so that bids must be mailed and postmarked on April 14,and the bid opening will be fiveto seven days after. MANLEY ROAD PLAN HOLDERS LIST Bid Due:April 14 mailed with postmark The following have received or requested plans and specs: Robert Peccia and Associates 3147 Saddle Drive Helena, MT 59601 406-447-5000 Robert Peccia and Associates Staci Venner 3810 Valley Commons Drive,#4 Bozeman,MT 59718 406-580-4438 sven n er(a.rpa-h In.com City of Bozeman Kellen Gamradt 20 East Olive Street Bozeman,MT 406-582-2280 BMurray(aBOZEMAN.NET First Mark Construction PO Box 6358 Bozeman,MT 59771 Blake Boyd 406-855-3929 B la keb(d-)firstmarkconstruction.com Treasure State Inc. PO Box 588 Belgrade,MT 59714 Mike Hoppe]406-599-8952 Mich ael(cDTreasureState In c.com Knife River-Belgrade PO Box 9 Belgrade,MT 59714 Ira LeSage Ira.LeSage(.KnifeRiver.com Williams Civil Construction Ryan Rayson 2131 Industrial Drive Bozeman,MT 59715 406-291-7804 RRAYSON(�williamscivilconstruction.com N ME � o � LM m C0 0 0 = w m v cf a V) 00 J LOO O Q 00 la— m m O vi- m H M _ r� LL V N W C Q o O Lm = Z 0 T T a y� o LU °z° p H— .� Q i' a X (' LU o R E w M O J>o �+ a F c > �1 � N ►^ Z > T TLy T f� O •i' v Z O Q Qs � c m o C z 41 � C m i a i a, v) m Z O Z a m F O L Q i= M z z_ a _ O a T T z oc M U LL V1 Q GJ �t 4 a V Q O m F- O O rn v LL Q z o N � � � o O w a 00Ln z O w � N •� � a 0 V gt' `l l L/I O O (Q w h u ELn � t Y p m u L > o o v _ _ v LU v LO r, v1 V cO x n E ` f0 Z K' ^ m I @ C N Y CO Lin U- d 2 U C 0o0 \�y J CERTIFIED BID TABULATIONS-ROAD SCHEDULE \yMANLEY'ICI FROM GRIFFIN I' I GALLATIN PARK I' CITYOFBOZEMAN RobeValknC mmom Dtez,lN 3810 Valley Commam Dr"we 84,Bozeman,MT$9]IS &d Due: l4 2020 Bid 1 d117 IvIaat4 m Fn/rcels Fstimum Kd9fe Rlm-Be-& Wplismrsl3v8Const doo ilrstM4dk Corotructlon Item Unk Unit Price Total Plke Unrt Prke Total Prke unn Prke Total Prke Unit Prke Total Pdce No. (W-gy UnK Daa'tbn RoaOsamulE 1 1 IS M.Wla bn,Bonding,&Subomd (5%Mu) $15/AIOm $I54,B10m $163,000m $163mOm $I70,000m $I]l1,Omm 5164,000m $t61,000m j z 1 IS Comtmdkm Sum fioB Stakb&&Testing $7Qoo0,03 $7Q0W.00 $44.000.0) $641000.0) 5.4100.m $48,1oom $4S,00011D 545,000.m 3 1 IS Traffic Qolml 52-A000D0 $7AMOM 527S,000m $275.00000 $121,800I10 SIZIAoom $21%000m $21%000m 4 2 IS Erosbn Control&omr $60mom $64mD.m $67,00D.00 567.mam 53%5m.03 $35,50Dm S6S,m0.00 $0100D.m I 5 130,m0 UNIT Mir.L eops Work Sim $130,Omm Slip $130,Oom SIM $1A0mD0 $Im $M000m 6 40 Hr Eapbra[ory Eawrtbn $300M $12.000.m $30Ooo $12,000m) S"XOD 517.60000 S315.00 $12,6mm 7 1 IS Dewalerkrg $2slmm $2S,000.0D S89,000DD Sagmam 544doom $49,'mm $10000 $loom- ` 8 5 EA Remove Tree $5mm S2,5mW $70DW $3,500.00 $35000 $.,7%W $745m $3,725.m / 9 3 EA Trim Tree $300m $900.00 SIX. Swim $515,00 $1,545.m $5mm $1.680.m 10 1,390 a TOP:oiSldp,5a .,&Reuse $28M S38,4 W $29M S4Q020.00 52550 $3%MW S2Z110 $30,mam 11 3 M0 n TopsoilmpMed $35M $48.300m $MM $49,WL00 $4000 $ 5s,2Dam 545M $621mm IZ NO IT Rerrwve fedRe SIM $1,6moo $235 $2A7e00 Sim SMOD Sam $2,520.m 13 EA Remove NO-&Water Une $2,soom $IZ,50U.m $1,600-m $8,000.00 $4,SOOoo 52;500.m 51,230m $6,150.00 I l4 IF Remove WHeR $1300 $7A44.m 516m S914 00 Slim 56,46900 SIM $2,646M 15 2 FA ModdYMWt-Manhole $,,mom $8pmm m$2,7m SS,400m $5,600oo 511,2oom $9 00 $I,600.00 16 6 EA Adiml Manhole $37SD0 $2,25000 $400m $2,40000 $1.250.00 S7,5mD0 S930.m $5,5W.W 17 is EA Adlmt W-Wive 5300D0 54,SO0.00 5315.00 $4,72Sm 5750m 51I,250m Swim S9,70,300 18 1,057 5F RWd Board lmmulbn SSW $5,28sm Slam $10,5]Qoo $550 55,81150 56M $6,342m / 19 33 CY Flwrable Fp SIRIM $4,950M $225130 $7,425m $275.00 59,075m $165m Ssusm 20 5 EA New Hydrant&Water Une $6,m0.m $3Qmano 59pmm $45.000.00 $BAmm $44.00040 $8,900.00 $441500.0U 21 1 FA Rase hydrant $Icmw $lpmm, $1,450.00 $1,450-0) S2,000.0D 52pmm SIA00M $Ipmm 72 289.5 LF 12'RCP(1-Storm Pipe $80.m 523JOCuM SILIM $23,7"m 570.m S2%265m $loom $28,9m.m 23 9.5 IF is'flm tlass SStorm Pipe $95.00 $807.50 S680.m $6,463.00 $IW.m $1,52040 $275.00 $2,61250 24 216p LF 301Er,.aA nt RCPA Cl-3 Plce(225'x36IS-) SI50.m $32.4mm m$2m $S6,1mm $ISO.m 532,400.m $1%m $41,040.m 25 IDS IF 3,P Storm Pi" $30Loo $915m $WM $2,745m $47-0D $1A3350 $78m 52,3N.m 26 243.5 IF IrFWStam Ph. $45.m 51% 7.50 $Sam $19,4W.00 $32m S7,]92.m $80.m S19,480.m 27 1,175.5 tF Is'PVCkorm pipe MOD $5%%nsm SMM $68,179m $33.00 SAnt.0 S81m $95,215.50 1 2P 11.0 li 21"FWSt«m POce $W00 599am 52mm S2Gs 00 $240.00 $2164am 5122m $1,342m 7 29 37.0 IF 30'PVCSIwm Ppe $110.00 $4.070.0D $180m $6,6m00 $Sam $2.960.00 Slum 54.95100 30 Wp IF Remote&Reuse RCPA $120.00 $4Amm $IM00 $4,MOD S410m $16,40D.00 Sgim, $3,6Wm 31 7 FA S4uare Storm Grab lnM $3,00DW 521m0m) $2,7%W Sig,250m U.m$2.600.0D $M20 S2.67Sm $1&725.m J 32 1 EA Double Aorm Drakil 1. $5.20am S5,20a00 $4.60000 $4.6 0 $5 W.00 $5AMED $4,350.00 S4.350.m 33 6 m d8°Combination Manhole&Curb hid S4,20U.00 $2%".W $4,00D.00 $24AMM 53,smm $21,60000 m.$4,900 $29.40000 - 34 2 FA 48'Stallard Slmight storm Manhoe $3,3m.00 %mo.m $430am Kocom, $3,400m $6Amm S3Aoom 57ADD00 35 1 EA WStandard Siralght Storm Manhole $6,0m0D $6pmm $00100 S4A0X0D $5,20DAD $5IC0- $5,45a00 $5A%.W 36 I FA O J.Q lml SUuzlure S3.2m0D 53,20000 S4,M00 S4,20(100 SS,3com SS.30000 $s,iww $s.iw.m 37 1 EA Storm Water Treatment Devke $20,000.00 $20low" $2tAmm $21AMOO $19,800m $19,80O moo $28, aoo $240mm 38 4 FA Trah Pads $1,2mm 54AMW $IA M $4.2mD0 $1oo,4m $S,Emm S75om 53,000.m 39 10 aRlp Rap-CL-1 Random $10D00 $Zomoo 5740M $2,400.00 $3t0m $3,100.01 52MM $2p50.0a W 332 SY Drainage Gemetde $Sm $116(100 $14m $4AMW $550 S118261)0 517.50 $SAIG.m 4t 45 C Npe8edding Type2 SWOD 52,250.m $55m 75$2,4m S65M $2A2Sm $67.00 $3.015.m DO 42 14AM CY Street Eawalbn(Above subgade) $18.00 $252Amm $19m $2KWDm $17.ZS $241,500m $16A5 $235,900 43 500 CY Imported Bonow $28.m $14,000.00 $27m $13,5oom $27m $13,500M M75 S14375m 44 um a Sob-im&Replacemem MAIIW(Wow $45.00 $90.00000 $42m $34p0a.U0 541m $82,000m S4&50 593.000.m 45 70D CY Mozk Eawvalbn&Replaement Material $4Qoo $240mm $42m $291400m 543m SAImm $I90m WkWOm 46 6,993 W P at h """"l $220 $15,36Z_m $1m $6,93m $150 $10,414.W $125 S3;22025 47 18,812 5Y Road Gem-J. S450 584,654m SIM $84.fM00 $4m 586,535.20 54M 594,654.m 48 % w Subawalioo Go.-A. $220 $,2,10Dm Sim $51500.00 Sim $5500m $Im $5,500.m 49 l,loo W Mod Eawalbn Geoteatile SIM $1,650.00 SIM $l,lmm $lm $IASOM Sim $1,650.m 5o 8,495 CY Sub-Bae Course l6'Minus) $28.m $23]Amm $24m $2mA80m $30.00 5254.SSOm $3515 $293.448.]5 51 4A33 CY tldohed Base Course(1.5'Minus) 532-00 $141AS6m $33m 5146,289m 545.00 $193,485m $52m $23Q516m 52 4,180 TON Asphah PavementP3W28 $85.00 S355,300m $78m $326aWm 590.m 5376,24)(100 $73.0 5307A57m 53 I" SY Coiwele Sidewalk 4'Thkk(Wnh 3'Thkk Gravel Bae) $Wco $7,9211m S57m $9,209.00 S93.00 $14392.W $55m $7,wom 54 736 SY Co-SdmWk G'Thkk(Wdh 3°TAkkGm-1 Bae) $6000 S44,160m $ham $ IMM 596m 57D6 00 $64.50 647,47zm 55 747 SY Delectabb Wambg Paneh $300.m $23.610.0D 53)m $26,7%W $400m $31,WX00 5450.00 $35.415M % 7,132 LL ,. Curbard Gutter $14m $'99,Wm 514M $"'Mm $19m $13,%S - $16as $115,895m 57 wiF Cp�ete Medlin Curb $2000 $9,Cmm $I&oo $7.M.W $18.50 S8A9am $1675 58.040.m % M w Concetea bk Gmler(7'Thkk) 59aoo $23,940.00 Swim $23,-100 5137m $36.442m MW $25,4a3- 59 2m w COrurete A-,,111-(7'Thkkl S90m $142MW S90m $18,2MOO $126m $25,578.m $75m 515,225m 60 0SY Co_Medlan6P(3'Thkk.W,3'Gweq 532m $IA56m S4Zm S2,4MM $57m S43 S62m $3.5%.m 61 2 EA [a-.o Slats $Z,SWM $5,000.0D $7,700m $5AWm S4,Imm $8,wL. $3,I0ODO $61- 62 22 IF Haodnl SIww 53,30100 $175m $3A5000 $32000 $7p4Qm S21Dm S4,wo.m I 63 I60 IF Shared-Use Path Ral $25m 54,00Ooo $21140 53.20100 537D0 $5,920-oo $20.0u $3,2moo 64 25 LF RetWi ftwall $IW.m 53,500.01) $ZOOmO $SmDm SI6Im $4.025.00 $14Sm $3,625.m 65 1 LS Remove Pavement M""' XM00 Slpmm $1,100D0 $1,400.00 $1,50100 $1-5moa S1,420m $1,420.00 I 66 45 GAL while E- 5125.00 $5,625.m $9000 $4,05000 $94m $4.230.00 591m $4A95.m 67 80 GAL Yelon I- $125.00 $1amO.m S%m $7,200,0(r $94m $7,521100 $91m $7,280.00 0 20 6AL Ye low Curb EIo r $ZW" $5,20UDD $36600 57,IMM 5375m $7-5m00 $M&W $7,300.m 7 69 IN LF WWhRelnWdThe Platk $I&oo $14,MOD $16m SIxmcIm $21m SICIM00 $I&W $13,035M 70 ISO IF 24'W Wk IrNThermoplalk $44m $6.60DIW $54m $8,loom 4$W00 $9, m $54.00 $8,imoo 71 1,140 5F Whhe inlaid Thermoplatk Words and 5ymboh 54S.00 $51,300.00 S42m 547A8O00 $43m $49,0211CO S42m 547AO.m 72 1 IS Swhg S7AWD00 $70.ODDBD $7;000OD $740D0-m $73,00DW $73p=DO S74500m $70,500m 73 19 EA OeOnealor SHOW $imam $84-00 $1,59600 $87m SIA53.00 $nm 51A15.0o 74 10 EA R.-.&New Maibaa $4SOm S4,50000 $300m 53pm00 SS70.00 $517oom $31a110, S3,Ioom 75 71,070 SY Wdnulk Seeding $2m S42140.m $110 S23,177m $2m $54,782.00 $330 $69,53Lm 76 900 w Embn Comml Blanket $6m $4Aoo00 $660 $5,20100 53M 52A.Du $515 $4,201100 n I FA Tree $500.00 $scam 5525m $525m $1,600m S1,600.00 $50100 $500.00 78 11 EA M-SPrinlder 5ystem 54AMM $44,O00.m 54,400m $444 w 54.100m S45,3ooD0 $5.600-00 $61,W0.00 79 848 IF 4-FWkhed.l.40 Pipe llrrigalbn Sleeve) 56M $5A419m $650 $5,512m SIE.m $913mm $24m $2%n2m m 3 FA Monument Boa 54com $1,20Dm 54BM $1,275M S1,ioom 53,30100 $920m S2,7m.m 81 6 EA Reset properly Pin 5300.m $1A00D0 S325m $t,9wm $350m 52,Imw $5m. Sim,) 82 475 IF F- SIS.00 $],125m $12m $S,7mm $1050 S4,98750 $12.50 $5.937.50 83 16 a Faundalbn-Com,-(Luminalre Fourdatbm) 51,20Um $191200m $1ASam $26,400m 51,400m S22,4mm $2.MOD SAW- ✓Sd 400 IF ctr EbkcooduAls PVC S12.m $4Amm Siam $4,000m $7m S2Amoo $1335 Ssscam 85 4,30D u, Ekctrkc Cooduk 2'WC $14m $6Q200oo Slim $47,30D00 $725 S31175.00 $1&25 $74475m 86 1,7m IF Etc CondukrWC Sim S OMOD $1253 $11,250m $750 $12750.00 $2325 $39,525m 87 38 FA Put Boa,Compaite Type l(Wdh Concrete Coiar) S]mm 5264600.00 SWIM $21,MW S350D0 $13,30000 $1,IIsm 542,370.00 88 2 FA Put Bw,Codnposrte TYce2(VAlh Concrete Color) $90Ooo SIAM. $615m $1,2.30m S45Qm $9mm $1,32am $2AW.00 89 19,7oo 1F Conductor,Capper AWW6 $1.10 $21,01100 Sim 529,s50.00 $125 524,625.00 $21)0 S39,40000 90 I'M IF Coed-or,Coppo,AWGIGmGV $0.75 $1,65OOU $112 $3A4.0) $Im $2,20000 $lm $2,200m 91 27 EA Cobred LumFalre kandard(301 Tal wkh 6 Mazt Arm) S3A00.0D 5104(mm $3,400m $91Amoo $4A00DD $116,10am $5,6)SDD $1S3,ZISm 92 27 EA Cobred LED Assembly $]oom $149m0D $rww $I0Amm $75Dm S2425O.00 $920m $24.MW 93 1 EA SeMze embly-.MP 54,00000 $4,00100 62Amm 52Amm 52.500.m $2.500m $4,67Qoo 54A7am 94 1 EA Remove9S9H eLumhuie 51,000.00 $lpmm $t,lmm $1,100m0 $Ipmm $Ip00m S2,230.0D $2,230m 91 1 Ls 61en Lakellutfall Conveyazrce 55Q00100 $1010oo-00 531,000.00 S31.000.m $20,smm $20, W 5115,00040 5,Omm $11 % 1 IS Stream Relmllai SAWOrm0 SAMOD $29ADOD $"ARD) $15,300m $is,3mDo $72,m0.130 $720D0m 97 362 IF M6$G...d,",kh Lm Ports SMm, $19'MiLM S60M $21,720m $MM $23,169m S61m WAZOO TOTASROADSCHEDULE: $3,251,176.60 I $3,274,177m $3,265,994.70 m 53,T97,350 TOTALSANITMY SCNEDULE(FEW NEMSHEFft $607,720m S493A%m $535,1%m $647,175m FRDJK TMAL: $3.7 .00 S3201.17430 444g4.50 ,,,I I ANA S IPCIf AE YENNER �9 47 y �fS9pNA F-aQ tad VennerP.E.. Robed Pecde&Assotlalez 2020 CERTIFIED BID TABULATIONS-SANITARYSEWER SCHEDULE MANLEY ROAD FROM GRIFFIN DR.TO GALLATIN PARK DR. CITYOFOOZEMAN WAfRobert Peoria&Assodrtes,Inc 3830 Valley C mmom Drive W,Boxman,MT 59]78 1 Bid D. d114 2020 BId0 nMg: r01]2020 at4 m El-'.E.Um.e gnHe River-Belgrade WRRamr civil uctbn HratMark Construstbn Item UnA Unit Pnce Total 16- ..it Price Total Pare Unit Prke Total In- Unit Price Total Pare No. Q..Ifty Unit D-rl Ion SANITARY SEWER SCHEDULE I-B 1 IS Moblliaation,BorMiM and SubmRtals(5%M.) $28,M40.00 $28,940.00 $24,500.00 524,SWA0 $28.700.00 $28,700.0D $19,500.00 $19,500.00 S5 25ADO UNIT Mhcellan m Work $SAD $25,000.00 $1.00 $25A00.00 $1m $25,000.00 $IRO $251000.00 7-B I Ls De-Wl.g $25A00.00 $25A00.O0 $75=00 $75Aa0.DD $23,200.00 $23,200.0D $85,IMW $85,1MIXI 10-8 170 CY Topsoil-Strip,SaNage,aM Reuse $29.00 $4,760.00 $30A0 $5,100-M $14.00 $2A80.00 $41.50 $7A55.00 11-B 170 CY Topsoil-Imported $35.00 55,950.00 $35.00 $5,950.OD $36AO $6,120.00 $62.00 $10,54D.0D 18-6 2,288 SF Rigid Board ImulaUon $5m $6.440.00 $11A0 514,168A0 $5M $7A84.W $6,00 $7,728.00 19-8 2 n Fl-ble Fill $200.00 $400.00 $270.00 $540A0 $410A0 $820.00 $135.00 $2]0.0D 7" 1,640 SY HydnuBc Seeding 52M $3mm $1.10 $IA04.00 $2.60 $4,264.00 $3.30 $5Al2A0 98 1 t5 Sanitary Bypass Pumping $]OAOO.OD $70,000.00 $40,000.00 $40AO M $40,300.00 $40AW 00 $33,650.OD $33,650.00 99 1 15 Temporary Water Supply $25A00.O0 $25AW.OD $nAOO.00 $15AOA0 $10.500.00 $10,500.00 $20,250.00 $20,250A0 300 2 EA Adjust Water Maln $7,500.00 $15AM.O0 $5,700A0 $11,400AD $10A00.00 $20AW.OD $10A00.O0 $20AMOD 101 1 FA Adjust Water SeMm $1,SOOAO $1-9cam $],700.00 $1,700A0 $7,200.00 $7,20UA0 $2,700.OD $2,700A0 102 5 CY Remove Flovable Fill $800.00 $4ADD.00 W.00 $240A0 $i2Q00 $600.0D $135.00 $675.00 103 3,21IL6 LF Remove&DOPose 20'Asbestos SanRary Pipe $50.00 $64,800D $20A0 $25,831M $70A0 590,412m MMI $29ASIM 104 4 FA Remove&Dispose 48-Asbestos Sanitary Manhole $3A0.0D $12AOO.OD $2,700A0 $IOAl0.t31 $2,700A0 $10,800.00 $1,TJ0.0u $7.160.00 105 3 FA w-to Exhting san8ary5ewer $2,000.OD $6A00A0 $2,5UU.O0 57-s W $4,100.00 $12,3W.00 $5,590.00 $16,770W 106 1,785.E IF M'Ps-46Pvcsannary Pipe $200.00 $257,120.00 $145A0 $186,412A0 $150.W $192A40.00 $24 00 $308,544.00 107 3 FA 72'Sanitary Manhole(Indudes Extra Oepth) $12A00.00 $36AOD.00 $8,600.00 $25A00A0 $6,900.00 $10,700.00 $9AM-00 $29,400.00 308 1 EA 72'S,M,a straight Manhole $IOA0.00 $1OA00.00 $7,700A0 $7.700A0 $6,900.00 8m. $6,900.00 $6,900.00 $6,000.00 I09 6 EA Concrete Andwr $300.00 $IADD.w $750.00 54,SODAO $3,500.00 $23AMM $ O0 $4A00.00 110 110 a Imported Trends Badcfill $45.00 $4,950.00 $45A0 $4A50.110 $3100 $4,070.00 $56A0 $6,160.00 TOTAL SANITARY SE WERSCHEDULE: 607 720.00 $493 89600 $535 190.00 647175.00 FptiTA/y,1 'STACI FAE VENNER C4 EVCENSE 'Z� Sma Veruser,P.E. NAL F' Robert Peale&Assoaates 4/20/M!(i EELCIVIL ENGINEERING I PLANNING I SURVEYING I LANDSCAPE ARCHITECTURE ROBERT PECCIA &ASSOCIATES i i April 20,2020 Kellen Gamradt,P.E. City of Bozeman Engineering Department 20 East Olive Street Bozeman,MT 59715 i Subject: Manley Road from Griffin Dr.to Gallatin Park Dr. Recommendation of Award for Construction Dear Mr.Gamradt, Bids for the Manley Road project were received on April 14,2020 and opened at 4 pm on April 17,2020. 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. i • 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 bid received is$3,768,073.00. The low bid includes the road schedule of$3,274,177.00 through the SID funding and the sanitary sewer schedule of$493,896.00 through City of Bozeman funding. Based on the review of the Bidder's documentation,RPA recommends award of the construction contract for the Manley Road project to the following Contractor, based on them providing the lowest responsible bid,contingent on review and/or concurrence from the City Attorney: Knife River-Belgrade PO Box 9,Belgrade,MT 59714 Phone:(406)388-6832 Email: Ira.LeSage@KnifeRiver.com Montana Contractor's Registration#: 10089 Bid Total: $3,768,073.00 Enclosed are the Certified Bid Tabulations and a copy of the Bid Proposal. Sincerely, ROBERT PECCIA AND ASSOCIATES Staci Venner,P.E. Project Manager . Design City of Bozeman Manley Road From Griffin Drive to Gallatin Park Drive Bozeman, Montana Contract Documents Prepared by Staci Venner, P.E. Project Manager Checked by 2 April Gert , P.E. Project Manager QA/QC Approval Jeff Key, P.E. President Date Approved March 18, 2020 ,j ROBERT 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 Intentionally Left Blank i y I I i ) ) ) ) SECTION 1. ) ) ) BIDDING REQUIREMENTS AND INFORMATION ) ) ) D ) ) 1 Intentionally Left Blank f +I / 1 BIDDER'S CHECKLIST i Please utilize the following Bidder's Checklist before submitting your bid. I } _ 1) Original Bid Bond Enclosed? (Personal checks,business checks, and faxed copies are i not acceptable.) s / 2) Bid Proposal: J 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 I Intentionally Left Blank V D CITY OF BOZEMAN, MONTANA CALL FOR BIDS NOTICE IS HEREBY GIVEN that the City of Bozeman, Montana, is accepting sealed bids for: Manley Road from Griffin Drive to Gallatin Park Drive Separate sealed Bids for Construction of City of Bozeman Manley Road from Griffin Drive to Gallatin Park Drive will be received by the City Clerk at the office at City Hall, 121 North Rouse Avenue, P.O. Box 1230, Bozeman, Montana 59771-1230 until 2:00 p.m. (local time) on 9 April 141h,2020 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. This project will reconstruct and widen Manley Road from Griffin Drive to north of Gallatin Park Drive in Bozeman,Montana. The work includes upsizing an asbestos sanitary sewer, water main adjustments, storm drain systems, street excavation with sub-excavation, gravel and asphalt surfacing with curb and gutter, shared-use pathways, sidewalks with A.D.A. ramps, street lighting, signing, pavement markings, topsoil, and hydraulic seeding. } The Contract Documents may be examined at the office of the City of Bozeman Engineering Department,20 East Olive Street, Bozeman, Montana, (406) 582-2280. The Contract Documents may be examined 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. Digital project documents are available at Robert Peccia & Associates web site (www.rpa- ln.hcom). 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. There will be a Pre-Bid Conference scheduled via WebEx live video stream at 3 p.m. on > April 2"d, 2020. Interested CONTRACTORS are encouraged to attend. Instructions on joining this meeting will be provided to contractors at the time they purchase plans and specifications for i this project. D INVITATION TO BID 1 Page 1 of 2 A CONTRACTOR and any of the CONTRACTOR'S subcontractors bidding or doing work on this project will be required to be registered with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the DLI, PO Box 8011, 1805 Prospect, Helena, Montana 59604-8011. Information on registration can be obtained by calling (406) 444-7734. CONTRACTOR is not required to have registered with the DLI prior to bidding on this project, but must have registered prior to execution of the Construction Agreement. All laborers and mechanics employed by CONTRACTOR or subcontractors in performance of the construction work shall be paid wages at rates as may be required by the laws of Gallatin County and the state of Montana. Discrimination in the performance of any contract awarded under this invitation on the basis of race, color, religion, creed, sex, age, marital status, national origin, or actual or perceived sexual orientation, gender identity or disability is prohibited. This prohibition shall apply to the hiring and treatment of the awarded entity's employees and to all subcontracts. Every entity submitting under this invitation must sign and return the required affirmation. Each Bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana, in an amount not less than ten percent (10%) of the total amount of the Bid. Successful BIDDERS shall fiirnish 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 22nd day of March 2020. Mike Maas Bozeman City Clerk Published Legal Ad,Bozeman,Montana Sunday, March 22"d, 2020 Sunday, March 29th, 2020 Sunday,April 5th, 2020 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. J B. Complete sets of bidding documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting r 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. i 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: Manley Road from Griffin Drive to Gallatin Park Drive Y Bid Date\Time: Contractor Name: Montana Certificate of Contractor Registration Number: Acknowledge Receipt of Addendum No(s): 1 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 1 of 13 1 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: 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. INSTRUCTIONS TO BIDDERS Page 2 of 13 ) ) 4. TELEGRAPHIC MODIFICATION 1 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. 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 1 INSTRUCTIONS TO BIDDERS Page 3 of 13 1 1 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 techiucal 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, 61' 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 6t' 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 incorporated by reference and made part of this contract. The selected sections are listed elsewhere in these Contract Documents. INSTRUCTIONS TO BIDDERS Page 4 of 13 j 14. CONTRACT DOCUMENTS MAY BE VIEWED AT THE FOLLOWING i LOCATIONS: l Robert Peccia and Associates City of Bozeman Engineering Dept. 3810 Valley Commons Drive, Suite 4 20 East Olive Street j Bozeman,MT 59718 Bozeman, MT 59715 Phone: (406)284-2665 Phone: (406) 582-2280 Robert Peccia and Associates On-line at,,vxvkv.MontanaBid.com 3147 Saddle Drive Helena,MT 59601 On-line at www.Epa-hln.com Phone: (406)447-5000 under"Current Projects Bidding" p 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. 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 1 themselves as to the facilities involved, and the difficulties and restrictions regarding the INSTRUCTIONS TO BIDDERS Page 5 of 13 1 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. 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 INSTRUCTIONS TO BIDDERS Page 6 of 13 I 7 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 1 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. I 19. TIME FOR RECEIVING BIDS Bids received prior to the advertised time of opening will be securely kept sealed. The officer l 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), taken in consecutive order, and within the funds available, is the lowest "responsible" bid for the work. l b. If such lowest bid exceeds the budget,the Owner may reject all bids. INSTRUCTIONS TO BIDDERS Page 7 of 13 i 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. 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: INSTRUCTIONS TO BIDDERS Page 8 of 13 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. l 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. ) I 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 3 require. The standard Agreement form as issued by the Owner shall be used as the contracting instrument. 1 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 ! the Agreement within such period, the Bidder may by written notice withdraw his I signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the Owner. 1 INSTRUCTIONS TO BIDDERS Page 9 of 13 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). C. Montana Prevailing Wage Rates. The Montana Commissioner of Labor and Industry has established the standard prevailing rate of wages in accordance with 18- 2-401 and 18-2-402, Montana Code Annotated. A copy of the wage rates are bound herein. It is the Contractor's responsibility to classify their workers in accordance with the craft of trade to be performed and pay the appropriate established prevailing wage rate. INSTRUCTIONS TO BIDDERS Page 10 of 13 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 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 i 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. i 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 i prohibition shall apply to the hiring and treatment of the Contractor's employees and to all subcontractors. The Owner is an equal opportunity employer. 29. PAYROLLS AND BASIC RECORDS Payrolls and basic records relating thereto shall be maintained by the Contractor during the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work, or in the development of the project. Such records will contain the name and address of each employee, his correct classification, rates of pay, daily and weekly number of hours worked, deductions made, and actual wages paid. 1 i INSTRUCTIONS TO BIDDERS Page 11 of 13 1 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 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. INSTRUCTIONS TO BIDDERS Page 12 of 13 32. NOTICE TO PROCEED � issued within 30 days of the execution of the Agreement The Notice to Proceed will normally be 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. 3 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. } 1 1 6 INSTRUCTIONS TO BIDDERS Page 13 of 13 Intentionally Left Blank 1 r 1 1 , j SECTION 2. , BIDDING DOCUMENTS i l 1 1 i Intentionally Left Blank _l } I BID PROPOSAL Manley Road from Griffin Drive to Gallatin Park Drive 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. 1 The undersigned Bidder, having familiarized themselves with the conditions of the work and the contract documents, the site where the work is to be performed, local labor conditions and all laws, regulations, municipal ordinances, and other factors which may affect the performance of the Work, and having satisfied themselves of the ekpense and difficulties attending performance of the work: } Hereby proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City of Bozeman in the form included in the Contract Documents, to perform and furnish all Work as specified or indicated in the Contract Documents including labor, materials, equipment and services necessary to complete all general construction work, for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents including all Addenda, for a j project entitled Manley Road from Griffin Drive to Gallatin Park Drive. j The undersigned Bidder hereby agrees to commence work under this contract on the date to be specified in a written Notice to Proceed from the Owner and to fully complete the project within the following specified times thereafter as stipulated in the Specifications. Time is of the essence in completing this project. Bidder further agrees to pay liquidated damages for each consecutive day work continues past the contract time. Liquidated damages will be the sum as specified in the Special Provisions plus reimbursement for engineering services per consecutive calendar day the work continues past the contract time. The work shall be completed within the allotted contract times as specified in the Special Provisions. j 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 j 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. 1 The undersigned Bidder agrees to complete the Work in accordance with the Contract Documents for the following prices: 1 } } BID PROPOSAL Page 1 of 12 BID PROPOSAL Manley Road from Griffin Drive to Gallatin Park Drive Item Estimated Unit Description Unit Price Total Price No. Quantity I. 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. 130,000 UNIT Miscellaneous Work 6. 40 HR Exploratory Excavation 7. 1 LS Dewatering 5 EA Remove Tree 9. 3 EA Trim Tree 10. 1,380 CY Topsoil-Strip, Salvage, and Reuse 11. 380 CY Topsoil-Imported 12. 840 LF Remove Fence 13. 5 EA Remove Hydrant and Water Line BID PROPOSAL Page 2 of 12 l BID PROPOSAL Manley Road from Griffin Drive to Gallatin Park Drive Item Estimated Unit Description Unit Price Total Price e y No. Quantity 14. 588 LF Remove Culvert 15. 2 EA Modify Asbestos Manhole 16. 6 EA Adjust Manhole 17. 15 EA Adjust Water Valve } 18. 1,057 SF Rigid Board Insulation 19. 33 CY Flowable Fill I $ $ j 20. 5 EA New Hydrant and Water Line y 21. 1 EA Raise Hydrant 22. 289.5 LF 12"RCP Class 5 Storm Pipe 23. 9.5 LF 15"RCP Class 5 Storm Pipe $ $ 24. 216.0 LF 30"Equivalent RCPA Class 3 Pipe (22.5"x 36.25") $ $ 25. 30.5 LF 8"PVC Storm Pipe 26. 243.5 LF 12"PVC Storm Pipe ' 27. 1,175.5 LF 15"PVC Storm Pipe BID PROPOSAL Page 3 of 12 1 BID PROPOSAL Manley Road from Griffin Drive to Gallatin Park Drive Item Estimated Unit Description Unit Price Total Price No. Quantity 28. 11.0 LF 21"PVC Storm Pipe 29. 37.0 LF 30"PVC Storm Pipe 30. 40.0 LF Remove and Reuse RCPA 31. 7 EA Square Storm Drain Inlet 32. 1 EA Double Storm Drain Inlet 33. 6 EA 48"Combination Manhole and Curb Inlet $ $ 34. 2 EA 48" Standard Straight Storm Manhole $ $ 35. 1 EA 60" Standard Straight Storm Manhole $ $ 36. 1 EA Outlet Control Structure 37. 1 EA Storm Water Treatment Device 38. 4 EA Trash Rack 39. 10 CY Rip Rap—Class 1 Random 40. 332 SY Drainage Geotextile 41. 45 CY Pipe Bedding Type 2 BID PROPOSAL Page 4 of 12 I BID PROPOSAL Manley Road from Griffin Drive to Gallatin Park Drive Item Estimated Unit Description Unit Price Total Price No. Quantity 42. 14,000 CY Street Excavation(Above Subgrade) 43. 500 CY Imported Borrow 44. 2,000 CY Subexcavation and Replacement Material(Below Subgrade): $ $ 45. 700 CY Muck Excavation and Replacement $ $ Material 46. 6,983 SY Path Geotextile $ $ 47. 18,812 SY Road Geotextile $ $ 48. 5,500 SY Subexcavation Geotextile $ $ 49. 1,100 SY Muck Excavation Geotextile $ $ 50. 8,495 CY Sub-Base Course(6"Minus) $ $ 51. 4,433 CY Crushed Base Course(1.5"Minus) 52. 4,180 TON Asphalt Pavement PG 5 8-2 8 53. 144 SY Concrete Sidewalk 4"Thick(With 3"Thick Gravel Base) $ $ 54. 736 SY Concrete Sidewalk 6"Thick(With 3"Thick Gravel Base) $ $ 55. 78.7 SY Detectable Warning Panels ! BID PROPOSAL Page 5 of 12 BID PROPOSAL Manley Road from Griffin Drive to Gallatin Park Drive Item Estimated Unit Description Unit Price Total Price No. Quantity 56. 7,132 LF Concrete Curb and Gutter 57. 480 LF Concrete Median Curb 58. 266 SY Concrete Double Gutter(7"Thick) 59. 203 SY Concrete Apron Fillets(7"Thick) 60. 58 SY Concrete Median Cap (3"Thick with 3"Gravel) $ $ 61. 2 EA Concrete Stairs 62. 22 LF Handrail 63. 160 LF Shared-Use Path Rail 64. 25 LF Retaining Wall 65. 1 LS Remove Pavement Markings 66. 45 GAL White Epoxy 67. 80 GAL Yellow Epoxy 68. 20 GAL Yellow Curb Epoxy BID PROPOSAL Page 6 of 12 u BID PROPOSAL Manley Road from Griffin Drive to Gallatin Park Drive Item Estimated Unit Description Unit Price Total Price No. Quantity 69. 790 LF 8"White Inlaid Thermoplastic 70. 150 LF 24"White Inlaid Thermoplastic 71. 1,140 SF White Inlaid Thermoplastic Words and Symbols $ $ 72. 1 LS Signing 73. 19 EA Delineator 74. 10 EA Remove and New Mailbox 75. 21,070 SY Hydraulic Seeding 76. 800 SY Erosion Control Blanket 77. 1 EA Tree 78. 11 EA Adjust Sprinkler System 79. 848 LF 4"PVC Schedule 40 Pipe (Irrigation Sleeve) $ $ 80. 3 EA Monument Box 81. 6 EA Reset Property Pun BID PROPOSAL Page 7 of 12 BID PROPOSAL Manley Road from Griffin Drive to Gallatin Park Drive Item Estimated Unit Description Unit Price Total Price No. Quantity 82. 475 LF Fence 83. 16 CY Foundation—Concrete (Luminaire Foundations) $ $ 84. 400 LF Electric Conduit 1.5"PVC 85. 4,300 LF Electric Conduit 2"PVC 86. 1,700 LF Electric Conduit 3"PVC $ $ I� 87. 38 EA Pull Box, Composite Type 1 (With Concrete Collar) $ $ 88. 2 EA Pull Box, Composite Type 2 (With Concrete Collar) $ $ 89. 19,700 LF Conductor, Copper AWG6-600V 90. 2,200 LF Conductor, Copper AWG10-600V 91. 27 EA Colored Luminaire Standard (3 0' Tall with 6'Mast Aran) $ $ 92. 27 EA Colored LED Assembly 93. 1 EA Service Assembly—30 AMP 94. 1 EA Remove and Salvage Luminaire BID PROPOSAL Page 8 of 12 BID PROPOSAL Manle Road from Griffin Drive to Gallatin Park Drive Item Estimated Unit Description Unit Price Total Price No. Quantity 95. 1 LS Glen Lake Outfall Conveyance 96. 1 LS Stream Relocation 97. 362 LF MGS Guardrail with Long Posts SUBTOTAL ROAD SECHEDULE: $ (Subtotal Road Schedule-Written in Words) BID PROPOSAL ` Page 9 of 12 BID PROPOSAL Manley Road from Griffin Drive to Gallatin Park Drive 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) 5-B. 25,000 UNIT Miscellaneous Work 7-B. 1 LS Dewatering 10-B. 170 CY Topsoil-Strip, Salvage, and Reuse 11-B. 170 CY Topsoil-Imported 18-B. 1,288 SF Rigid Board Insulation 19-B. 2 CY Flowable Fill 75-B. 1,640 SY Hydraulic Seeding 98. 1 LS Sanitary Bypass Pumping 99. 1 LS Temporary Water Supply 100. 2 EA Adjust Water Main 101. 1 EA Adjust Water Service 102. 5 CY Removable Flowable Fill BID PROPOSAL Page 10 of 12 i BID PROPOSAL Manley Road from Griffin Drive to Gallatin Park Drive Item Estimated Unit Description Unit Price Total Price No. Quantity 103. 1,291.6 LF Remove and Dispose 20"Asbestos Sanitary Pipe $ $ 104. 4 EA Remove and Dispose 48"Asbestos Sanitary Manhole $ $ 105. 3 EA Connect to Existing Sanitary Sewer 106. 1,285.6 LF 36"PS-46 PVC Sanitary Pipe 107. 3 EA 72" Sanitary Manhole (Includes Extra Depth) $ $ 108. 1 EA 72" Sanitary Straight Manhole i $ $ 1 109. 6 EA Concrete Anchor 110. 110 CY Imported Trench Backfill J SUBTOTAL SANITARY SCHEDULE: $ (Subtotal Sanitary Sche ile -Written in Words) PROJECT TOTAL: $ (Project Total-Written in Words) BID PROPOSAL Page 11 of 12 BID PROPOSAL (coat.) The foregoing unit bid prices shall include all labor,materials, equipment, overhead, profit, insurance, and all incidentals required to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The Bidder agrees that this Bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled opening time. Bidder hereby acknowledges receipt of the following Addenda, which have been considered in preparation of this Bid: Addendum No. Dated Addendum No. Dated 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 , 2020. _ Firm Name: By: (SIGNATURE OF BIDDER) Title: Business Address: Montana Contractor's Registration No. Phone No.: Bid Security Attached: Yes BID PROPOSAL Page 12 of 12 -_LJQ_D�_�_=__ PENAL SUM FORM ENGINEERS,JOINT CONTRA CT ' DOCJMENT3 COMMITTEE BID BOND Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. BIDDER (Name and Address): 1 SURETY (Name, and Address of Principal Place of Business): ` l OWNER (Name and Address): a 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. EJCDC°C-430,Bid Bond(Penal Sum Form).Published 2013. Prepared by the Engineers Joint Contract Documents Committee. Page 1 of 2 LJCDC PENAL SUM FORM ENGINECRS JOINT CONTRACT OOCJI.IENTS CO'.1flmirE 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 d.:fau„ required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after the Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "Bid" as used herein includes a Bid, offer, or proposal as applicable. EJCDC®C-430,Bid Bond(Penal Sum Form).Published 2013. Prepared by the Engineers Joint Contract Documents Committee. Page 2 of 2 j NON-DISCRIMINATION AFFIRMATION FORNI [name of entity submitting] hereby affirms it will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability in the performance of work performed for the city of Bozeman, if a contract is awarded to it, and also recognizes the eventual contract, if awarded, will contain a provision prohibiting discrimination as described above and that this prohibition shall apply to the hiring and treatment of the [name of entity submitting] employees and to all subcontracts it enters into in performance of the agreement with the city of Bozeman. ) Signature of Bidder:_ Person authorized to sign on behalf of the bidder ) ) ) ) ) ) ) i Intentionally Left Blank SECTION 3. GENERAL CONDITIONS • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • s • • • • • • • 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: i s IntentionallyBlank • • • • • • • • • • i • • • • • 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. Clean Up 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 Statutory C. Employer's Liability $1,000,000 2. CONTRACTOR'S General Liability Insurance under Paragraphs 5.04.A.3 through 5.04.A.6 of the General Conditions which shall include a Commercial RPA SUPPLEMENTARY CONDITIONS Page 1 of 14 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 Forn 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. BodilyInjury: Each Person $2,000,000 Each Accident $2,000.000 Property Damage: Each Accident $2,000,000 RPA SUPPLEMENTARY CONDITIONS Page 2 of 14 (or) b. Combined Single Limit $2,000,000 Coverage to be written with a symbol 1 (One)any auto basis to Include: 1. All Owned 2. Hired 3. Non-Owned C. Contractor's Automobile Liability Insurance under 5.04.A.6 may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. Primary occurrence limit cannot be less than $1,000,000.00. The deductible, if any, may not exceed $5,000.00 per accident. 4. The Contractual Liability coverage required by Paragraph 5.04.13.3 of the General Conditions shall provide coverage for not less than the following amounts: Each Occurrence $2,000,000 Aggregate $3,000,000 a. Contractual Liability Insurance under 5.04.13. 3 may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. Primary occurrence limit cannot be less than $1,000,000.00. The deductible, if any,may not exceed$5,000.00 per occurrence. 5. OWNERS and CONTRACTORS Protective Policy - Purchased By CONTRACTOR: In addition to the insurance required to be provided by Contractor under paragraph 5.04.A.1 through 5.04.A.6 inclusive, Contractor shall purchase and maintain a separate Owners and Contractors Protective Policy (OCP) to protect Owner against claims which may arise from operations under the Contract Documents,with limits of liability as specified below. The policy must be in the name of the Owner. This liability insurance shall include as additional insureds the Engineer and the Engineer's Consultants, and include coverage for the respective directors, officers, partners, employees, agents and other consultants and subcontractors of all such additional insureds. a. General Aggregate $2,000,000.00 b. Each Occurrence $1,000,000.00 (Bodily Injury and Property Damage) The OCP policy shall remain in effect until completion of the project and final payment is made to the Contractor and all times thereafter when the Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07 of the General Conditions. RPA SUPPLEMENTARY CONDITIONS Page 3 of 14 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.B.4 of the General Conditions by striking out the words "30 days" and replacing them with the words"45 days"and as so amended paragraph 5.04.B.4 remains in effect. C. Property Insurance Delete Article 5.06.A of the General Conditions in its entirety and insert the following in its place: l. 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 RPA SUPPLEMENTARY CONDITIONS Page 4 of 14 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. j. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this Article LC 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 LC shall comply with the RPA SUPPLEMENTARY CONDITIONS Page 5 of 14 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 hi 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." 5. PROJECT MEETINGS Project meetings shall be held monthly to review progress and requests for payment, maintain coordination,update and modify scheduling requirements, and resolve any problems that might develop. 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. RPA SUPPLEMENTARY CONDITIONS Page 6 of 14 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 pen-nits obtained for the project by the Owner. These pen-nits 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 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 RPA SUPPLEMENTARY CONDITIONS Page 7 of 14 indicate only consent to the schedule of values as a basis for preparation of applications for progress payments and shall not constitute an agreement as to the value of each indicated item. 7.3 Schedule of Payments. Within 10 days after the effective date of the Agreement,the Contractor shall furnish to the Engineer a schedule of estimated monthly payments. The schedule shall be revised and resubmitted each time an application for payment varies more than 10 percent from the estimated payment schedule. 7.4 Approval of Subcontractors. Contractor shall submit a list of Subcontractors to be used on the project and it shall be acceptable to the Owner prior to starting work. For each Subcontractor include name, address, phone, type of work, registration number, approximate contract value and a list of projects completed within the last 5 years by the Subcontractor. 7.5 Shop Drawings and Engineering Data. In addition to the construction schedule, the Contractor shall submit to the Engineer a Shop Drawing Schedule indicating the title and appropriate date that all anticipated shop drawings will be submitted to the Engineer before the Engineer will proceed with the review of any submittals. All submittals, regardless of origin, shall be stamped with the approval of the Contractor indicating his review and identified with the name and number of this Contract, Contractor's name, and references to applicable specification paragraphs and Contract Drawings. Each submittal shall indicate the untended 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 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 RPA SUPPLEMENTARY CONDITIONS Page 8 of 14 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. 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. RPA SUPPLEMENTARY CONDITIONS Page 9 of 14 9.2 Weather Days. In the event inclement weather or the aftermath of inclement weather prevents the Contractor from performing gLny 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. 1 9.3 Winter Shutdown. See Special Provisions for requirements. 9.4 StandbyTime. No separate payment will be made for standby time, inactive periods beyond Contractor control or inactive periods resulting from requirements of this Contract. Such time will be considered incidental to the required work. Standby time can be expected but is not lnnited 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) Furnishing materials or equipment not in confornance with Contract Documents necessitating redesign by the Engineer. 2) Working beyond the tune of completion established in the Notice to Proceed with Construction. 3) Retests by others for tests that have failed and require Engineer's presence. 4) Repeated review of submittals and shop drawings that have not been approved. 5) Additional inspection as a result of unacceptable work. 6) Failing to follow design or construction documents. 7) Submitting excessive or unreasonable claims requiring Engineer's review. 8) Failing to properly document pay requests. 9) Failing to provide or adhere to schedules. 10) 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: I) 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/mi. 4) Per Diem:IRS allowable rate RPA SUPPLEMENTARY CONDITIONS Page 10 of 14 ) 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 1 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 J 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 snake 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. 1 11.2 Should an unforeseen or changed site condition arise on a portion of the work, the Contractor shall immediately notify the Owner in writing. The Owner and Engineer will work with the Contractor to resolve such a condition in a fair and equitable manner as soon as possible. iHowever, the Contractor shall continue work on any or all portions of the work that are not I ) directly affected by the unforeseen or changed site conditions or, when directed by the Engineer, the Contractor shall continue work on the disputed portion of the work in confor- mance with the appropriate section of these General Requirements. No claim for additional Contract Price or Time for standby will be allowed. Failure or refusal of the Contractor to continue such work will be cause for the Owner to take control of the work or terminate the Contract as herein provided and to employ such additional help as the Owner deems advisable to maintain progress. The costs of any such work will be deducted from the Contractor's monthly progress payments. The Contractor shall be subject to liquidated damages for any overrun of the Contract Time resulting from his failure or refusal to continue work as described. 1 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. RPA SUPPLEMENTARY CONDITIONS Page 11 of 14 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. i 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, Uniforni 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 Lutes.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 respective landowners in regards to removal, relocation, and restoration of fences prior to cominencing 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 dainaged 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. RPA SUPPLEMENTARY CONDITIONS Page 12 of 14 12.10 Repair by Pady Owning or MaintainingItem.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. • 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. RPA SUPPLEMENTARY CONDITIONS Page 13 of 14 • 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. CLEAN UP 15.1 General. This section covers the final preparations required to place the project into operation. 15.2 Final Conditioning. Before final acceptance is made, the work site shall be cleaned. This shall consist of the following: A. Grease, oil, dirt, grime, debris,and other foreign materials shall be removed; B. Nicks, scratches, voids, holidays, and other imperfections in painted surfaces shall be touch-up painted with matching paint; C. Chips, voids, cracks, and other imperfections in exposed concrete shall be repaired with methods and materials approved by the Engineer; D. Threaded fasteners shall be checked for tightness; E.Landscaping shall be fine-graded and re-established where necessary. 15.3 Removal of Construction Equipment.At the completion of this Contract,before acceptance of the work by the Owner,the Contractor shall remove all of the equipment,tools, and supplies from the job site. Should the Contractor fail to remove such equipment, tools, and supplies, the Owner shall have the right to remove them at the Contractor's expense. 16. BLASTING Blasting or the use of explosives will not be allowed on the jobsite. RPA SUPPLEMENTARY CONDITIONS Page 14 of 14 a s ) SECTION 4. I ) SPECIAL PROVISIONS l ) ► Intentionally Left Blank i MANLEY ROAD - SPECIAL PROVISIONS CONTENTS 1. 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. CONTRACT PERFORMANCE......................................................................................... 5 11. WARRANTY ...................................................................................................................... 5 12. SCHEDULING.................................................................................................................... 5 13. PRECONSTRUCTION CONFERENCE 14. CERTIFICATES OF INSURANCE.................................................................................... 6 15. ADDITIONAL INSUREDS................................................................................................ 6 16. WORK HOURS................................................................................................................... 7 J 17. SHOP AND FABRICATION DRAWINGS....................................................................... 7 18. SAFETY STANDARDS ..................................................................................................... 7 19. PAYMENTS TO CONTRACTOR...................................................................................... 8 20. CONSTRUCTION REQUIREMENTS............................................................................... 8 21. ENGINEERING INTERPRETATIONS ............................................................................. 9 22. CONTINUING PERFORMANCE...................................................................................... 9 23. MATERIALS AND CONTROL TESTING ....................................................................... 9 24. CONTRACTOR SURVEY............................................................................................... 11 25. UTILITIES......................................................................................................................... 13 26. ADJACENT PROJECTS................................................................................................... 17 27. RIGHT-OF-WAY..................................................................................... 28. CONSTRUCTION FACILITIES ...................................................................................... 17 29. MONTANA RAIL LINK.................................................................................................. 17 30. TRAFFIC CONTROL 31. EROSION CONTROL AND PERMITS...........................................................................21 i 32. FEDERAL CLEAN WATER ACT 404 PERMIT............................................................22 33. STREAM PROTECTION ACT 124 PERMIT..................................................................22 34. MIGRATORY BIRDS AND TREE REMOVAL 35. PROTECT EXISTING TREES ........23 36. PROTECTION OF EXISTING PAVEMENT..................................................................23 37. OPERATION OF WATER VALVES...............................................................................24 38. SALVAGABLE ITEMS....................................................................................................24 39. ACCESS TO RECORDS...................................................................................................24 40. CONSTRUCTION WATER AND DISPOSAL................................................................24 r41. DEWATERING.................................................................................................................24 42. DUST CONTROL.............................................................................................................24 43. OSHA REGULATIONS....................................................................................................25 44. SHORING..........................................................................................................................25 SPECIAL PROVISIONS-Manley Road Page 1 of 81 45. CONTAMINATED MATERIALS ................................................................................... 25 46. USE OF COMPLETED PORTIONS ................................................................................ 25 47. RECORD DRAWINGS..................................................................................................... 25 48. CLEANUP......................................................................................................................... 26 49. SOILS INFORMATION ................................................................................................... 26 50. TOPSOIL........................................................................................................................... 26 51. SUBBASE COURSE MATERIAL................................................................................... 26 52. EXPLORATORY EXCAVATION................................................................................... 27 53. MUCK EXCAVATION.................................................................................................... 27 54. SUBEXCAVATION.......................................................................................................... 27 55. STREET EXCAVATION.................................................................................................. 28 56. ROAD & PATH GEOTEXTILE....................................................................................... 28 57. USE OF REMOVED ASPHALT PAVEMENT............................................................... 28 58. OPTIONAL PULVERIZING AND REUSE..................................................................... 29 59. SANITARY SEWER BYPASS PUMPING...................................................................... 29 60. SANITARY SEWER EASEMENT .................................................................................. 29 61. SANITARY MANHOLE TESTING................................................................................. 29 62. ASBESTOS SANITARY SEWER AND PERMITTING................................................. 29 63. TEMPORARY WATER SUPPLY.................................................................................... 30 64. TRENCH BACKFILL....................................................................................................... 33 65. GLEN LAKE OUTFALL CONVEYANCE ..................................................................... 34 66. STORM WATER TREATMENT DEVICE...................................................................... 34 67. RIP RAP............................................................................................................................. 37 68. ELECTRICAL................................................................................................................... 37 69. ADJUST SPRINKLER SYSTEMS................................................................................... 43 70. HYDRAULIC SEEDING.................................................................................................. 44 71. DELINEATORS................................................................................................................ 45 72. SIGNING........................................................................................................................... 45 73. MAILBOXES .................................................................................................................... 45 74. PAVEMENT MARKINGS ............................................................................................... 46 75. SHARED-USE PATH RAIL............................................................................................. 47 76. HANDRAIL....................................................................................................................... 47 77. PVC IRRIGATION SLEEVE............................................................................................ 47 78. RETAINING WALL......................................................................................................... 48 79. MISCELLANEOUS WORK............................................................................................. 48 80. SAW CUTTING................................................................................................................ 48 81. FLOWABLE FILL ............................................................................................................ 48 82. EROSION CONTROL BLANKET................................................................................... 48 83. NORTHWESTERN ENERGY GAS TRANSMISSION REQUIREMENTS.................. 48 84. NORTHWESTERN ENERGY GAS DISTRIBUTION REQUIREMENTS.................... 49 85. SUNFISH COMMUNITY IRRIGATION ........................................................................ 50 86. STREAM RELOCATION................................................................................................. 50 87. LUMINAIRE POLE FOUNDATIONS............................................................................. 51 88. TREE PLANTING............................................................................................................. 51 89. GUARDRAIL.................................................................................................................... 53 90. MEASUREMENT &PAYMENT..................................................................................... 53 SPECIAL PROVISIONS-Manley Road Page 2 of 81 i , 1. PROJECT DESCRIPTION This project will reconstruct and widen Manley Road from Griffin Drive to north of Gallatin Park Drive in Bozeman, Montana. The work includes upsizing an asbestos sanitary sewer, water main adjustments, new storm drain systems, street excavation with sub-excavation, gravel and asphalt j surfacing with curb and gutter, shared-use pathways, sidewalk A.D.A. ramps, street lighting, signing, pavement markings, topsoil, and hydraulic seeding. 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 l progress of unauthorized work shall be the responsibility of the Contractor. 3. AWARD OF CONTRACT ) The award of the contract, if awarded, will be made within the period specified in the Invitation to Bid to the lowest responsible Bidder whose bid complies with all the requirements prescribed herein. The successful Bidder will be notified by letter, mailed to the address shown on the bid, that their bid has been accepted and that they have been awarded 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 20 East Olive Street, Bozeman, MT 59771 Contact Person: Kellen Gamradt,P.E. } (406) 582-2283 Wherever in these Documents the word "Engineer" appears, it shall mean Robert Peccia & Associates and/or Allied Engineering Services Inc. These firms have 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 Peccia &Associates 3810 Valley Commons Drive, Suite 4,Bozeman, MT 59718 Contact Person: Staci Venner,P.E. (406) 580-4438 or (406)284-2665 Allied Engineering Services Inc. 32 Discovery Drive,Bozeman,MT 59718 Contact Person: Lee Evans,P.E. (406) 582-0221 J SPECIAL PROVISIONS—Manley Road Page 3 of 81 5. CONTRACT TIME AND LIQUIDATED DAMAGES A. 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. B. Contract Time: Contract Time for the project is 150 Calendar Days. C. 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. 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. 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. 3. As compensation for non-use, the Contractor shall be assessed a liquidated damage of $400.00 per hour for each hour that the temporary water systems work remains uncompleted beyond the 8-hour window as defined and specified in the Special Provision for Temporary Water Systems. 4. 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. 8. APPROVAL OF EQUIPMENT AND MATERIAL The Contractor shall furnish to the Owner or its Engineer for approval the name of the manufacturer of machinery, mechanical and other equipment and materials which they contemplate using in SPECIAL PROVISIONS—Manley Road Page 4 of 81 execution of the work, together with the performance capacities and such other information which may be pertinent or required by the Owner. 9. BIDDERS QUALIFICATIONS The Contractor shall show evidence that they have the finances, organization, and equipment to perform the work with a limited number of subcontractors. 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 f 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. CONTRACT PERFORMANCE Perform at least 40% of the original Contract cost with the Contractor's organization. J 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. 11. 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. i The Performance Bond shall remain in full force and effect through the warranty period. In addition, the Contractor shall be required to attend a warranty inspection, approximately 23 months after substantial completion. The Owner and Engineer will also be present at this inspection. All components of the project will be inspected for defects in materials or workmanship. Any defects found shall be repaired by the Contractor as set forth in the previous paragraph. 12. SCHEDULING Prior to the Preconstruction Conference, the Contractor shall provide the Owner and 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 i PERT format. The schedule shall be updated and resubmitted as necessary to reflect project changes. B. A Payment Schedule showing the anticipated amount of each monthly payment that is due in > accordance with the Construction Progress Schedule. 13. PRECONSTRUCTION CONFERENCE After the Contract has been awarded, but before the start of construction, a preconstruction conference will be held for the purpose of discussing requirements on such matters as project supervision, on-site inspection, progress schedules and reports, payrolls, payment to contractors, contract change orders, insurance, safety, and other items pertinent to the project. The Contractor SPECIAL PROVISIONS—Manley Road Page 5 of 81 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. 14. 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 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. 15.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 Supplementary Conditions the following entities shall be included as additional insureds: OWNER: City of Bozeman,Montana ENGINEER: Allied Engineering Sei vices,Robert Peccia&Associates ENGINEER'S CONSULTANTS: Sundog Environmental LANDWONERS GRANTING CONSTRUCTION PERMITS OR EASEMENTS: Parcel#1 BNSF/Montana Rail Link Parcel#2,4,6A,14 Glen Lake Holdings LLC Parcel#3 Mergenthaler Family LLC Parcel#5 LuRoth LLC Parcel#12 Map Brewing LLC Parcel#15 Glen Lake Property Owners Association Inc Parcel#16 Megaspace Parcel#17 B & G Development LLC Parcel#18 Triple S Properties LLC Parcel#19 M532MT,LLC and Justin A. Lind, D/B/A Ink Outside the Box Parcel#21 795 LLC Parcel#22 Sunfish Park Community Association, Inc Parcel#23 Bridger Vale LLC Parcel#24 Old Marsh Holdings LLC Parcel#25 Gallatin Park Owners' Association,Inc. Parcel#26 Double S Properties LLC Parcel#27,28 Melvin L. Hillman& Sandra L.Hillman Parcel#29 395 Gallatin Park Drive,LLC Parcel#31 Manley Road LLC SPECIAL PROVISIONS—Manley Road Page 6 of 81 i 16. WORK HOURS See the Supplementary Conditions for additional requirements on work hours and weather days. Per Bozeman Municipal Code Section 16.06.070, operating equipment or performing any construction work as defined in Code Section 16.06.060 will be authorized between the hours of 6:00 am and 8:00 pm from October 1 through March 31 and between 6:00 am and 10:00 pm from April I through September 30. The Contractor shall request project work hours in writing to the Owner. The Owner may issue special conditions to mitigate potential negative noise impacts. 17. SHOP AND FABRICATION DRAWINGS The Contractor shall prepare and submit fabrication drawings, design mixes, 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 as determined by the Owner or Engineer. 1 Any review by the Engineering and 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). Notwithstanding 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. I 18. SAFETY STANDARDS The Contractor shall be solely responsible for safety of the jobsite, including safety of all persons (including employees) and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U.S. Department of Labor OSHA requirements, 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 to the Owner. In addition,the Contractor must promptly report in writing 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 details of the claim. SPECIAL PROVISIONS—Manley Road Page 7 of 81 The Contractor shall take all necessary provisions for safe handling of chemical amendments and potentially hazardous wastes, including determining hazards, developing safety plans, providing emergency and decontamination services, and developing spill containment procedures. 19. PAYMENTS TO CONTRACTOR A. 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. B. 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. 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. C. Application for Final Pam. 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. 20. CONSTRUCTION REQUIREMENTS A. 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. B. 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. C. 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,topsoil, and hydraulic seeding as specified. 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 SPECIAL PROVISIONS—Manley Road Page 8 of 81 includes areas selected by the Contractor outside the defined construction limits for mobilization, offices, equipment, and material storage. 21. 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. 22. 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. 23. 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. 1 A. The Owner's Testing Company shall be responsible for the following testing: • Compaction and density testing of subgrade and gravels • Concrete testing and cylinders • Asphalt material and core testing (does not include density 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. B. The Contractor shall be responsible for and pay for the following testing: i 1. Dates of acceptable tests for water mains, which shall include hydrostatic and leakage testing and bacteriological testing. These tests shall be conducted by the Contractor in the presence of the Engineer. The written test results shall be provided to the Engineer prior to acceptance of.the water main. SPECIAL PROVISIONS—Manley Road i Page 9 of 81 I � 2. Elevations shall also be recorded and provided for the top of water main at 50' intervals. The Contractor shall cooperate with the Engineer to document these elevations, including providing the equipment necessary to shoot the elevations. The Engineer will have a representative on-site to record the data as the pipe is being installed. The Contractor shall provide safe access to the Engineer for these inspections and cooperate with the Engineer to ensure that adequate documentation is obtained. 3. Verification that all thrust blocking is installed in accordance with the approved plans and specifications. The Contractor shall provide safe access to the Engineer for these inspections and cooperate with the Engineer to ensure adequate documentation is obtained. 4. Mix designs for Portland cement concrete, asphaltic concrete pavement, and flowable fill. 5. Soils and aggregate materials tests, including but not limited to Proctors, sieve analysis, abrasion,moisture content, gradations, etc. 6. Density testing during asphalt paving operations. C. 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. 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. 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. Thickness. If the average thickness of the pavement cores is more than 1/4"below the plan thickness, or if any one individual core is more than 1/2" below the 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'/z", 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 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 SPECIAL PROVISIONS—Manley Road Page 10 of 81 i i is more than '/2", 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 '/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 %%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 3/4", 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. Densily. 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 j 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 j Owner in the amount of 1.5 times the unit price bid times the amount of pavement that is deficient in density. D. Patent. Work under this provision is included in the lump sum bid price for Construction Surveying, Staking and Testing.The costs for the Owner's Testing Company are not included in this Contract and will be paid separately by the Owner. 24. 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. A. Existing 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. 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 1 SPECIAL PROVISIONS—Manley Road Page 11 of 81 i 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. B. Grade and Alignment. The Contractor shall calibrate and maintain all line and grade control equipment, including transits,levels, and lasers periodically to assure their accuracy. C. 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 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. D. 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 100 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 50 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 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. Monuments. New monument boxes,property pins, and recordation are required as part of this Contract, as shown on the Drawings. SPECIAL PROVISIONS—Manley Road Page 12 of 81 I 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. E. Payment. Work under this provision is included in the lump sum bid price for Construction Surveying, Staking and Testing. i 25. 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 i 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 i on this system. The City of Bozeman will locate City water lines, sanitary sewer lines, storm drain lines, and public street lighting systems. 25.1 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: 25.1.1 The nature of the work that the Contractor will be performing. 25.1.2 The time, date and location that the Contractor will be performing work that may conflict with the utility. 25.1.3 The nature of work that the utility will be required to perform such as moving 1 a power pole, supporting a pole or underground cable, etc. 25.1.4 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 fiom the original notification. 25.2 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. i 25.3 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 SPECIAL PROVISIONS—Manley Road Page 13 of 81 I 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. 25.4 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 Documents, or the Owner's Standard Specifications when the work involved is not covered by these Specifications. 25.5 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 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. 25.6 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 properly stating that it has been repaired to the utility owner's satisfaction. 25.7 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. 25.8 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. 25.9 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. 25.10 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. SPECIAL PROVISIONS—Manley Road Page 14 of 81 i 25.11 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. See the Northwestern Energy provision for additional requirements at Northwestern Energy facilities. 25.12 Pavement Removal. Where trench excavation requires the removal of curb and gutter, concrete sidewalks, or asphaltic or concrete pavement, the pavement or concrete shall be cut in a straight line parallel to the edge of the excavation by use of a spade-bitted air hammer,concrete saw, colter wheel,or similar approved equipment to obtain a straight, square clean break. Pavement cuts shall be 2 feet wider than the actual trench opening as indicated in the Drawings. 25.13 Survey Markers and Monuments. The Contractor shall use precaution to protect and not disturb any survey marker or monuments, such as those that might be located at lot or block corners, property pins, intersection of street monuments or addition line demarcation. Such protection shall include markings with flagged high lath and close supervision. No monuments shall be disturbed without prior approval of the Engineer. Any survey marker or monument that is disturbed by the Contractor during the construction of the project shall be replaced at no cost to the Owner by a licensed professional land surveyor. 25.14 Potholing and Exploratory Excavation. The Contractor shall perform any necessary potholing of existing utilities at potential 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. Exploratory excavation activities may be used to find critical buried items that are at unknown locations (i.e. buried connections, utilities that cannot be located, private lighting, etc.). All exploratory excavation activities must be approved in advance by the Engineer. Locating underground utility crossings during new storm and sanitary pipeline installations,shall be incidental to the new pipe unit prices, and will not be eligible for exploratory excavation payment. 25.15 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 j Contractor shall immediately notify the Engineer of any discrepancies with utility locations as shown on the Drawings and/or the bury depths that may in any way affect the intent of construction as scoped in these Contract Documents. i Fiber was recently installed in March 2020 near Gallatin Park Drive and is not shown on the Drawings. 25.16 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. Utility conflicts are shown on the Utility Conflict sheets in the Drawings. The following is a summary of expected utility adjustments, and is not a complete list: a Centurylink relocations from within Manley Road and at crossings from Sta.28+50 to 46+50 a New Spectrum bore near Turtle Way a New Northwestern Energy bore near Bridger Vale Dr. a Relocation of gas services and Centurylink crossing the road reconstruction and new storm drain facilities from Turtle Way to the north end of the project a Adjusting various Spectrum& Centurylink pedestals to grade a Relocating Spectrum& Centurylink pedestals at Turtle Way SPECIAL PROVISIONS—Manley Road Page 15 of 81 i • Remove, relocate, and/or adjust Northwestern Energy gas valve and markers • Power pole replacement at Sta. 41+75 RT. • Wrapping base of power poles The existing fiber within the new Manley Road section from Griffin Drive to Sta. 27+00 on the left will remain in place and is approximately 47-inches deep. See Drawings for pothole information. The existing Northwestern Energy 12-inch high pressure gas transmission line will be crossed by road construction and storm drain installation. See the Northwestern Energy provision for additional requirements. The Contract estimates quantities for flowable fill at these crossings, which includes exposing the gas and placing sand cushion layers. The new sanitary sewer crosses under an 8-inch gas line. There is minimal clearance (6-inches) at the crossing. The Contractor shall contact and coordinate with Northwestern Energy prior to beginning and during the sewer replacement. To minimize the chance of damaging the gas line,the Contractor shall minimize the sewer trench width, fully support the gas line, and follow Northwestern Energy recommendations. Additional work at this crossing includes a sand cushion, flowable fill, and restrictive backfill and compaction requirements. See the Northwestern Energy provision, The Contract estimates flowable fill quantities at other utilities to remain in place that cross new storm drain,new sanitary sewer, and new road sections. 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. 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. 25.17 Utility Contacts. The following utility companies have facilities within the project site: • Centurylink: Jana Jones 406-441-7500, Thomas Mellor 406-585-1909 or 406-451-5259 • Charter: Jared Phillips 406-570-0935, Rob Leiva 406-539-4254 • Northwestern Energy Distribution: Cammy Dooley 406-539-2359 or Erika Chaney 406-223- 6902 • Northwestern Energy Gas Transmission: Joe Carmody 406-497-2276 25.18 Gas Line Requirements. See the Northwestern Energy provisions for requirements at gas facilities. 25.19 Power Pole Requirements. Notify and coordinate with Northwestern Energy prior to any grading at the base of power poles to remain in place. Northwestern Energy will wrap the base of the power poles. Adjust grading as necessary for Northwestern Energy requirements. 25.20 Payment. All costs associated with the work under this provision are incidental to the various bid items of the Contract.No separate measurement or payment shall be made. SPECIAL PROVISIONS—Manley Road Page 16 of 81 1 i 26. ADJACENT PROJECTS Coordinate the work of this Contract with adjacent public and private design and construction projects. Concurrent projects include the following: • Griffin Road Design, City of Bozeman j Engineer: Sanderson Stewart,Danielle Scharff,406-522-9876 1 . New South Access Road,Northwestern Energy Engineer: Sanderson Stewart,Danielle Scharff,406-522-9876 • Glen Lake Rotary Stream Relocation Engineer: Allied Engineering,Doug Chandler, 406-582-0221 a Bridger Vale Subdivision Engineer: C&H Engineering,Luke Stein, 406-587-1115 Contractor: Sime,Theron Pavlik,406-582-9841 The projects will directly connect new roads, shared-use paths/sidewalks, and systems for water, sanitary, and storm drainage. Coordinate detour routes,traffic control, sequencing,work zones, and haul routes prior to beginning work and throughout the duration of the project with the representatives listed above. 27. RIGHT-OF-WAY 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 28. CONSTRUCTION FACILITIES A. Temporary Utilities. The Contractor shall provide all temporary electrical, lighting, telephone, heating, cooling,ventilating,water,sanitary,first aid,fire protection,and other utilities and services necessary for the performance of the work. All fees, charges, and other costs associated therewith shall be paid for by the Contractor. B. Sanitary. The Contractor shall furnish, install, and maintain ample sanitary facilities for all 1 workmen.Enclosed temporary toilets shall be furnished and placed as required by the sanitary codes t of state and local governments. C. 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 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. t 29. MONTANA RAIL LINK The project work includes roadway fill slope placement and sanitary sewer replacement within Montana Rail Link(MRL) property. This work must remain within the construction permit and the 30-foot wide sanitary sewer easement as shown on the Drawings. Notify MRL prior to beginning work on MRL property for additional MRL safety requirements. Do not use MRL property for storage, staging, parking, or any other project related work./7 SPECIAL PROVISIONS—Manley Road Page 17 of 81 I 30. TRAFFIC CONTROL 30.1 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 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. 30.2 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 controlling traffic under the specific conditions. For street closures, the Traffic Control Plan shall include specific details on closures, 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 Traffic Control 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 and City of Bozeman Standard Drawings for traffic control; • Locations and signs for `No Parking' zones; • Locations for flag-persons, along with anticipated dates and hours of use; • Detour routing and signing,with spacing distances; • Temporary signal layout and specifications as necessary; • Nighttime lighting locations and specifications as necessary; • Traffic control detours and devices including coordination with adjacent projects for all overlapping traffic control zones; • Winter shutdown traffic control. 30.3 ManleRoad. Manley Road must remain open to traffic throughout construction. Provide and maintain a minimum 12-foot width road at all times (One-Lane Two-Way travel)through active construction zones using approved traffic control.Provide traffic control and signing to eliminate all on-street parking during construction. Sequence and phase the construction to limit delays to a maximum of 15 minutes in each direction of traffic. Provide and maintain a minimum 24-foot width road (Two-Lane Two-Way travel) when construction is not active (nights, weekends, holidays, winter shutdown) using approved traffic control. Detour routes along Iron Horse Road and Gallatin Park Drive may be utilized as part of an approved traffic control plan. Additional no parking zones are required to maintain a 24-foot clear width for two-way traffic on all detour routes. Access to all businesses, residences, and landowners shall be provided at all times. SPECIAL PROVISIONS—Manley Road Page 18 of 81 Provide two Variable Message Signs on Griffin Road stating the upcoming Manley Road construction and restrictions. The signs shall be active for a minimum of one week prior to the beginning of Manley Road construction. Obtain approval from Gallatin County for any traffic control that impacts roads outside the Bozeman city limits. Seasonal roadway weight restrictions may be present on county roads and the county roads may not support certain vehicles. 30.4 Sanitary Sewer Installation Across Manley Road. Submit a Traffic Control plan to the Owner and Engineer for approval for temporary closures of Manley Road for the specific installation of the sanitary sewer replacement constructed across the Manley Road driving lanes. 30.5 Business & Resident Access. Access to businesses and residences shall be provided at all times. The Contractor may close business and resident driveways only for the construction of driveway replacements. The temporary closures for driveway replacement must be short in duration and approved in advanced with the Owner and landowner. Coordinate with landowners to accommodate truck deliveries. Provide additional business signing as necessary or as requested by the landowner or Owner throughout the various project phases. For parcels that have more than one existing access, maintain a minimum of one access at all times for that parcel. For parcels with only one access, provide a temporary driveway or construct the driveway replacement half at a time while maintaining traffic on the other half. Provide temporary culverts at the temporary driveways as necessary. Minimum temporary driveway widths must match existing widths,unless approved by the landowner and Owner. Provide 48-hour advanced notice to the Engineer,tenant, and landowner prior to changing access. 30.6 Mail,Deliveries, Recycling and Garbage. Provide access for mail delivery,truck deliveries, recycling, and garbage service fon each parcel. Provide, install, and maintain temporary mail and 1 newspaper boxes. Coordinate maitb) ices with the United States Post Office representative. See the Mailbox special provision for addit'.u,. l requirements. 30.7 Bus Stops. Maintain access to at, • Streamline and First Student bus stops at all times during construction,or coordinate with bus repre, mtatives to provide and maintain alternate stop locations. Coordinate with bus representatives prior . starting construction and throughout construction for changes to sequencing and phasing. 30.8 Pedestrian Access. The Contractor shall maintain existing pedestrian facilities and the Manley Road trail crossings at Turtle Way 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. Provide traffic control for sidewalk/path closures and sidewalk/path detours throughout construction in accordance to the city of Bozeman's } Standard Drawings (01570 Series). 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. 30.9 Notifications. The Contractor shall notify all entities in the area of the programmed work of 4 street closures, parking restrictions, detours, closures, periods of delay, incidents, and any other conditions, a minimum of 24 hours prior to beginning work within the affected area. SPECIAL PROVISIONS—Manley Road Page 19 of 81 i The Contractor shall provide notifications to adjacent landowners,tenants, Police Department, Fire Department, ambulance service, Streamline bus, First Student bus, garbage and recycling services (City and private), mail delivery services, nearby schools, the Engineer, the Owner, and the city of Bozeman Public Works Department. The Owner is responsible for updating the city of Bozeman social media sites and providing local news outlets with the Contractor's information throughout the project. 30.10 Winter Shutdown. Obtain approval from the Owner prior to the anticipated winter shutdown period. Manley Road, side streets, and all driveways must be open to traffic at all times throughout winter shutdown with asphalt surfaces. Gravel surfaces and closures are not permitted during winter shutdown. Construct Manley Road and all side streets to a minimum 24-foot wide road section through at least the first lift of asphalt. Provide temporary pavement markings on all asphalt surfaces of a 4-inch wide double yellow centerline. Remove existing pavement markings as necessary to provide a consistent and safe facility during winter shutdown. All temporary markings and removals are included in the lump sum bid price for Traffic Control, and no separate payment is made. Restore all roads, driveways, pedestrian facilities (trails and sidewalks) and crossings to match existing conditions (prior to beginning of construction) throughout winter shutdown. Maintain all traffic control devices and asphalt/concrete surfaces throughout construction. Repair all damaged asphalt and concrete surfaces throughout winter shutdown, including but not limited, to repairing and filling potholes with an asphalt material for a smooth riding surface. The Owner will provide plowing during winter shutdown. 30.11 Sequencing. Pipes and drains may be installed prior to grading operations. Sequence pipe and drain installations and removal, and ditches 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 2-inch thick asphalt surface. Costs for replacing surfacing and maintaining temporary patches are included in the lump sum bid price of Traffic Control. 30.12 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 shall be protected. Stockpiles and equipment shall also have adequate protection. 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. SPECIAL PROVISIONS—Manley Road Page 20 of 81 i 30.13 Temporary Barrier Rail. The Contractor shall furnish,install,maintain,relocate,and remove temporary concrete barrier rail and temporary attenuators, as necessary, 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. 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. Temporary barrier rail items are not estimated as part of this Contract and will vary depending on the construction sequencing and phases.All temporary barrier rail required at horizontal and vertical hazards shall be included in the lump sum bid price for Traffic Control. 30.14 Payment. All work described in this provision is included in the lump sum bid price for Traffic Control. The Traffic Control bid item includes, but is not limited to, costs for temporary asphalt, temporary pavement markings and removals, asphalt and concrete maintenance and repairs throughout winter shutdown, temporary barrier rail and attenuators, lights, barricades, variable message signs,business traffic control signing, and temporary pedestrian facilities. The Owner may charge the Contractor Liquidated Damages, as described in Special Provision No. 5,when the Contractor does not adhere to the requirements of this provision. ! 31. 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. SPECIAL PROVISIONS—Manley Road Page 21 of 81 I 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 Activity).Efforts and costs associated with securing these permits shall be included in the lump sum bid price for Erosion Control and Permits. 32. FEDERAL CLEAN WATER ACT 404 PERMIT The Nationwide 404 Permit is currently being processed and does not have final approval by the U.S. Corps of Engineers. The wetlands and stream channel designated for permanent and temporary impacts are shown on the Drawings. These wetlands and stream areas cannot be impacted by the Contractor until the permit is approved by the Corps of Engineers and mitigation purchase is made by the Owner. The expected date for this to occur is mid-May. The Contractor shall follow the provisions of the Federal Clean Water Act, including requirements of the permit obtained for stream and wetland impacts for this project. See Appendix C for the requirements as part of a typical Nationwide permit. Adhere to applicable permit conditions,NWP Fact Sheets, Regional Conditions, and 401 Certification requirements. Obtain an additional permit, if necessary, for any temporary facilities and/or construction activities that are not covered under the project permit obtained by the Owner. 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 the delineated wetlands and stream channel.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. 33. STREAM PROTECTION ACT 124 PERMIT The 124 Stream Permit Act(SPA) is currently being processed and does not have final approval by Montana Fish, Wildlife and Parks (FWP). The stream is shown on the Drawings and extends from the Glen Lake outlet across Bridger Vale property, then to the north along the east side of Manley Road. This stream cannot be impacted by the Contractor until this permit is approved. The expected date for this to occur is mid-May. SPECIAL PROVISIONS—Manley Road Page 22 of 81 The Contractor shall follow the requirements of the Montana Stream Protection Act (SPA) for the 124 Permit obtained for permanent stream impacts for this project. See Appendix C for the requirements as part of a typical 124 SPA permit. Obtain an additional permit, if necessary, for any temporary facilities and/or construction activities that are not covered under the project SPA 124 permit obtained by the Owner. These construction activities may include, but are not limited to,temporary work pads, cofferdams,temporary detours, diversions, removal and disposal of existing structures, temporary fills and berms, haul roads, and other work at the stream channel. Prepare the application and submit to the Engineer and Owner for review and submittal to FWP. Work under this provision is included in the lump sum bid price for Erosion Control and Permits. 34. MIGRATORY BIRDS AND TREE REMOVAL s 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'h to August 101 . J Coordinate all tree removals and trimming with the City of Bozeman Forestry Supervisor. Make all efforts to limit tree disturbance and preserve as many trees as possible within the construction permit areas. Work under this provision is included in the bid price for each Remove Tree and Trim Tree. 35. 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 1 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 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 by the Contractor's construction activities at j 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 under this provision is incidental to the Contract and no separate payment is made. 36. 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 1 SPECIAL PROVISIONS—Manley Road Page 23 of 81 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. 37. 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 consent of the city of Bozeman Public Works Department. 38. SALVAGABLE ITEMS The Contractor shall salvage and deliver existing signs and luminaires designated for removal to the City of Bozeman shop complex.The Contractor shall dispose of all other removal items per statutory regulations at no additional cost to the Owner. Work in this provision is incidental to the various bid items of the Contract and no separate payment is made. 39. 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. 40. CONSTRUCTION WATER AND DISPOSAL Water for compaction efforts or other work as needed by the Contractor may 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 in advance by the Owner. 41. DEWATERING Groundwater may be encountered when excavating and installing pipes,trenches,water and sanitary lines, electrical foundations, and other roadway features. The Contractor shall make appropriate provisions for groundwater and dewatering. The Contractor shall submit a plan for dewatering to the Engineer,but this plan is for informational purposes. The Contractor is responsible for determining the appropriate method of dewatering and analyzing whether any dewatering will affect existing utilities,structures,and any proposed facilities as part of this project. The Contractor shall also be responsible for obtaining the necessary permits for discharge of the dewatering operations. All excavations that experience groundwater must be dewatered properly and kept dry at all times. 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.Dewatering for the sanitary sewer is on a separate bid schedule.Dewatering as part of the road bid schedule is for storm drain,electrical work,roadway, detention basin, and channel work. 42. 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. SPECIAL PROVISIONS—Manley Road Page 24 of 81 I ' Hauling of material and transport of equipment along public roadways 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 chem- ically 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 payment is made. I 43. OSHA REGULATIONS The Contractor shall comply with current Occupational Safety and Health Administration(OSHA) Construction Standards for Excavations. Any conflicting information between OSHA documents and these Contract Documents shall be revised so that the OSHA document requirements supersede and take precedence over all other conflicting information.The Contractor shall be required to obtain copies of the OSHA document and to complete a review of the same to avoid misinterpretation of their regulations. 3 The Contractor shall prevent employee exposure to potentially harmful levels of contaminants and ensure acceptable OSHA worker safety procedures are implemented. 44. 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 i 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. 45. CONTAMINATED MATERIALS If contaminated soils,materials,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 Owner, Engineer, and Montana Department of Environmental Quality at 800-457-0568. Payment for work under this provision shall be addressed by the Owner and Regulatory Agencies at the time of discovery. 46. 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. 47. RECORD DRAWINGS i 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 i surveys required as part of the work. The Contractor shall furnish the Record Set to the Engineer following the Final Inspection of the project. i SPECIAL PROVISIONS—Manley Road Page 25 of 81 i 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. 48. CLEANUP The Contractor shall be responsible for keeping all streets, sidewalks, driveways, and adjacent parking lots 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. 49. SOILS INFORMATION See Appendix B for the geotechnical report provided by Allied Engineering Services Inc. The test pit and boring locations are shown on the Drawings. Detailed laboratory results are included in the report. This information is provided for informational purposes only. The Contractor remains responsible for analyzing and constructing the project on the existing site conditions. 50. 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 topsoil is not available on site,provide imported topsoil to cover disturbed areas. Stockpile topsoil at locations within the right-of-way as 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 weed control as necessary for salvaged, stockpiled, imported, and reused topsoil. 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. 51. SUBBASE COURSE MATERIAL The subbase material is 6-inch minus pit run gravel meeting the requirements of MPW Section 02234 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 SPECIAL PROVISIONS—Manley Road Page 26 of 81 I 1 1 52. EXPLORATORY EXCAVATION + Exploratory excavation activities may be used to find critical buried items that are at unknown locations (i.e. buried connections, utilities that cannot be located, etc.). All exploratory excavation activities must be approved in advance by the Engineer. Exploratory excavation activities shall include,at a minimum,one midsized excavator,an operator and two laborers. Locating underground utility crossings during new storm and sanitary pipeline installations, shall be incidental to the new pipe unit prices, and will not be eligible for exploratory excavation. Exploratory excavation shall be paid for by the hour at the unit bid price. The Contract includes an estimated 40 hours of exploratory excavation. This quantity was chosen to establish a unit price. The actual amount of exploratory excavation necessary to complete the 1 project is unknown. No adjustment in the unit bid price will be made regardless of the final quantity I of exploratory excavation. I 53.MUCK EXCAVATION This work is furnishing all materials, equipment, and labor necessary for removal of unsuitable 1 materials in muck excavation areas of existing ditches, stream channels, and wetland areas. This work also includes haul, disposal of material,and backfill with replacement material at the locations shown on the Drawings and as directed by the Engineer. Muck excavation may be used as topsoil with proper processing and drying, and with the approval of the Engineer. Muck excavate to a depth of 2-feet at the locations shown on the Drawings and as directed by the Engineer. Furnish and install replacement material of 6-inch minus pit run gravel meeting the requirements in 1 the Subbase Course Material provision. Furnish and install geotextile (Mirafi 180 N or approved 1 equal 8-ounce medium weight non-woven fabric) directly on the sides and bottom of the muck 1 excavation area and extend vertically on the sidewalls. Do not operate equipment directly upon the geotextile. Repair all damaged geotextile at no additional cost to the Owner. The Contract estimates quantities of muck excavation,replacement material, and geotextile. These quantities establish unit bid prices, and the actual amounts will vary based on site conditions. No 1 adjustment in the unit bid price will be made regardless of final quantities of muck excavation. Muck Excavation and Replacement Material will be paid at the unit bid price per cubic yard i measured in place, which includes haul and disposal of unsuitable materials. Muck Excavation 1 Geotextile will be paid at the unit bid price per square yard in place, excluding overlaps, keys, and vertical walls. 1 54. SUBEXCAVATION This work is furnishing all materials, equipment, and labor necessary for removal of unsuitable materials in subexcavation areas below the subgrade at roadway or path locations. This work also includes haul, disposal of material, and backfill with replacement material as directed by the Engineer. Dispose of all subexcavation materials off site. Subexcavate to a minimum depth of 1-foot, and as directed by the Engineer,to provide a stable base meeting the compaction requirements. Furnish and install replacement material of 6-inch minus pit run gravel meeting the requirements in the Subbase Course Material provision. Furnish and install subexcavation geotextile (Mirafi 60OX or approved equal 315-pound woven fabric) directly on the sides and bottom of the subexcavation SPECIAL PROVISIONS—Manley Road Page 27 of 81 excavation area and extend vertically on the sidewalls. Do not operate equipment directly upon the geotextile. Repair all damaged geotextile at no additional cost to the Owner. The Contract estimates quantities of subexcavation, replacement material and geotextile. 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 Material (Below Subgrade) measured in place, which includes haul and disposal of unsuitable materials. Subexcavation Geotextile will be paid at the unit bid price per square yard in place, excluding overlaps,keys, and vertical walls. 55. STREET EXCAVATION Street excavation is the excavation, removal, 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 road or path subgrade. Street excavation includes removal and disposal of existing curb and gutter, 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, stockpiling materials, on-site embankment material haul and placement,dust control,subgrade preparation,and compaction.There is no additional compensation for hauling, salvaging, sorting, special handling, stockpiling, wasting, settlement, re-handling, or mixing of the excavated material. 56. ROAD & PATH GEOTEXTILE Furnish and install fabric of Mirafi RS 580I (or equivalent equal of Tensar TX-5 geogrid underlain by an 8-ounce non-woven geotextile fabric) directly on the bottom of the roadway subgrade, up the sidewalls of the base gravels, and key into existing ground. Furnish and install fabric of Mirafi 600X, or approved equal 315-pound woven fabric, directly on the shared-use path subgrade area and extend horizontally 1-foot on both sides of the path. Do not omit the road and path geotextiles if subexcavation with replacement material is required and constructed below the road and path subgrades. Fabric can be eliminated if it is determined by the Engineer that the roadway or path subgrade is clean, native, in-place sandy gravel. Install geotextiles in accordance with MPWSS Section 02110. Geotextile will be paid at the unit bid price per square yard in place, excluding overlaps,keys, and vertical walls. 57. USE OF REMOVED ASPHALT PAVEMENT Asphalt concrete pavement removed during roadwork operations may be used as backfill material in areas with Type A backfill and/or subbase material if mechanically processed to 4-inch minus size with a cold planer, rotomill, or similar equipment and mechanically blended at a 50/50 ratio with other subbase course material to ensure thorough mixing. SPECIAL PROVISIONS—Manley Road Page 28 of 81 i 58. OPTIONAL PULVERIZING AND REUSE Based on the geotechnical investigation in Appendix B, it is estimated that the existing roadbed 1 ) along Manley Road could be pulverized to generate salvageable materials that may be mechanically blended,per specifications,and reused as subbase course to reduce the quantity of imported subbase j materials. At most 50%of the proposed road sub-base section may contain the reused material,with at least 50% containing imported subbase material. and clean e materials may include pulverized asphalt, clean base course materials, Salvageabl m y p p subbase materials, as approved by the Engineer. All pulverized asphalt materials must be mechanically blended and thoroughly mixed, and in accordance with the previous provision, with either on-site clean gravels or imported gravels to meet required gradations. Pulverization and reuse of materials is recommended in the Geotechnical Report. However, specific ' bid items for this work are not included as part of the Contract. Bid quantities are based on Street a ° Excavation of the roadway template and imported subbase materials. j Any optional pulverization and reuse of material shall be part of the Contractor's bid estimate under the various items of work for grading and surfacing. Approximately 11,760 square yards of Manley j Road asphalt surfacing is available for optional pulverization. Pulverization depth is estimated as a minimum of 12-inches. Pulverization is estimated to generate approximately 3,920 cubic yards of material. 59. SANITARY SEWER BYPASS PUMPING j The Contractor shall maintain the flows in both the existing 20-inch asbestos sanitary sewers. The replacement sewer main may be bypassed pumped into the existing parallel 20-inch asbestos sanitary main. Include all costs for bypass pumping in the lump sum bid price for Sanitary Bypass Pumping. 60. SANITARY SEWER EASEMENT 1 The sanitary sewer is within a 30-foot wide easement throughout the project, including within Montana Rail Link and Mergenthaler properties. All work, storage, staging, parking, and other construction activities must remain within this easement, as shown on the Drawings. The easement is measured 15-feet on each side of the sanitary main replacement. No additional payment shall be 1 made for the limited work area. a 61. SANITARY MANHOLE TESTING In addition to the requirements of C.O.B. MPWSS Modification Section 02720 3A.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. r 62.ASBESTOS SANITARY SEWER AND PERMITTING A. General. The project requires the Contractor to disturb and remove asbestos cement(AC)sanitary sewer pipe in various places and ways which may result in the release of airborne asbestos o fibers. Asbestos-containing materials (ACM) and the disturbance of such materials are subject to a variety of federal, state, and/or local regulations. It is the Contractor's responsibility to ensure these regulations and other applicable requirements are understood and complied with during the completion of this project. AC pipe known to contain asbestos containing materials is in the existing trunk sewer main system, including mains, stubs, services, and manhole connections. The new sewer main will be installed SPECIAL PROVISIONS—Manley Road Page 29 of 81 along the same alignment as the AC pipe. The Contract requires removal,transporting,and disposal of the AC pipe including four manholes with AC pipe attached. Following the removal of the asbestos-contaminated materials, the Contractor must backfill and compact the excavation with clean fill material. An existing 20-inch AC sanitary sewer main is offset a few feet parallel to the replacement sanitary main. Do not disturb the existing 20-inch AC sewer main located to the north of the replacement main. Impacts to the north-side parallel main have not been permitted with DEQ. If the north-side main is damaged by construction activities, including during the installation of the south-side main replacement and/or during the bypass pumping activities, the Contractor is responsible for all permitting, replacement, repair, bypass pumping, and any other costs associated with repairing the damage, at no additional cost to the Owner. The Contractor shall, comply with all applicable state and federal regulations, in addition to the following items: 1. Comply with the requirements of the Asbestos Control Program of the Montana Department Environmental Quality. Employ an accredited asbestos contractor. 2. Perform all asbestos inspections, documentation,reports, and submittals. 3. Obtain required permits. 4. Prepare a written plan for the proper management and disposal of the AC pipe and the protection of workers' health and safety, as may be required. As a minimum,the plan shall describe those engineering controls and practices the Contractor will employ to minimize and control release of asbestos fibers and subsequent exposure to site personnel. Those activities which will result in asbestos fiber release, such as sawing, cutting, sanding, and/or abrading the AC pipe, are discouraged. 5. Hire a Montana DEQ accredited asbestos Contractor/Supervisor to inspect and sample for the presence of asbestos-containing materials in the area. The Contractor shall ensure that properly trained personnel are available on the project site during the portion of the project that asbestos containing materials are or are anticipated to be encountered. These trained personnel shall include at least one person with that authority necessary to implement the specifics of the plan to ensure adequate protection of the environment and worker health and safety, meeting the OSHA defined qualifications of a"Competent Person". 6. The plans shall be submitted to the Engineer and Owner for review two weeks prior to the Contractor working in an area with asbestos containing material. B. Patent. All work in this provision is included in the bid prices for the various sanitary sewer items of work.No separate measurement or payment is made. 63. TEMPORARY WATER SUPPLY A. General. The Contractor shall provide temporary water supplies to all interrupted service connections associated with the project water work. The areas where consumers are affected by the work and require a temporary water supply should be verified with both the Engineer and Owner at least 24 hours (excluding weekends and holidays) prior to the anticipated suspension of water service. Temporary water service shall include temporary service for fire protection. In lieu of providing temporary service for fire protection, the Contractor may provide a fire watch in each building for all times that the fire service is inactive and the building is unoccupied. This method SPECIAL PROVISIONS—Manley Road Page 30 of 81 l shall only be allowed with the approval of the property owner. The person doing the fire watch shall have no other duties during the time they are on fire watch duty. Temporary water service to fire systems shall be sized as necessary to meet the demands of the building sprinkler system. Following the Engineer's and Owner's review and approval of any proposed shutdown request,the —) Contractor shall be required to give a minimum 24-hour advance notice (excluding weekends and holidays) to all residential consumers whose service will be temporarily affected, by means of individual notices delivered to each consumer. The Contractor must have available all the necessary materials to complete the restoration of water to each of these residential services within eight (8) hours after the suspension begins or before 5:00 p.m., whichever comes first. Failure to complete the work within the 8-hour period will result in the assessment of Liquidated Damages. See Special Provision No. 5 for Liquidated Damages. For commercial services,special arrangements shall be made by the Contractor to provide temporary water service. The Contractor will not be allowed to take a commercial service out of service except in emergency conditions unless otherwise approved by the business and the Owner. The Contractor shall supply all hoses, fittings, etc., for providing temporary water service. Copper piping or other "non-taste" inducing pipe shall be necessary if the commercial consumer serves food or water products as part of his/her business. The Contractor will be required to supply temporary water to the residential consumer if the above 8-hour limitations are expected to be exceeded. The Contractor shall submit a shop drawing including all materials proposed to be used for temporary water. Additionally, a temporary water plan shall be submitted for each zone prior to starting to layout the temporary water system. This submittal shall include connection points, hydrants and/or valves to be operated by City of Bozeman personnel, layout for connection to each service, and the location of all asphalt trench cuts as a minimum. Depending on the circumstances of the zone, additional information may be required by the Engineer. These submittals shall be submitted in accordance with the submittal section of these specifications. B. Construction. 1. The Contractor shall be solely responsible for all activities of locating and exposing curb stop valves to the individual properties. The Owner will operate all curb stop valves. All notes of existing condition shall be identified on forms as supplied by the Engineer. 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. Other than the operating curb stop valves,the Owner will not participate in any activity up to this point. If the notices are not issued or the service is not ready to be connected to restore service,the City shall be free to exercise its authority in not closing down the existing valves and water main system. 2. The water piping of temporary hoses,piping, etc. shall be a 160-psi rating,NSF approved hose, flexible polyethylene pipe, or PVC pipe. All pipe used for the temporary water system must have a visible NSF approval stamp by the manufacturer. A short section of hi h- pressure flexible rubber hose may be used for the connection to each residence. The temporary system must be leak proof and designed to maintain a minimum working pressure of 35 psi at all points in the distribution system including service lines. 3. The distribution pipe shall have a manual shut-off valve at each service tee. Additionally, each service must have backflow prevention fitting. There shall be a double check/backflow SPECIAL PROVISIONS—Manley Road Page 31 of 81 1 prevention fitting at the primary connection to the water supply source, which shall be supplied by the contractor along with a testing certificate showing that it has been recently tested. Double check backflow preventer shall be Watts Series 009, Series 909 or approved equal. Each backflow preventer shall be properly supported to protect the assembly and the attached piping from breakage. Each double check backflow preventer assembly shall be tested to verify its integrity by a certified backflow prevention technician prior to use for the first time. Each backflow preventer shall be tagged with an identification number and subject to additional testing at the discretion of the Engineer. All costs for testing shall be the responsibility of the Contractor. 4. 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. 5. All pipe sizes shall be adequate to meet ordinary water supply demands of the consumers. 6. Contractor shall ensure that the water pressure at each temporary water service does not exceed 60 psi. This shall be accomplished by any combination of the following methods: a. Adjusting the pressure regulating valve at the hydrant connection. b. Limiting the size of the temporary water system. c. Installing additional connection points to the city's water distribution system. d. Installing pressure regulating valves on individual services. 7. Contractor shall take extra care when opening and closing valves on the temporary water system to avoid water hammer in the system. 8. All temporary water systems shall be disinfected and approved by the City of Bozeman before being placed into service. The disinfection procedures shall be equal to the procedures required for the new water main. This will require minimum 48-hours laboratory time Bac-T sample to determine acceptability. Temporary hoses,piping, fittings, etc., to be flushed and disinfected in accordance with the State of Montana Department of Health and Environmental Services, Water Quality Bureau standards, and the standards of this specification rp for to being put into service. 9. Once the temporary water system has been assembled,pressure tested and disinfected,the City of Bozeman Water Department staff will review the test results and inspect the final connection to the building. The City of Bozeman Water Department staff will not participate in the assembly of the temporary water system. The Contractor shall conduct all other work on the services as previously stated. 10. Pipe protection measures must be supplied at road crossings, alleyways, or residential driveways. For crossings of arterial or collector streets, the Contractor will be required to install the temporary water in a shallow trench. Aerial crossings of the temporary water lines at street SPECIAL PROVISIONS—Manley Road Page 32 of 81 r crossings will not be allowed. Temporary water supply pipes shall not be installed in storm drain pipes. For crossings of local streets, alleyways, or driveways,traffic-rated hose ramps shall be used to protect the line from damage. Mounding millings or cold mix over a temporary water pipe will be allowed under the following conditions: a. The maximum height shall be 2-1/2 inches. _l b. A bond breaker shall be laid on top of the existing asphalt before the millings or cold mix are laid down. The millings or cold mix shall be tapered a minimum of 3 feet on either side of the temporary water pipe. c. Provisions are made to avoid impact loads on the temporary water pipe. d. Signs are erected indicating a bump ahead at 500 feet and 100 feet from the bump and at the bump in both directions. The asphalt crossings shall be cut straight and vertical shall have uniform width and shall be cut perpendicular to the centerline of the street. Restoration shall match the appropriate surface restoration detail and shall have an adequate width to allow compaction with a small mechanical compactor. There will be no payment for any street cuts or asphalt restoration under this item,this being incidental to the work. Temporary water lines that cross pedestrian pathways shall have ramps that meet A.D.A. requirements to allow for safe pedestrian crossings of the lines. i 11. After services are connected or reconnected following installation, testing, and acceptance of the new main,the water service piping shall be backflushed from the residence to the trench. The inability to backflush shall not relieve the Contractor from any requirements of the Contract Documents. 12, The Contractor should expect to find the existing plumbing on some services to be in old condition. The Contractor shall use an ordinary degree of care while working on this condition of service. Also, there may not be any convenient point of temporary connection on some services. In this case,temporary fittings must be provided to achieve the temporary water supply. This will be incidental to the work. 13. The contractor shall provide a local representative who is available 24 hours a day and 7 days a week to maintain the temporary water system and to respond to correct any problems with the system. The phone number of this representative shall be provided to the owner at the preconstruction meeting. 7 C. Payment. All work is included in the lump sum bid price for Temporary Water Supply. 64. 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. 1 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. SPECIAL PROVISIONS—Manley Road Page 33 of 81 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. Pay limits shall be for a trench six-feet maximum in width. Any Imported Trench Backfill placed outside the six-foot width is at the Contractor's expense and not measured for payment. 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. 65. GLEN LAKE OUTFALL CONVEYANCE The Glen Lake outfall channel extends from Glen Lake to the south side of Bridger Vale,then along the east side of Manley Road north of Sta. 38+50. The outfall is an open flow channel from Glen Lake, without a head gate or control structure at the lake, and the outfall flow cannot be shut off. The outfall channel conveys water from the lake, groundwater flows, and runoff from flooding and storm events. Glen Lake is managed by the City of Bozeman and Bozeman Rotary groups. Submit a Glen Lake Outfall Conveyance plan to the Engineer for approval. The plan must address construction of the downstream facilities including the stream relocation,new detention basin,new storm drain systems, and new pipes within the active outfall channel. The existing Glen Lake outfall flow must be maintained throughout construction. All necessary permitting and fees for the conveyance construction method is the responsibility-of the Contractor. Temporary damming of the lake may be allowed for a maximum of one day at a time but is not guaranteed. Previous damming of the outfall has flooded shoreline areas. There is an east-west ditch at Sta.45+50 that conveys groundwater and pond water from the Hillman property and flows into the Glen Lake outfall channel along Manley Road. Any blockages of the east-west ditch results in basement flooding of the Hillman house. The Glen Lake Outfall Conveyance plan shall include the flows in the east-west ditch. Include all costs necessary to perform work under this provision in the lump sum bid price for Glen Lake Outfall Conveyance. 66. STORM WATER TREATMENT DEVICE A. General. This work is to furnish and install a continuous deflective separation (CDS) system by Contech Engineered Solutions, or an approved equal, for storm water treatment. The Contractor shall furnish all labor, materials, equipment, and incidentals necessary to install the system in accordance with the Drawings and this provision. The manufacturer of the storm water treatment device(S WTD)shall be one that is regularly engaged in the engineering design and production of systems deployed for the treatment of storm water runoff for at least five years and which have a history of successful production, acceptable to the Engineer. In addition to MPWSS Sections 02720 and 02725, and the City of Bozeman Modifications, the following standards apply: • Dewatering Special Provision • MPWSS Section 02230 for Street Excavation,Backfill and Compaction • Project Drawings for unstable areas, inlets, and bedding All components shall be subject to inspection by the engineer at the place of manufacture and/or installation. All components are subject to being rejected or identified for repair if the quality of SPECIAL PROVISIONS—Manley Road Page 34 of 81 7 f materials and manufacturing do not comply with the requirements of this specification. Components which have been identified as defective may be subject for repair where final acceptance of the component is contingent on the discretion of the Engineer. The manufacturer shall guarantee the SWTD components against all manufacturer originated defects in materials or workmanship for a period of twelve months from the date the components are delivered to the owner for installation. The manufacturer shall upon its determination repair,correct or replace any manufacturer originated defects advised in writing to the manufacturer within the referenced warranty period. The use of SWTD components shall be limited to the application for which it was specifically designed. The SWTD manufacturer shall submit to the Engineer a"Manufacturer's Performance Certification" certifying that each SWTD can achieve the specified removal efficiencies listed in these ) specifications. The certification shall be supported by independent third-parry research. No product substitutions shall be accepted unless submitted 10 days prior to project bid date, or as directed by the Engineer. Submissions for substitutions require review and approval by the Engineer, for hydraulic performance, impact to project designs, equivalent treatment performance, i and any required project plan and report(hydrology/hydraulic,water quality, stormwater pollution) lmodifications that would be required by the approving jurisdictions/agencies. Contractor to coordinate with the Engineer for any applicable modifications to the project estimates of cost, 'i bonding amount determinations, plan check fees for changes to approved documents, and/or any j other regulatory requirements resulting from the product substitution. B. Materials. 1. Housing unit of stormwater treatment device shall be constructed of pre-cast or cast-in- place concrete,no exceptions. Precast concrete components shall conform to applicable j sections of ASTM C 478, ASTM C 857 and ASTM C 858 and the following: a. Concrete shall achieve a minimum 28-day compressive strength of 4,000 j pounds per square-inch(psi); b. Unless otherwise noted, the precast concrete sections shall be designed to withstand lateral earth and AASHTO H-20 traffic loads; C. Cement shall be Type III Portland Cement conforming to ASTM C 150; d. Aggregates shall conform to ASTM C 33; e. Reinforcing steel shall be deformed billet-steel bars, welded steel wire or deformed welded steel wire conforming to ASTM A 615,A 185, or A 497. f. Joints shall be sealed with preformed joint sealing compound conforming to ASTM C 990. g. Shipping of components shall not be initiated until a minimum compressive strength of 4,000 psi is attained or five calendar days after fabrication has i expired,whichever occurs first. h. Con-grade curb inlet grate and frame. 2. Internal Components and appurtenances shall conform to the following: a. Screen and support structure shall be manufactured of Type 316 and 316L stainless steel conforming to ASTM F 1267-01; b. Hardware shall be manufactured of Type 316 stainless steel conforming to ! ASTM A 320; C. Fiberglass components shall conform to the ASTM D-4097 d. Access system(s) conform to the following: SPECIAL PROVISIONS—Manley Road Page 35 of 81 I e. Manhole castings shall be designed to withstand AASHTO H-20 loadings and manufactured of cast-iron conforming to ASTM A 48 Class 30. C. Performance. The SWTD shall be sized to either achieve an 80 percent average annual reduction in the total suspended solid load or treat a flow rate designated by the jurisdiction in which the project is located. Both methods should be sized using a particle size distribution having a mean particle size(d5o) of 125 microns unless otherwise stated. The SWTD shall be capable of capturing and retaining 100 percent of pollutants greater than or equal to 2.4 millimeters (mm) regardless of the pollutant's specific gravity (i.e.: floatable and neutrally buoyant materials) for flows up to the device's rated-treatment capacity. The SWTD shall be designed to retain all previously captured pollutants addressed by this subsection under all flow conditions. The SWTD shall be capable of capturing and retaining total petroleum hydrocarbons. The SWTD shall be capable of achieving a removal efficiency of 92 and 78 percent when the device is operating at 25 and 50 percent of its rated-treatment capacity. These removal efficiencies shall be based on independent third-party research for influent oil concentrations representative of storm water runoff(20 f 5 mg/L). The SWTD shall be greater than 99 percent effective in controlling dry- weather accidental oil spills. The SWTD shall be designed with a sump chamber for the storage of captured sediments and other negatively buoyant pollutants in between maintenance cycles. The minimum storage capacity provided by the sump chamber shall be in accordance with the volume listed in Table 1. The boundaries of the sump chamber shall be limited to that which do not degrade the SWTD's treatment efficiency as captured pollutants accumulate.The sump chamber shall be separate from the treatment processing portion(s) of the SWTD to minimize the probability of fine particle re-suspension. In order to not restrict the Owner's ability to maintain the SWTD, the minimum dimension providing access from the ground surface to the sump chamber shall be 16 inches in diameter. The SWTD shall be designed to capture and retain Total Petroleum Hydrocarbons generated by wet- weather flow and dry-weather gross spills and have a of 0.9 cubic yards for minimum sump storage capacity and 61 gallons for minimum oil storage capacity of the required unit. The SWTD shall convey the flow from the peak storm event of the drainage network, in accordance with required hydraulic upstream conditions as defined by the Engineer. If a substitute SWTD is proposed, supporting documentation shall be submitted that demonstrates equal or better upstream hydraulic conditions compared to that specified herein. This documentation shall be signed and sealed by a Professional Engineer registered in the State of the work. All costs associated with preparing and certifying this documentation are the responsibility of the Contractor. The SWTD shall have completed field tested following TARP Tier II protocol requirements. D. Construction. The contractor shall exercise care in the storage and handling of the SWTD components prior to and during installation. Any repair or replacement costs associated with events occurring after delivery is accepted and unloading has commenced shall be borne by the Contractor. The SWTD shall be installed in accordance with the manufacturer's recommendations and related sections of the Contract Documents. The manufacturer shall provide the Contractor installation instructions and offer on-site guidance during the important stages of the installation as identified by the manufacturer at no additional expense. A minimum notice of 72 hours shall be provided to the manufacturer prior to their performance of the services included under this subsection. The Contractor shall fill all voids associated with lifting provisions provided by the manufacturer. These voids shall be filled with non-shrinking grout providing a finished surface consistent with SPECIAL PROVISIONS—Manley Road Page 36 of 81 adjacent surfaces. The Contractor shall trim all protruding lifting provisions flush with the adjacent concrete surface in a manner, which leaves no sharp points or edges. The Contractor shall removal all loose material and pooling water from the SWTD prior to the transfer of operational responsibility to the Owner. E. Payment. Work under this provision is at the bid price for each Storm Water Treatment Device, which includes the CDS system, curb inlet grate and frame, foundation excavation and compaction, bedding and backfill, and all incidentals necessary for a complete and operational system. 67. RIP RAP Furnish Class 1 random rip rap in accordance with NOT Subsection 701.06. Install rip rap in accordance with the Drawings and MDT Subsection 613.03.1 for random rip rap. D 68. ELECTRICAL i A. General. Electrical work includes new street lighting along Manley Road. 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, 2020 edition. 2. Manual on Uniform Traffic Control Devices,Federal Highway Administration 3. NFPA 70-National Electrical Code 4. NESC-National Electrical Safety Code � 3 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. Coordinate all electrical work between Contractors, the Engineer, Owner, and affected utility i 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. B. 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 1 items to the Engineer for approval. Carry out submittals in accordance with Subsection 617.03.2 of j 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 standards meeting the design requirements of Subsection 703.04. The standards shall be fabricated and inspected in accordance with NOT Section 556 and designed to meet the SPECIAL PROVISIONS—Manley Road Page 37 of 81 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 luminaire standards, mast arms,welds and other items. C. 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: 1. Foundations. Foundation quantities include concrete for new foundations. See the provision for Luminaire Pole Foundations for additional requirements for placing new foundations within the existing ditch and stream channel from 36+00 to the north end of the project. Two different luminaire foundation depths are required on this project. See the Electrical Drawings for the locations and foundation designs. Two luminaire foundations are proposed within close proximity to the 12-inch high pressure gas transmission pipeline. See the provision for Northwestern Energy Gas Transmission Requirements for construction of these two foundations. a. 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. b. 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 and minimum diameter of 9-inches. 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. When bending PVC conduit, a water bending process may be used. This shall consist of a water filled steel pipe 4-feet long,heated to the temperature that will render the PVC conduit pliable in 30 seconds after insertion in the pipe. The conduit may then be bent to the desired angle and held in an appropriate jig for a cooling period. 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. 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 SPECIAL PROVISIONS—Manley Road Page 38 of 81 I j in continuous lengths, transported, stored outdoors, and subsequently uncoiled for installation,without affecting its properties or performance. II Bored electrical conduit shall be HDPE and installed using trenchless technology of either jacked conduit or directional boring. 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(lmm),both inside and out. 5. Conduit Installation f All direct buried conduit shall be PVC,HDPE or PVC coated GRC.PVC conduit installation i 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 1 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 1 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. 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. 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. 1 Pull box covers shall be labeled"ELECTRIC" on pull boxes containing electrical power or "LIGHTING" on all pull boxes containing street lighting conductors. The labeling must be cast into the cover and not a separate independent tag. i When pull boxes are located behind the sidewalk or in non-pavement areas, they shall be surrounded by a 12-inch wide class B concrete collar 6-inches deep. 1 SPECIAL PROVISIONS—Manley Road Page 39 of 81 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. 7. Wiring All wiring shall be copper conductors installed in conduit to meet the National Electric Code. Minimum size current carrying conductor for exterior installations shall be #10 AWG copper. Furnish conductors of solid or stranded copper of the gauge shown in the Contract. Insulation for conductors must be Type THW, XHHW, XHHW-2, USE, RHH, RHW, THWN, and THWN-2. All insulation must be designed for 600 volts and meet NEC requirements.Metal Clad cable(MC)or Armored Cable(AC)shall not be allowed in exterior applications. Exterior lighting shall be powered at 120/240V-lPH-3W unless otherwise noted on the Drawings. Wiring color code shall be as follows: Line 1 =Black Line 2=Red Neutral=White (not used) Ground=Green 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 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 Y2-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. 9. Colored Luminaire Standard& Colored 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 SPECIAL PROVISIONS—Manley Road Page 40 of 81 D 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 lOkV. 9 All luminaires shall have a field adjustable dimming system to allow for onsite dinuning once installed. All luminaires shall have standard house-side shielding options. Provide house shields at the location shown on the Drawings. 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. 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 C136.22. ) Luminaires shall be equipped with internal leveling bubble. 1 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 specified. SPECIAL PROVISIONS—Manley Road Page 41 of 81 Luminaires shall be mounted in accordance with the manufacturer's specifications. Plumb or level all elements, symmetrically arrange, and securely assemble. Conceal all conductors in the poles and assembly. 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. See the Electrical Drawings for the various required luminaire lamps and locations. 10. Luminaire Poles All poles, mast arms, and luminaires for streed i g h t s shall be round, tapered steel with galvanized, or galvanized with a factory painted or powder coated 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. 11.Luminaire Pole Bases Breakaway bases shall be provided for all streetlight standards. Breakaway bolt couplings are aluminum connectors or sleeves that are designed to shear when the pole is hit. The bottom of the coupling is threaded onto the foundation anchor bolts, and the light standard is attached to the top of the coupling. Four couplings are used with each light standard. Where breakaway supports are required, use the breakaway bolt coupling unless it will not function with the approved light standard. 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 lit by a vehicle bumper. Use the frangible transfer base where a breakaway base is justified but breakaway bolt couplings cannot be used. 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. 13. Service Assembly All street lighting systems shall be metered separately from other uses,except for streetlights 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 SPECIAL PROVISIONS—Manley Road Page 42 of 81 ) electrically held lighting contactors that are 12-pole with 30-amp contacts rated at 600V and 120V coils. 1 Street lighting circuits shall be automatically controlled with turn lock mounting delayed response photocells. Service assemblies shall have a 120V, twist-lock receptacle type -� photoelectric cell with matching receptacle base attached to the assembly with heavy duty galvanized c-channel structure using 1-inch galvanized rigid conduit, mounted 8-feet above grade. Orient window of photocell to face north. Photocell to operate the lighting contactors for on/off control when hand-off-auto is in the auto position. Meters shall be installed a minimum of 4-feet and maximum of 5-feet above grade to the center of the meter. 14. Field Test Conduct the following tests on 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. 15. 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 system. Salvage items to the city of Bozeman shop complex at 814 N. Bozeman Avenue. 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. D. Payment. All work under this provision is included in the various electrical bid items. 69. ADJUST SPRINKLER SYSTEMS 1 Relocate and replace in-kind 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 repairing, relocation, and/or replacement of systems or components. All irrigation facilities are to be activated and adjusted, if necessary, after construction activities are complete to ensure spray patterns meet the approval of the landowner and Engineer. If zones from existing sprinkler systems are turned off in order to construct the project improvements, provide temporary water to existing trees in those zones until the final sprinkler adjustments are made and the system is fully operational. Payment for relocation and/or replacement of sprinkler systems in direct conflict with the proposed work will be paid for per each separate system of Adjust Sprinkler System, including all labor and materials for an operational system, and watering if necessary. If damage is caused to systems not in conflict with the proposed work, repair and/or replacement is at the Contractor's expense. PVC irrigation sleeves are paid separately. SPECIAL PROVISIONS—Manley Road i Page 43 of 81 70.HYDRAULIC SEEDING A. General. This work is the hydraulic seeding on newly prepared topsoil areas in accordance with MPWSS Section 02920. 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'. 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. Seeding areas include topsoil areas and all areas within construction permits, easements, and city right-of-way. Contract quantities do not include Contractor staging or stockpile areas outside the construction limits. Lawn areas include quality seeded areas, irrigated areas, and boulevard areas. Field areas include native grassed and non-irrigated areas. Wet Meadow areas include creeks, delineated wetlands, and storm water basin areas. B. Hydraulic 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 C. Fertilizer Application. Provide the Engineer product certificates from the manufacturer. Nitrogen P205 10 lbs/acre 30 lbs/acre SPECIAL PROVISIONS—Manley Road Page 44 of 81 I J D. 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 701bs of tackifier per acre. Use Glacier Gold, Big Butte Compost,Earth Systems compost, or approved equal. E. Wood Mulch. Apply wood cellulose fiber mulch at a rate of 2,000 pounds per acre. F. Patent. All work under this provision is measured and paid for at the unit bid price per square yard of Hydraulic Seeding. 71. 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. Payment is at the bid price per each Delineator and includes j removal of existing delineators. 72. 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. p Provide signs with reflective sheeting of Type IV (high intensity prismatic) or better. All work under this provision is included in the lump sum bid price for Signing,which includes new signs, posts, mounting, foundations, hardware, removals, salvaging, reusing materials, resetting materials, disposal of removals, and backfill. 1 73. MAILBOXES A. General. This work is the removal, temporary reset and maintenance during construction, and furnishing and installation of new mailboxes and supports as shown on the Drawings. B. Materials. Provide new large black metal mailboxes with the service door embossed with the following two statements: "U.S. MAIL"and"Approved By The Postmaster General". Provide permanent address markings on the flag side of the mailbox two inches tall in white reflective numbers. If the mailboxes are grouped,provide address numbers on the mailbox door. Furnish acrash-worthy mailbox support as shown on the Drawings, a mailbox support identified in the current edition of AASHTO Guide for Erecting Mailboxes on Highways, or other commercially manufactured NCHRP 350 or MASH compliant crashworthy mailbox support. SPECIAL PROVISIONS—Manley Road Page 45 of 81 Furnish a NCHRP 350 or MASH compliant crashworthy support for temporary mailboxes. Do not use traffic control devices as mailbox supports. C. Construction. Coordinate with the U.S. Postal Service and mailbox owner prior to any activities impacting mailboxes. Reset and maintain all impacted mailboxes and newspaper boxes throughout construction. Temporary locations shall be approved by the U.S. Postal Service. Stake permanent mailbox locations prior to installation and obtain approval from the U.S. Postal Service for location and height. Install new mailboxes as shown on the Drawings and attach existing newspaper boxes. Salvage existing mailboxes if requested by the landowner. Dispose of non-salvaged mailboxes and supports off site. D. Payment. Payment is at the unit bid price for each Mailbox and includes removal, temporary resets, salvage,numbering, disposal,maintenance, all materials and labor to complete this work. 74. PAVEMENT MARKINGS A. General. This work is furnishing and installing temporary pavement markings, final pavement markings, and removal of existing epoxy and thermoplastic markings. B. Materials and Construction. 1. Epoxy markings. Furnish and install epoxy pavement markings as shown on the Drawings in accordance with MPWSS Section 02581 to a thickness of 20 mils in accordance with MDT Subsections 620.03.7 and 714.06. Apply at least 25 pounds per gallon of Montana Type 2 glass beads immediately after application. Payment for epoxy is at the bid price per gallon for White Epoxy and Yellow Epoxy. 2. Curb Epoxy 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 in accordance with MDT Subsection 630.03.8. Apply at least 8 pounds per gallon of Montana Type 1 or Type 2 glass beads. Payment for curb epoxy is at the bid price per gallon for Yellow Curb Epoxy. 3. In-laid Thermoplastic. Furnish and install reflective extruded in-laid thermoplastic as shown on the Drawings in accordance with City of Bozeman Modifications and MPWSS Section 02582. Thermoplastic transverse lines, words, and symbols shall be 400 mils thick. Thermoplastic longitudinal lines shall be 270 mils thick. Payment for thermoplastic is at the respective bid prices per linear feet for 8" White Thermoplastic, per linear feet for 24" White or Yellow Thermoplastic, and per square foot for White Thermoplastic Words and Symbols. 4. Temporary 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. Temporary Markings include only four-inch double yellow centerline stripes along the entire project. Temporary Pavement Markings are included in the bid price for Traffic Control. 5. Interim Markings. Interim markings are not included in the project. 6. Remove Markings.Remove epoxy and thermoplastic 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. Remove Pavement Markings are included in the lump sum bid price for Remove Pavement Markings. SPECIAL PROVISIONS—Manley Road Page 46 of 81 7. Protection.Furnish all traffic control necessary to protect markings until dry. Correct smeared or damaged markings at the expense of the Contractor. 8.Repair. Correct all deficient new epoxy less than 18 mils in thickness in accordance with MDT Subsection 620.03.7 and 620.03.4 at the expense of the Contractor. Correct all deficient thermoplastic as defined in MPWSS Section 02582 in accordance with MPWSS Section 02582. i 75. SHARED-USE PATH RAIL A. General. This work is furnishing and installing three-rail wooden rails and posts along the new shared-use path in accordance with the Drawings. B. Materials. Provide wood posts and rails that have the bark removed, are well seasoned, sound, straight grained, and round. Provide wood posts 6.5-feet in length and 6-inches in diameter. Provide wood rails 119-inches in length and 6-inches in diameter. Treat posts and rails with a solution > conforming to AWPA standards.Penetration shall be at least'/2-inch.Provide certification of AWPA treatment to the Engineer.Fully treat posts and rails. Taper the bottom 6-inches to 12-inches of each post to a point. Furnish posts with machined 4.5-inch diameter holes as dimensioned in the Drawings. Perform all machining before treatment. C. Construction. Place all posts plumb and all rails parallel to the path and flare as shown on the Drawings. Correct all misalignments. Install wood posts at 10-foot spacing with a driven depth of 30-inches below finished grade. Provide one-foot minimum clear from face of rail to the edge of the path. Flare the rail ends to five feet from the edge of the path. Repair items damaged during installation.Treat injuries, cuts,and holes in the timber in accordance with MDT Subsection 706.04. D. Payment. Include all costs associated with furnishing,handling, and installing the rail in the unit bid price per linear foot of Shared-Use Path Rail. 76. HANDRAIL This work is furnishing and installing handrail at the new concrete stairways in accordance with the Drawings and meeting requirements of the International Building Code. Submit shop drawings to the Engineer for approval prior to fabrication. Either cast rail posts into the concrete stairway curb 1 or anchor posts in block outs after the concrete has cured. Factory paint or powder coat handrail according to manufacturer's specifications using materials and a system compatible with the handrail material. Use color RAL 9004, matte black. All work is included in the unit bid price per linear foot of Handrail. 77. PVC IRRIGATION SLEEVE This work is furnishing and installing sleeves for future irrigation and for adjusted sprinkler systems. Provide 4-inch Schedule 40 PVC pipe. Locations are shown on the Drawings and may be revised to best fit the layout of existing irrigation systems. 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 near the sleeve. Do not damage any sleeves during placement of concrete or surfacing. Remove and replace damaged pipe i at the Contractor's expense. All work is included in the unit bid price for 4"PVC Schedule 40 Pipe and includes boring,trenching, bedding, backfill, and compaction. I i SPECIAL PROVISIONS—Manley Road i Page 47 of 81 78. 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. Work includes excavation, grading, leveling pad, drainage system, aggregate, backfill,block units, and caps. Submit 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. 79. 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 performed, as directed in writing by the Owner or Engineer. The Contract estimates a quantity of Miscellaneous Work and the actual amount will vary. 80. SAW CUTTING Saw cut all areas where new facilities meet existing pavement, sidewalk, curb and gutter, and driveways. Provide a smooth and neat face along the cut line to the required depth. Provide expansion joints with#4 rebar dowels at the saw cut interface between new and existing concrete. Saw cuts are not measured for payment.Include the cost of this work in the cost of Street Excavation. 81. FLOWABLE FILL This work is providing flowable fill at crossings of new facilities and existing utility lines, at the locations shown on the Drawings and as directed by the Engineer. The work includes exposing the buried utility, furnishing and placing imported sand for a cushion layer as necessary,furnishing and placing 500 PSI flowable fill in accordance with MPWSS Section 02225, and backfilling all sides of the flowable fill per specifications. Provide a 6-inch thick sand cushion layer with flowable fill and any special backfill as shown on the Drawings for crossings of Northwestern Energy gas facilities, as required by Northwestern Energy. All work under this provision is included in the unit bid price per cubic yard of Flowable Fill. 82. EROSION CONTROL BLANKET This work is providing a permanent erosion control blanket with seeding at fill slopes steeper than 3H:1 V at the locations shown on the Drawings.Furnish a long-term erosion control blanket meeting MDT Subsection 713.12. Use only blankets constructed with 100% non-synthetic, biodegradable netting and stitching. Place topsoil and grade the area of the slope to smooth,non-compacted surface. Hydraulic seed the area according to the seeding provision. After seeding, unroll the blanket horizontally or vertically on the slope,then lap four inches over the adjoining blanket. Lap in the direction of flow. Bury the ends and edges to prevent undercutting from water and wind. Do not disturb trees located in the blanket area. Provide one-foot clear to all tree trunks. Provide other temporary erosion control measures as necessary per the Contractor's approved SWPPP. All work in this provision is included in the bid price per square yard of Erosion Control Blanket.Topsoil and seeding are paid separately. 83.NORTHWESTERN ENERGY GAS TRANSMISSION REQUIREMENTS Proposed work will occur along Northwestern Energy's existing 12-inch high pressure gas transmission line. The gas pipeline crosses the Manley Road reconstruction section from Sta.17+25 SPECIAL PROVISIONS—Manley Road Page 48 of 81 RT. to 19+60 LT., and also crosses two proposed storm drain pipes at Sta. 22+75 and 22+90 LT. i Two proposed luminaire foundations are also in close proximity to the gas pipeline. 1 For any work within 25-feet of the 12-inch gas pipeline, a Northwestern Energy Gas Transmission representative is required to be on the project site at all times. This work includes any excavation, road and detour construction,shared-use path construction,storm drain,and electrical work. Notify, coordinate, and schedule all project work along the gas pipeline with the Northwestern Energy Transmission representative in advance of beginning the work. Vibratory rolling is not allowed within 10-feet on both sides of the gas pipeline. Static rolling may be allowed by the Northwestern Energy on-site representative if sufficient cover is provided over the gas pipeline to adequately protect the gas pipeline from the weight and loads of the construction equipment and traffic. The Northwestern Energy representative is required to monitor all phases of construction to determine specific wheel load analysis at each depth for various construction phases (excavations, subgrade compaction, sub-base course, base course, asphalt paving, shared-use path, storm drain, electrical foundations, etc.) at the gas pipeline. The representative will determine minimum cover and acceptable equipment,weights,and loading allowed to work and travel over the gas pipeline for the various construction phases. Submit a list of equipment, model numbers, and vehicle weights to Northwestern Energy for the various construction phases. This information must be submitted to the Northwestern Energy representative and the Engineer prior to the Pre-Construction Conference. Furnish and install a sand cushion layer and flowable fill between the two new storm drain crossings at the gas pipeline. The Contract estimates a quantity of flowable fill, which includes all work at these two crossings,including exposing the gas pipeline,the sand cushion and flowable fill,and any special backfill at the pipeline as required by the Northwestern Energy representative. The Contractor is solely responsible for any damage to the gas pipeline due to the Contractor's operations. Any damage shall be reported to the Northwestern Energy representative immediately. The Contractor shall work closely with Northwestern Energy to ensure their criteria are met. All work in this provision is considered incidental to the various bid items of the Contract, including potholing of the gas pipeline, and no separate payment is made. See the Utilities provision for additional requirements. 84. NORTHWESTERN ENERGY GAS DISTRIBUTION REQUIREMENTS Notify and coordinate with Northwestern Energy Distribution representative for all work within 10- } feet of existing gas distribution lines.These lines are shown on the Drawing as 8-inches and smaller. For the 12-inch gas line, see the previous provision. All new storm drain inlets and pipes, sanitary sewer pipes, electrical, and other proposed crossings shall be 12-inches clear of the gas distribution lines. All new bores shall be 24-inches clear. Clearance must be maintained from the surface edges. Coordinate all conflicts that do not meet this criteria with Northwestern Energy as soon as the conflict is discovered. Do not use any vibratory equipment within 1-foot of gas lines. Static roll only within 1-foot of all gas distribution lines. Coordinate with and obtain approval from the Northwestern Energy Gas Distribution representative for all construction equipment and work methods at the various gas distribution lines. I SPECIAL PROVISIONS—Manley Road Page 49 of 81 Gas mains and services must be continuously supported along their entire length.Blocking shall not be used to support gas lines across excavated sections. Large rocks, frozen earth, and decomposable debris such as wood, and foreign substances should not be used in backfill material at gas lines. To ensure no damage occurs during the backfill operations, the gas line shall be protected with a 6-inch thick layer of sand and a flowable fill cap. The flowable fill shall not come into contact with the gas line. The Contract estimates a quantity of flowable fill,which includes exposing the gas pipeline,the sand cushion and flowable fill, and any special backfill at the pipeline as required by the Northwestern Energy representative. A minimum of 18-inches of backfill shall be maintained before the use of heavy hydraulic or mechanical compactors. A minimum of 6-inches of backfill shall be maintained before the use of hand operated mechanical compactors. All voids under the gas lines must be filled and tamped to ensure adequate support. The gas line shall be covered with proper backfill material as soon as practical after proposed facilities are installed. The Contractor is solely responsible for any damage to the gas lines due to the Contractor's operations. Any damage shall be reported to the Northwestern Energy representative immediately. The Contractor shall work closely with Northwestern Energy to ensure their criteria are met. All work in this provision is considered incidental to the various bid items of the Contract, including potholing of the gas lines, and no separate payment is made. See the Utilities provision for additional requirements. 85. SUNFISH COMMUNITY IRRIGATION The Sunfish Subdivision residents along Turtle Way access irrigation water in the Glen Lake outfall channel via the Community Association open space Parcel 22. Coordinate with landowners prior to starting construction within the outfall channel and accommodate irrigation use. Do not disturb the existing Glen Lake outfall channel to the east of the stream relocation tie-in at Sta. 402+30. 86. STREAM RELOCATION A. General. This work is the relocation of the Glen Lake outfall from a steep straight channel to a more natural meandering stream. The Bozeman Rotary Club will extend the stream relocation in the future, by others,to extend the project stream relocation to the outfall point at the lake. The stream connection shown on the Drawings from Sta. 401+80 to 402+30 is a temporary connection to the existing channel until the Rotary connection is constructed in the future. B. Materials. 1. Stream Bottom Material & Rock Grade Control Material. Furnish 6-inch minus pit run gravel with clean oversized cobbles, without fines, to a thickness of 12-inches for the stream bottom as shown on the Drawings. Submit a gradation to the Engineer for approval. 2. Compacted Clay Plug. Furnish material to construct clay plugs to prevent seepage through the rock grade control structures. Submit material information to the Engineer for approval. 3. Erosion Control Blanket. See the provision for Erosion Control Blanket. 4. Topsoil and Wet Meadow Seed. See the provisions for Topsoil and Hydraulic Seeding. C. Construction. Construct the Glen Lake outfall stream relocation to the lines and grades shown on the Drawings. Excavate and compact the stream subgrade to 95% of the standard proctor. SPECIAL PROVISIONS—Manley Road Page 50 of 81 Muck excavate the subgrade if compaction cannot be obtained, see the Muck Excavation provision. 1 Place and compact stream bottom material and rock grade control structure material to 95% of the standard proctor. Construct pools, riffles, depressions, and meandering alignment as shown on the Drawings. Place and compact compacted clay plugs as shown on the Drawings. Topsoil (6-inches thick), seed (wet meadow mix), and place an erosion control blanket on the side slopes as shown on the Drawings. Wrap the ends of the blanket into the stream bottom material. Place the blanket within one week of seeding.Provide weed control, as necessary. Abandon the existing channel by placing on-site embankment materials to the lines and grades shown on the Drawings. D. Payment. All work under this provision is included in the lump sum bid price for Stream Relocation, and includes staking, grading, gravel, erosion control blanket, clay plugs, and all incidentals. Topsoil, seeding, and abandoning the existing channel are paid separately. 87. LUMINAIRE POLE FOUNDATIONS The concrete foundations for the luminaire poles from Sta. 36+00 to 41+50 are to be constructed } within the existing ditch and stream channel that is to be filled in with this project. Provide imported embankment borrow material meeting the gradation for subbase material. Place and compact lifts of the imported material in accordance with MPW specifications for a minimum area of 20-feet in both directions at these new light foundation locations. Install the light foundation to a depth of 4.5-feet after the imported material passes compaction testing for the final lift 6-inches below finished grade. The concrete foundations for luminaire poles from Sta. 41+50 to 45+50 are to be constructed with a foundation depth of 7.5-feet and located behind new guardrail. The new 1.5:1 to 2:1 fill slopes shall extend from the top of the concrete foundation to the ditch bottom. Provide imported embankment material for the fill slopes within 20-feet of these luminaire foundations to 6-inches below finished grade. 1 88. TREE PLANTING A. General. Furnish and install plant stock as indicated on the Drawings. B. Materials. 1. Plant Stock. Furnish nursery-grown planting stock complying with ANSI Z60.1, i "American Standard for Nursery Stock", with healthy root systems, well-shaped, fully branched, stock free of disease, insects, and defects such as knots, sun scald, injuries, and disfigurement. Provide planting stock of sizes and grades for type of plants specified. All trees to be balled & burlaped. Label all planting stock with a securely attached, waterproof tag bearing legible designation of botanical and common name. Do not remove labels until the end of the warranty i period. 2.Antidesiccant. Provide water-insoluble emulsion,permeable moisture retarder that is film forming for trees. Deliver antidessicant in original, sealed, and fully labeled containers and mix according to manufacturer's written instructions. 3.Planting Soil Mix.Mix back fill in batches,do not mix in plant pits,with a ratio of compost 1 to native soil by volume: 2/3 native soil to 1/3 organic compost. Provide well-composted,weed-free organic matter, with a pH range, moisture content, C/N ratio, and minimum percent organic matter content as recommended by the nursery. SPECIAL PROVISIONS—Manley Road Page 51 of 81 4. Slow-Release Fertilizer. Tightly compressed chip type, long lasting slow-release, commercial grade plant tablet. Provide two 10-gram tablets per tree. 5. Staking. Provide two stakes per tree which included nylon tree slings, minimum 3-inch x 3-inch x 7-feet wood tree stake, and tree guys. C. Construction. Install and maintain nursery stock according to nursery guidelines and following the minimum requirements. 1. Planting stock, size,and locations are shown on the Drawings. 2. Planting Schedule. Submit a planting schedule with anticipated dates to the Engineer. 3. Maintenance. Provide nursery recommended procedures for plant stock maintenance during the full warranty period. Provide water to the point of soil plant pit saturation immediately after planting and twice per week until the adjusted irrigation system is fully operational. 4. Delivery, Storage, and Handling. a) Deliver plant stock that is fresh and balled and burlapped. Protect bark, branches, and root systems from sun scald, drying, and other handling damage. Provide protective covering of plant stock during delivery. Handle planting stock by the root ball. b) Apply antidesiccant using power spray to provide an adequate film over trunks,branches, stems, twigs, and foliage to protect during digging, handling, and transportation. If stock is moved in fall leaf, spray with antidesiccant at nursery before moving. c) Deliver plant stock after preparations for planting have been completed and install immediately. Store delivered plant stock in shade, protect from weather and mechanical damage, and keep roots moist until planted. Cover the ball with soil,peat moss, sawdust, or other acceptable material. Water root systems of plant stock stored on-site. Water as often as necessary to maintain root systems in a moist condition. 5. Planting. Excavate at least twice the width of the container or root ball, and at least the depth of the root ball. Set balled and burlapped stock plumb and in center of pit or trench with top of root ball flush with adjacent finish grades. Remove burlap, wire and containers at the time of planting. Remove pallets before setting. Do not use planting stock if root ball is cracked or broken before or during planting operation. Carefully remove root ball from container without damaging root ball or plant. Place planting soil mix around root ball in layers, tamping to settle mix and eliminate voids and air pockets. When pit is one-half backfilled, thoroughly water before placing remainder of backfill. Water again after placing and tamping final layer of planting soil mix. 6. Pruning. Prune and shape according to standard horticultural practice. Remove only injured or dead branches from shrubs. Prune to retain natural character. 7. Planting Restrictions. Plant during one of the following periods: between April 15 and June 1, or between September 1 and October 15. 8. Guarantee. Warranty all plant material for the full two-year project warranty period. Replace plant stock that is more than 25 percent dead or in an unhealthy condition. A limit of one replacement of each plant is required, except for losses or replacements due to failure to comply with requirements. Guarantee all replacements for an additional 90 days. SPECIAL PROVISIONS—Manley Road Page 52 of 81 ) 9. Watering. Hand water all plants to the point of soil plant pit saturation immediately after 1 planting. Prior to a working and complete irrigation system,provide plant watering twice per week between April 15 and October 15 beginning at the date of planting. Water more frequently during j times of drought.Ensure the irrigation system is fully operational before terminating hand watering. 10. Maintenance. Maintain all plant material during the warranty period by pruning, cultivating, watering, weeding, fertilizing, repairing stakes, and resetting to proper grades, as required to establish healthy, viable plantings. Spray, as required to keep stock free of insects and disease. Apply antidesiccant ten weeks after planting, and at the end of the first growing season. D. Payment. Include all labor, equipment, installation, materials, maintenance, watering, and protection of plant stock as specified in this provision and as detailed in the Drawings, in the unit bid price for each Tree. } 89. GUARDRAIL Provide a MGS guardrail system with galvanized W-beam rail, extra-long steel posts, departure sections, and terminal end sections as shown in the Drawings and as specified under MDT Sections 1 606 and 705. See MDT Detailed Drawings for the terminal end sections,one-way departure sections, and hardware schedules. Submit shop drawings to the Engineer for approval. https://www.mdt.mt.gov/otlier/webdata/external/const/detailed drawings/2020/January-Vl-0.pdf Install guardrail system as shown on the Drawings and meeting the requirements of MDT Specification Sections 606 and 705,to minimize impacts to the existing stream channel. Adjust post spacing at new inlets, manholes,light pole foundations, and electrical pull boxes. Payment for all work under this provision is at the unit bid price per linear feet of Guardrail. 1 90. MEASUREMENT & PAYMENT j A. General. 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. B. 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. C. 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. D. 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. E. Basis of Payment. Item No. Description 1. Mobilization,Bonding& Submittals (May Not Exceed 5% of Total Base Bid): 1 SPECIAL PROVISIONS—Manley Road Page 53 of 81 1 * 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. * Pam ent: 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 Suryeying, Staking& Testing: * General: This bid item shall include providing field surveying equipment,trained personnel, and staking services for all construction activities in accordance with this contract. This bid item also includes all testing services not provided by the Owner's Testing Company. * Work Included: • Provide all surveying equipment and all required surveying, 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: * 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 submit traffic control plans for approval,including all sequencing phases and for winter shutdown as necessary; • Coordination with adjacent projects and agency representatives; • Provide project updates to the Owner's representative for social media and news outlets, and meetings as specified; • Furnish,install,maintain,relocate, and removal all traffic control devices for all sequencing changes; • Provide personnel for flagging and other traffic control tasks as needed; SPECIAL PROVISIONS—Manley Road Page 54 of 81 1 D • Furnish, install, maintain and remove temporary traffic and pedestrian D signals, warning signals and lights, ADA accessibility, temporary pavement D markings,temporary concrete barrier rail,temporary attenuators, and signing for vehicles,pedestrians, and bicyclists; ' a Furnish, install, maintain and remove traffic control items for and during i winter shutdown including temporary asphalt pavement and markings; j • Furnish, install,maintain and remove detours. * Measurement: Measurement is one lump sum item. i * Payment: Payment is at the unit bid price per lump sum. Partial payments will be ' made on the basis of the percentage of the traffic control provided. 4. Erosion Control&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 i 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; 0 Monitoring the performance of erosion control devices and providing corrections, improvements,replacement, and maintenance as necessary; • Removal of temporary devices. * Measurement: Measurement is one lump sum item. * Payment: Payment is at the unit bid price per lump sum. 5. Miscellaneous Work: D * 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& Pam: Measurement and Payment will be determined by the Engineer based on time and materials. 6. Exploratory Excavation: * General: This bid item includes may be used to locate existing utilities with unknown horizontal location (i.e. buried connections, utilities that cannot be located, etc.). It does not include locating and exposing buried utilities along drains and pipelines as shown in the Drawings. * Work Included: Exploratory Work items will be determined by the Engineer and is measured and paid for per hour (HR) of exploratory excavation completed based on one midsized excavator, an operator and two laborers. * Measurement & Payment: Measurement and Payment will be per hour as determined by the Engineer based on time and materials. Payment is full 1 compensation for performing exploratory excavation including, equipment,labor 1 and tools necessary or incidental for completion of the item. Unless the 1 i SPECIAL PROVISIONS—Manley Road Page 55 of 81 Contractor gets permission from the Engineer to proceed, there will be no payment for work under this bid item. 7. Dewaterinia: * 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. 8. 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 estimated on the Drawings. * Payment: Payment is at the unit bid price per each Remove Tree. 9. 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; • Protection of existing trees that are not to be disturbed. * Measurement: Measurement is per each tree trimmed. * Pavment: Payment is at the unit bid price per each tree trimmed. 10. Topsoil-Strip, Salvage, &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: • All labor,tools, equipment, materials, and incidentals necessary to complete SPECIAL PROVISIONS—Manley Road Page 56 of 81 1 i the work as specified; • Stripping, salvaging, and stockpiling existing topsoil to stockpile locations within right-of-way limits or off site; • Weed control for stockpiled topsoil and if necessary, after topsoil placement; • Hauling, placing, spreading salvaged topsoil on disturbed areas within construction limits to a 6-inch depth; J • Finish 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 of Topsoil-Strip,Salvage, and Reuse. 11. 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; • Weed control for topsoil; • Finish 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. * Pam: Payment is at the unit bid price per cubic yard of Topsoil Imported. 12. Remove Fence: > * General: This bid item includes the removal and disposal of existing fence. a * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Excavation, removal and disposal of fence, posts, braces, wires, mesh, and foundations including backfilling, compaction, and re-grading; • Temporary fencing as directed by the Engineer; • Protection of existing fences that are not to be disturbed. * Measurement: Measurement is per linear foot of removed fence. * Payment: Payment is at the unit bid price per linear foot of removed fence. ) 13. Remove Hydrant& Water Line: * General: This bid item shall include the removal of existing hydrants,valves, 6- inch water lines, and providing new caps as shown on the Drawings. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to } complete the work as specified including conducting testing, disinfection 1 and repairs as required; • Exploratory excavation to determine the exact location, depth, size and type of the existing hydrant lines; SPECIAL PROVISIONS—Manley Road Page 57 of 81 • Saw cutting, trench excavation, bedding, and native backfill, including clearing and grubbing, topsoil stripping and replacement, dewatering, trench support by shoring; • Removal and disposal of existing water pipes, valves, valve boxes, hydrants,fittings, and other obstructions; • Any repair work, protection, and slowdown in progress due to making the connection or encountering a utility which crosses the hydrant line; • Capping of existing water lines; • Removal and disposal of any excess material and cleanup. * Measurement: Measurement is per each hydrant with water line. * Pam: Payment is at the unit bid price for each Remove Hydrant and Water Line completed. 14. Remove Culvert: * General: This bid item includes the removal and disposal of existing drainage pipes and culverts. * Work Included: • All labor,tools, equipment, materials, and incidentals necessary to complete the work as specified; • Saw cutting and excavation of the drainage system or culverts to expose and remove; • Removal and disposal of drainage pipes, culverts, end sections, and excess material; • Any exploratory excavation, repair work, protection, and slowdown in progress due to encountering any utility which crosses the existing pipes; • Backfilling,re-grading, and compacting the removal areas. * Measurement: Measurement is per linear foot of removed pipe. * Pam: Payment is at the unit bid price per linear foot of Remove Culvert. 15. Modify Asbestos Manhole: * General: This bid item shall include all equipment, labor and associated work to modify existing manholes along the existing asbestos sanit ary sewer by raising or lowering using replacement of portions of the cone or barrel sections, core penetrations, and any necessary 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, if necessary; • Temporary adjustments for construction sequencing and winter shutdown; • Complying with all applicable state and federal regulations for the removal and disposal of asbestos containing materials; • Permitting; • Removal and disposal of unsuitable materials replaced by the work. * Measurement: Measurement is per each modified manhole on the asbestos sewer. SPECIAL PROVISIONS—Manley Road Page 58 of 81 } i * Payment: Payment is at the unit bid price per each Modify Asbestos Manhole. 16. Adjust Manhole: * General: This bid item shall include all equipment, labor and associated work to adjust existing manholes to finished grade by raising or lowering using grade rings. These manholes are along sanitary mains that do not contain asbestos j materials. * Work Included: • All labor,tools, equipment, materials, and incidentals necessary to complete the work as specified; • Saw cutting, excavation, compaction and backfill; 1 • 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 is per each adjusted manhole. ' * Payment: Payment is at the unit bid price per each Adjust Manhole. 17. 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; • Final adjustments for paving operations. * Measurement: Measurement is per each adjusted water valve. * Payment: Payment is at the unit bid price per each Adjust Water Valve. 18. 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 feet of insulation in place. * PUment: Payment is at the unit bid price per square feet of Rigid Board a Insulation. 19. Flowable Fill: * General: This bid item is furnishing and placing flowable fill material as shown in the Drawings or as identified by the Engineer, including a sand cushion layer 1 at Northwestern Energy facilities. SPECIAL PROVISIONS—Manley Road 1 Page 59 of 81 * 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, potholing, repair work, protection, and slowdown in progress due to encountering any utility conflict; • Providing and installing a sand cushion layer at flowable fill locations crossing Northwestern Energy facilities; • 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. Foowable Fill for electrical work is not paid for and is included in the price of associated electrical items. 20. New Hydrant& Water Line: * General: This bid item is the installation of a new hydrant,valves,fittings, 6-inch water lines, extensions, and connections to existing water mains. * 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; • Saw cutting, trench excavation, bedding, and native backfill, including clearing and grubbing, topsoil stripping and replacement, dewatering, trench support by shoring; • Furnish and install all required water pipe, tees, reducers, tapping sleeves, connections to existing water lines, MJ glands, valve boxes, additional spools, new hydrant assembly, hydrant risers, tracer wire, couplings, corrosion protection, lubricants, gaskets, caps for line abandonments, thrust blocking, restraints, washed gravel, and other incidentals as necessary for hydrant and line installation; • 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 and cleanup. * Measurement: Measurement is per each new hydrant with water line. * Payment: Payment is at the unit bid price for each New Hydrant and Water Line completed and accepted for a working system. 21. Raise Hydrant: * General: This bid item is the vertical adjustment of existing hydrants. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified including conducting testing,disinfection SPECIAL PROVISIONS—Manley Road Page 60 of 81 1 and repairs as required; • Exploratory excavation to determine the exact location, depth, size and type of the existing hydrant lines; • Saw cutting, trench excavation, bedding, and native backfill, including clearing and grubbing, topsoil stripping and replacement, dewatering, 1 and trench support by shoring as necessary; • Furnish and install necessary extensions; • Any repair work, protection, and slowdown in progress due to making the connection or encountering a utility; • Testing, cleaning and disinfection as necessary; • Removal and disposal of any excess material and cleanup. * Measurement: Measurement is per each raised hydrant. * Payment: Payment is at the unit bid price for each Raise Hydrant completed. 22-29. Storm Pipe: * General: These bid items shall include furnishing and installing new pipe of the material and dimensions specified for new storm drain systems. * 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; • Furnishing and placing Type A or flowable fill backfill, re-grading, and backfilling and compacting trench areas as necessary; • Connections to existing pipes; 1 • Furnishing and installing PVC, RCP, RCPA, and appurtenances; • Furnishing and installing FETS as shown on the Drawings; ! a Watertight joints; 0 Temporary diversion facilities installation; • Testing as specified, including but not limited to light, leakage, deflection, j trench and backfill compaction, and joints; • Any exploratory excavation, potholing, repair work, protection, and slowdown in progress due to encountering a utility which crosses storm drain; • Removal and disposal of all material generated from excavation and cleanup. j * Measurement: Measurement for pipes is by the linear foot for the various type, size and material specified. * 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. 30. Remove& Reuse RCPA: p * General: This bid item includes the removal and resetting of existing 30-inch equivalent RCPA pipe and FETS. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Excavation and removal of existing pipe and FETS sections with backfilling, j compaction, and re-grading; • Trench excavation,foundation preparation and compaction,pipe bedding and SPECIAL PROVISIONS—Manley Road Page 61 of 81 backfill to place the pipe and FETS to the lines and elevations specified; • Removal and disposal of all waste materials; • Connections to the existing RCPA pipes and FETS including concrete collar connections,precast mitered bends, angled joint connections, and bends; • Any exploratory excavation, repair work, protection, and slowdown in progress due to encountering a utility which crosses the buried pipes. * Measurement: Measurement for reset pipes is by the linear foot measured along the flowline for the installed and accepted removed and reused RCPA. * Payment: Payment for the completed and accepted quantities is at the unit bid price per linear foot for the Remove and Reuse RCPA. 31-38. Manholes, Inlets, Treatment Devices & Trash Racks: * General: This bid item shall include the installation of various sizes and types of combination manholes and inlets,manholes,curb inlets,outlet control structures, and storm water treatment devices associated with the storm drainage systems. * Work Included: • All labor,tools, equipment, materials, and incidentals necessary to complete the work as specified; • Shop drawings; • Saw cutting, excavation,foundation preparation and compaction, and furnishing and placing Type 1 bedding material; • Furnish and install structures with required penetrations and slots,precast bases and roof slabs, dry well holes, steps, shelves, frame and cover,joints, sealer, adjustment rings and risers, flexible gasket joints, grout or hydraulic cement, and other items as necessary; • Furnish and install all inlets with grates as specified on the Drawings; • Furnish and install trash racks with pipe connections; • 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; • Removal and disposal of all material generated from excavation and cleanup. * Measurement: Measurement is per each for the various type, size and material of manholes and inlets. * Pae: Payment for the completed and accepted quantities is at the unit bid price per each for the type, size and material specified of manholes, inlets, treatment devices, and trash racks. 39. Rip Rap—Class 1 Random: * General: This bid item is furnishing and installing rip rap meeting specifications. * 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 is per cubic yard in place. SPECIAL PROVISIONS—Manley Road Page 62 of 81 i * Pam: Payment is at the unit bid price per cubic yard for Rip Rap — Class 1 Random. 40. 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 for the various applications shown on the Drawings,and as directed by the Engineer,including all overlaps and keys as necessary. * Measurement: Measurement is at the square yard in place, excluding overlaps. * Pa ment:Payment is at the unit bid price per square yard for Drainage Geotextile. 41. 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 ' and as directed by the Engineer. J * Work Included: J • All labor, tools, equipment, materials, and incidentals necessary to J 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. J * Measurement: Measurement is per cubic yard in place. * Pa ment: Payment is at the bid price per cubic yard of Pipe Bedding Type 2. i 42. Street Excavation(Above Subgrade): J * General: This bid item includes clearing, grubbing, stump removal, urban street J 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 shown in the Drawings. This bid item also includes saw cutting and the removal and disposal J of existing concrete sidewalk, curb, asphalt pavement, concrete pavement, and miscellaneous items within the roadway template and construction (cut/fill) limits. * Work Included: J All labor,tools,equipment,materials, and incidentals to complete the work; • Utility company coordination for private utility adjustments, relocations, or facilities to remain in place; • 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 J directed by the Engineer,including haul and disposal; • Coordination with the City of Bozeman Forester and protection of existing 1 SPECIAL PROVISIONS—Manley Road Page 63 of 81 trees that are not to be disturbed; • Saw cutting; • Excavation and grading to construct the roadway, sidewalks, driveways, ditches, detention basins with forebay areas, 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, stockpiling, and placing/compacting on-site material for use as embankment; • Optional pulverizing,mixing, and reuse of materials; • Subgrade preparation and compaction; • Dust control; • Final grading and clean up. * Measurement: Measurement is per cubic yard of plan quantity. Over-excavation not authorized by the Engineer,or excavation outside the lines,grades,elevations, and dimensions as shown in the Drawings will not be considered. 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). 43. Imported Borrow: * General: This bid item is imported material for use as embankment material 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 in place. * Payment: Payment for the completed and accepted quantities is at the unit bid price per cubic yard of Imported Borrow. 44. Subexcavation&Replacement Material (Below Subgrade): * General: This bid item is subexcavation at unstable subgrade locations, disposal of the unsuitable material, and replacement with imported material. * Work Included: • All labor, tools, equipment,materials, and incidentals necessary to complete the work as specified; • Excavation,haul, and disposal of unsuitable material below subgrade; • Foundation preparation and compaction; • Furnishing,placing, and compacting imported material; • Furnish moisture-density proctors; • Final grading and cleanup. SPECIAL PROVISIONS—Manley Road Page 64 of 81 1 p * Measurement: Measurement is per cubic yard in-place as approved by the I Engineer. Over-excavation not authorized by the Engineer will not be considered. * Payment: Payment for the completed and accepted quantities is at the unit bid price per cubic yard of Subexcavation & Replacement Material (Below Subgrade). 45. Muck Excavation&Replacement Material: * General: This bid item is muck excavation of the ditch bottom at the existing Glen Lake outlet channel, disposal of the unsuitable material, and replacement with imported material. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Excavation, haul, and disposal of unsuitable material in the channel; • Foundation preparation and compaction; • Furnishing,placing, and compacting imported material; • Furnish moisture-density proctors; • Final grading and cleanup. 1 * Measurement: Measurement is per cubic yard in-place as approved by the Engineer. Over-excavation not authorized by the Engineer will not be considered. * Payment: Payment for the completed and accepted quantities is at the unit bid price per cubic yard of Muck Excavation&Replacement Material. 46-49. Geotextiles: } * General: This bid item includes all equipment, labor and associated work for } furnishing and installing various types of geotextile for various applications 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; • Furnish and install various types of geotextile fabrics including overlaps and } keys as necessary. * Measurement: Measurement is at the square yard in place, excluding overlaps, } vertical walls and keys. * Payment: Payment is at the unit bid price per square yard for the various types of Geotextile. 50-51. 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, mixing, stockpiling, and all other work necessary to meet material specifications; • Loading, haul or other transportation required to place the material; • Furnish moisture-density proctors; • Placing and compacting the material to meet density specifications at the 9 locations, depths, lines, grades and elevations required; SPECIAL PROVISIONS—Manley Road Page 65 of 81 • Optional pulverizing, mixing and reuse to provide no more than 50% of the new subbase layer with reused subbase material or provide 100% imported subbase material; • 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. 52. 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; • Provide project specific mix-design for approval; • Excavation,crushing,screening and all other work necessary to meet material specifications; • Loading,haul or other transportation required to place the material; • 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 to meet minimum density specifications at the locations, depths, lines, grades and elevations required; • For unsatisfactory areas, removal of newly placed pavement, furnishing, loading, hauling, handling, measuring, mixing, manipulation, placing, compacting,rolling, fmishing and testing of materials in accordance with the special provisions; • 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. * Pam: Payment is at the unit bid price per ton of Asphalt Pavement in accordance with the special provision for Materials and Control Testing. 53-54. Concrete Sidewalk(With 3" Thick Gravel Base) * General: This item includes construction of 4-inch or 6-inch thick concrete A.D.A. ramps, landings, and driveway aprons. The concrete work under this bid item includes the minimum 3-inch thick crushed base course under the sidewalk. * 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-inch minimum thickness of sidewalk SPECIAL PROVISIONS—Manley Road Page 66 of 81 1 I > crushed base course to achieve proper sidewalk lines, grades and elevations; • Furnish,place, and strip form work; r • Machine grade control for machine-placed sidewalk and any necessary subgrade compaction for adjacent surfaces supporting paving machines; • Furnish and place M-4000 Portland Cement Concrete with Fibermesh; • Furnish and place all reinforcing steel,joint material,finishing, curing, i coating and other materials as necessary; i • 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. * Pavment: Payment is at the unit bid price per square yard of the various thickness concrete placed and includes the base course. Payment will be made after the Engineer verifies the work meets A.D.A. requirements. 55. Detectable Warning Panels: * General: This item includes furnishing and installing A.D.A. compliant Detectable Warning Panels in the concrete 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 panels. Payment will be made after the Engineer verifies the work meets A.D.A. requirements. i 56-57. Concrete Curb & Gutter, Median Concrete Curb: * 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; • Furnish and erect all forming; • Machine grade control for machine-placed curb and any necessary subgrade compaction for adjacent surfaces supporting paving machines; 0 Preparation of subgrade,base courses, and any existing concrete in contact with the pour; • Furnish and install all reinforcement, doweling, and supports; • Furnish,place and finish-4000 Portland Cement Concrete for various types of curb and gutter; • Furnish and install pre-molded mastic material for expansion joints, contraction joints, and other necessary jointing; • Curing and finishing; 1 1 SPECIAL PROVISIONS—Manley Road Page 67 of 81 1 • Strip and remove forming; • Provide all materials and labor for any cold/hot weather concreting. * Measurement: Measurement is per linear foot of curb and gutter installed, measured along the top back of the curb. * Payment: Payment is at the unit bid price per linear foot for the various types of curb and gutter placed and verified by the Engineer to meet A.D.A.requirements. Base gravels under the curb are paid separately. 58-59. 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, cure, and finish M-4000 Portland Cement Concrete; • Furnish and install jointing and bond breaker; • 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. 60. Concrete Median Cap(3"Thick with 3" Gravel): * General: This item includes the installation of a 3-inch thick concrete cap in the median islands with a 3-inch thick layer of crushed base course, including concrete sloped median ends. * Work Included: • All labor,tools, equipment,materials, and incidentals necessary to complete the work as specified; • Furnish and erect all forming,prepare surfaces in contact with the pour; • Furnish and install all reinforcement, doweling, box outs, and supports; • Furnish,place, cure and finish the M-4000 Portland Cement Concrete cap; • Furnish and install jointing and bond breaker; • Strip and remove forming; • Provide all materials and labor for any cold/hot weather concreting. * Measurement: Measurement is per square yard of median cap installed and accepted. * Patent: Payment is at the unit bid price per square yard of Concrete Median Cap placed and accepted and includes the base gravels under the cap and sloped median ends. 61. Concrete Stairs: * General: This item includes the installation of concrete stairs as shown in the Drawings, including base gravels. SPECIAL PROVISIONS—Manley Road Page 68 of 81 1 1 * Work Included: a • All labor,tools, equipment,materials, and incidentals necessary to complete r the work as specified; • Prepare surfaces in contact with the pour; • Furnish and erect all forming; a Furnish and install all reinforcement and base gravels; 1 • Furnish,place, cure and finish the M-4000 Portland Cement Concrete stairs; • Furnish and install jointing and bond breaker; 0 Strip and remove forming; • Provide all materials and labor for any cold/hot weather concreting. * Measurement: Measurement is per each concrete stairway installed and accepted. * Payment: Payment is at the unit bid price per each location of concrete stairs installed and accepted. Base gravels under the stairways are included in the cost of the concrete stairs. 62-63. Handrail, Shared-Use Path Rail: * General: This item includes the installation of metal handrails on the new concrete stairs and wood rail along the shared-use path, 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 rails,posts,foundations, and anchors; 1 • Wood treatment,factory painting or powder coating; i a Removal and disposal of any excess material and cleanup. 1 * 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 i verified by the Engineer to meet specifications. 64. Retaining Wall: * General: This item includes the installation of a gravity masonry block retaining wall as shown in the Drawings. i * Work Included: • All labor,tools, equipment, materials, and incidentals necessary to complete 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; i • Any exploratory excavation, repair work, protection, and slowdown in j progress due to encountering any utility. * Measurement: Measurement is per linear foot of retaining wall installed and accepted. * Payment: Payment is at the unit bid price per linear foot of retaining wall. 65. Remove Pavement Markings: i * General: This item includes the removal of existing epoxy, paint, plastic, and thermoplastic pavement markings. SPECIAL PROVISIONS—Manley Road Page 69 of 81 * 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. 66-71. Pavement Markings: * General: This item includes furnishing and installing new pavement markings including in-laid thermoplastic and epoxy flor lines, 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 in-laid thermoplastic and epoxy pavement markings to the color and style specified,including words and symbols. * Measurement: Measurement is per gallon of the various types of epoxy and per linear foot or square foot for the various types of thermoplastic. * Payment: Payment is at the unit bid price for the various types, colors, and thickness of pavement markings installed and accepted. 72-73. Signing,Delineators: * 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 metal posts, luminaires, and decorative wood posts; • 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. SPECIAL PROVISIONS—Manley Road Page 70 of 81 ) * Measurement: Measurement is per one lump sum for signing and per each delineator. a * Payment: Payment is at the unit bid price per lump sum for Signing completed and accepted and at the unit bid price per each Delineator. I 74. Remove &New Mailbox: * General: This item includes removing existing mailboxes and the installation of new mailboxes at the locations shown on the Drawings. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; ' 0 Temporary installation of mailboxes for uninterrupted postal service; • Removal and disposal of existing mailboxes,posts, and foundations; • Furnish and install new mailbox, post, concrete foundation, mounting ? brackets, and other miscellaneous items as necessary. * Measurement: Measurement is per each mailbox. * Pa. ment: Payment is at the unit bid price per each Remove and New Mailbox. ) 75. 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; 0 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 seeding with installation of topsoil, 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. 76. Erosion Control Blanket: * 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 blanket placement over topsoil construction slopes; • Furnishing and placing erosion control blankets to meet specifications and the Drawings; • Coordination of placement with topsoil, sprinkler systems and electrical; • Clean-up. * Measurement: Measurement is per square yard installed and accepted. * Payment: Payment is at the unit bid price per square yard of Erosion Control SPECIAL PROVISIONS—Manley Road Page 71 of 81 r Blanket. Hydraulic seeding of the blanket area is paid separately. 77. Tree: * General: This item includes new trees to the size and type as shown on the Drawings. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Furnish and install planting stock, anti-desiccant,planting soil mix,fertilizer, and tree stakes as shown on the Drawings; • Watering twice per week until the sprinkler systems are operational; • Warranty of all planting stock. * Measurement: Measurement is per each new tree. * Payment: Payment is at the unit bid price per each Tree. 78. Adjust Sprinkler System: * General: This bid item shall include the adjustment or relocation of lawn irrigation sprinkler systems in conflict with the work,including the adjustment of existing systems to cover the new boulevards areas. * Work Included: • All labor, tools, equipment, materials, royalties and incidentals necessary to 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; • 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; • Leak testing and final operational adjustments to provide adequate head-to-head irrigation coverage; • Adjusting existing systems to the new boulevards; • At the request of the Engineer,temporary watering of trees, shrubs, and lawns in areas where existing sprinkler systems have been disabled for these sprinkler system adjustments; • 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. * Patent: Payment for the completed and accepted quantities is at the unit bid price per each Adjust Sprinkler System. 79. 4"PVC Schedule 40 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 and areas of sprinkler system adjustments. * Work Included: SPECIAL PROVISIONS—Manley Road Page 72 of 81 1 } • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; j • Clearing and grubbing,topsoil stripping and replacement,trench excavation; 1 • 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. i * Measurement: Measurement for new pipe is by the linear foot of various diameter and type of new pipe installed. * Pam: Payment is at the unit bid price per linear foot of each size and type of i new pipe installed and approved. 80. Monument Box: i * General: This item includes furnishing and installing monument boxes using a i 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 and marker; 1 • Setting and marking the monument as dictated by monument records by a State of Montana Professional Land Surveyor; • Completing and filing Corner Recordation. i * Measurement: Measurement is per each monument box. * Payment: Payment is at the unit bid price per each Monument Box installed. i 81. Reset Property Pin: 1 * General: This item includes installing new property pins using a Professional Land Surveyor licensed in Montana. 1 * Work Included: 1 • 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. * Pa, ment: Payment is at the unit bid price per each Reset Property Pin. 82. Fence: * General: This bid item includes the installation of new fence. Work Included: 1 • All labor, tools, equipment, materials, and incidentals necessary to complete 1 the work as specified; i • Excavation and disposal of excess materials; • Installation of new post foundations, rails, braces, connections, mesh, and foundations; • Connecting new fence to existing fence; • Backfilling, compaction,re-grading, and clean up at fence sites. * Measurement: Measurement is per linear foot of fence installed and completed. SPECIAL PROVISIONS—Manley Road Page 73 of 81 1 * Payment: Payment is per linear foot of fence. 83-90. Electrical Foundations, Conduits, Pull Boxes, & Copper Conductor: * General: This item includes furnishing and installing buried electrical items for the corridor lighting,at the locations shown on the Drawings.These items include concrete for foundations, various types and size conduits, composite type pull boxes, copper conductors of various sizes,trench excavation,trench backfill and 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,backfill and compaction,trench patching with replacement of asphalt, gravels or concrete along the trenching, topsoil replacement, hydraulic seeding and sodding replacement,final grading 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 if necessary; • Foundation excavation,sono-tube,furnishing and placing foundation M-4000 Portland Cement 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; •. 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 cubic yard of concrete, per linear foot of conduit and wire, and per each pull box. * Payment: Payment is at the unit bid price for the various buried electrical bid items. 91. Colored Luminaire Standard(30' Tall with 6' Mast Arm): * 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. * Payment: Payment is at the unit bid price per each Colored Luminaire Standard installed and accepted. 92. Colored LED Assembly: * General: This item includes furnishing and installing luminaire mounted colored Cobra LED assemblies, at the locations on the Drawings. SPECIAL PROVISIONS—Manley Road Page 74 of 81 * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work; • Electrical submittal of materials; • 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. 93. Service Assembly (30 AMP): * General: This item is a new service assembly for the 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 assembly including all appurtenances and connections for a complete and working service; • Power connection and coordination with Northwestern Energy; • Furnish and install new photo electric control; Furnish and install NEMA Type 3R cabinets with a hinged lockable door, 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; • Clean up. * Measurement: Measurement is per each new assembly. * Payment: Payment is at the unit bid price for Service Assembly installed and accepted. 94. Remove & Salvage Luminaire: * General: This item includes removing and salvaging existing luminaires, as shown on the Drawings. * Work Included: • All labor,tools, equipment, materials, and incidentals necessary to complete the work as specified as shown on the Drawings; • Removing, salvaging,transport, and delivery of the luminaire,mast arm, and lamp; • Coordination with the City of Bozeman for delivery; • Remove, adjust, and reconnect existing electrical systems impacted by the 1 project work to provide a complete and working system. * Measurement: Measurement is per each luminaire. * Payment: Payment is at the unit bid price per each Remove and Salvage Luminaire. 95. Glen Lake Outfall Conveyance: * General: This bid item is the management and conveyance of the existing Glen lake outfall water for installation of the new storm drain facilities and stream SPECIAL PROVISIONS—Manley Road Page 75 of 81 1 relocation. 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; • Coordination with the Engineer, Owner and Glen Lake Rotary club; • Submittal of Glen Lake Outfall conveyance plan; • Dewatering and discharge plans; • Permits,fees, coordination and compliance inspections as necessary; • Furnish, install,maintain and remove dewatering facilities as necessary; • Coffer dams as necessary; • Short-term temporary damming of Glen Lake as necessary and with the approval of the Engineer; • Temporary ditches or bypass pumping as necessary; • Disposal of waste water; • Restoring all areas used for this work including revegetation,topsoil,finished grading, and clean up. * Measurement: Measurement is one lurnp sum item. * Payment: Payment is at the unit bid price per lump sum. 96. Stream Relocation: * General: This bid item is the relocation of the existing Glen Lake outfall channel. * Work Included: • All labor,tools, equipment, materials, and incidentals necessary to complete the work as specified; • Coordination with the Engineer, Owner and Glen Lake Rotary club; • Stream excavation and stream embankment construction; • Furnish, install, and compact the stream bottom and rock grade control structure materials to the lines,grades,and sections as shown in the Drawings including meanders, depressions,pools,riffles, and pilot channels; • Furnish and install erosion control blankets; • Furnish, install, and compact clay plugs; • Finished grading and clean up. * Measurement: Measurement is one lump sum item. * Payment: Payment is at the unit bid price per lump sum. Topsoil and seeding of the stream relocation are paid separately. Abandoning the existing channel with on-site embankment material is also paid separately. 97. MGS Guardrail with Lon Posts: * General: This item includes furnishing and installing the guardrail system as shown on the Drawings and MDT Detailed Drawings. * Work Included: • All labor,tools, equipment, materials, and incidentals necessary to complete the work as specified; • Furnish and install a long-post guardrail system, one-way departure sections, and terminal end sections; • Galvanized W-beam rail; • Submittal and approval of shop drawings; SPECIAL PROVISIONS—Manley Road Page 76 of 81 it • Clearing, grubbing, excavation, foundation preparation, base installation, j guardrail installation; • Backfill, compaction, and re-grading the guardrail area; • Adjusting the post spacing for electrical, drainage, and other features; • Any exploratory excavation,repair work,protection, and slowdown in progress due to encountering a utility which crosses the guardrail posts. * Measurement: Measurement is per linear foot of guardrail. * Payment: Payment is at the unit bid price per linear foot of MGS Guardrail with Long Posts installed and accepted. 98. Sanitary Sewer Bypass Pumping: * General: This bid item shall bypass pumping for the sanitary sewer replacement. * Work Included: All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Shop drawings or pumping plan for approval, if necessary; • Furnish and install all temporary piping, pumps, connections, and other incidentals; • Maintenance of flows; • Any repair work and protection; • Removal,reconnections, clean up. * Measurement: Measurement is per lump sum. * Payment: Payment is at the lump sum unit bid price for Sanitary Sewer Bypass Pumping completed and accepted for a working system. 99. 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; 0 Shop drawings and temporary water plan for approval; • Exploratory excavation; • 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 and protection; • 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. 100-101. Adjust Water Main,Adjust 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. SPECIAL PROVISIONS—Manley Road Page 77 of 81 * 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; • 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 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. 102. Remove Flowable Fill: * General: This bid item includes the removal of existing flowable fill installed at new water adjustment areas. * Work Included: • All labor,tools, equipment, materials, and incidentals necessary to complete the work as specified; • Saw cutting, exposing, and excavation methods to remove the flowable fill without damaging facilities in order to adjust the water lines and complete the sanitary sewer replacement work; • Disposal of the flowable fill and any 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 area. * Measurement: Measurement is per cubic yard of removal area. * Payment: Payment is per cubic yard of Remove Flowable Fill. 103-104. Remove & Dispose 20" Asbestos Sanitary Pipe, Remove & Dispose 48" Sanitary Manhole(With Asbestos) * General: This bid item includes the removal and disposal of existing sanitary pipe and manholes containing asbestos. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; SPECIAL PROVISIONS—Manley Road Page 78 of 81 I • Saw cutting, excavation, exposing and removing the pipes and manholes; • Removal and disposal of pipes,manholes, and excess material; • Permits, fees, plans, and additional personnel or subcontractors to meet regulatory requirements for asbestos containing materials; • Any exploratory excavation, repair work, protection, and slowdown in progress due to encountering any utility which crosses the existing pipes; a Backfilling,re-grading, and compacting the removal areas. * Measurement: Measurement is per linear foot of removed sanitary pipe and per each manhole removed. * Payment: Payment is at the unit bid price per linear foot of Remove and Dispose 20" Asbestos Sanitary Pipe and per each of Remove and Dispose 48" Sanitary Manhole (With Asbestos). 105. Connect to Existing Sanitary Sewer: * General: This bid item is connecting the existing asbestos sanitary sewer to the new sanitary manholes, as shown on the Drawings. * Work Included: • All labor,tools, equipment, materials, and incidentals necessary to complete ? the work as specified; • Exploratory excavation to determine the exact location, depth, size and type of the existing mains and crossing utilities; • Saw cutting, clearing and grubbing,topsoil stripping and replacement,trench excavation,trench support by shoring • Furnish and install connections,bedding, backfill,tracer wire as necessary; } • Permits and fees to meet regulatory requirements for asbestos containing materials; } • 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 is per each connection to existing. * Payment: Payment is at the unit bid price per each Connect to Existing Sanitary Sewer. Payment for new pipe is made only after all work in this section is complete, including testing and inspections. 106. 36"PS-46 PVC Sanitary Pipe: * General: This bid item shall include furnishing and installing new sanitary sewer main pipe of the material and dimensions specified. 1 * Work Included: • All labor,tools, equipment, materials, and incidentals necessary to complete the work as specified; • Exploratory excavation to determine the exact location, depth, size and type of the existing mains and crossing utilities; • Saw cutting, trench excavation, clearing and grubbing, topsoil stripping and replacement,trench support by shoring, gradation and compaction tests; • Furnish and install all bedding,backfill, and compaction; • Furnish and install all pipe at various sizes and types; • Any repair work, protection, and slowdown in progress due to making the I SPECIAL PROVISIONS—Manley Road Page 79 of 81 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 new pipe installed. * Payment: Payment is at the unit bid price per linear foot of 36" PS-46 PVC Sanitary Pipe installed and approved. Payment is made after all work in this section is complete, including testing and inspections. 107-108. 72" Sanitary Manhole (Including Extra Depth), 72" Sanitary Straight Manhole: * 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,trench excavation, clearing and grubbing,topsoil stripping and replacement,trench support by shoring, gradation and compaction tests; • Furnish and install all bedding,backfill, and compaction; • 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 and inspections; • 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. * Payment: Payment for the completed and accepted quantities is at the unit bid price per each for the type, size and material specified of manholes. 109. Concrete Anchor: * General: This item includes the installation of concrete anchors for the sanitary pipe as shown in the Drawings, including reinforcing. * Work Included: • All labor,tools, equipment,materials, and incidentals necessary to complete the work as specified; • Prepare surfaces in contact with the pour; • Furnish and install reinforcement and M-4000 Portland Cement Concrete; • Provide all materials and labor for any cold/hot weather concreting. * Measurement: Measurement is per each concrete anchor installed and accepted. * Pa ment: Payment is at the unit bid price per each concrete anchor installed and accepted. 110. 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 SPECIAL PROVISIONS—Manley Road Page 80 of 81 i r 9 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; 0 Place and compact the material to meet minimum density specifications at the locations, depths, lines, and grades required; • 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. ) ) } ) SPECIAL PROVISIONS—Manley Road Page 81 of 81 Intentionally Left Blank SECTION 5. TECHNICAL SPECIFICATIONS Intentionally Left Blank j i ) ) ) _f r rr;r$02' �* L' i4 *; ;�_' � Q j Tr�vCO.i�►oo CITY OF BOZEMAN MODIFICATIONS TO MONTANA PUBLIC WORKS STANDARD SPECIFICATIONS SIXTH EDITION PREPARED BY CITY OF BOZEMAN ENGINEERING DEPARTMENT Approved March 31, 2011 ) Authorized by Ordinance No. 1611, April 5, 2004 Including Addendum No. 1 Approved 8/26/13 Including Addendum No. 2 Approved 4/20/15 Including Addendum No. 3 Approved 8/1/2017 I � I Intentionally Left Blank 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 1 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. I Appendix A of these modifications contains a list of MPWSS Standard Drawings followed by } "Deleted", "Replaced", or "Active". "Deleted" indicates that the drawing is not to be used. "Replaced" indicates that the drawing has been replaced by a City of Bozeman Standard Drawing and"Active"means that the drawing is useable as shown in MPWSS. Appendix B contains a list of City of Bozeman Standard Drawings. It is the intent of the City of Bozeman to revise this document on an as-needed basis. Written comments on the "City of Bozeman Modifications To Montana Public Works Standard Specifications"may be submitted to the City Engineer. A form for submitting suggested changes can be found in Appendix E. Additional copies of the City of Bozeman Modifications to Montana Public Works Standard Specifications may be obtained from the office of the City Engineer located at 20 E. Olive Street in Bozeman,Montana. f i COBMODS 6`h 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"Edition Page 1 of 1 TABLE OF CONTENTS Intentionally Left Blank 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. i 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. 1 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. 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 contain provisions applicable not only to the successful Bidder, but also to his subcontractors. 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. 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. PROPOSAL 1. 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 Pagel 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'Edition Page 2 of 3 INSTRUCTION TO BIDDERS 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: 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 Contractor for remittance to the Department of Revenue for any contracts greater than$5,000.00. 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. COBMODS 6te 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. 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 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 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°i Edition Page 1 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'h Edition Page 2 of 6 SPECIAL PROVISIONS 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. i 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 i protected at all times. COBMODS 6ie Edition Page 3 of 6 SPECIAL PROVISIONS 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 ACCESS Construction work shall be programmed by the Contractor so that local traffic will have continuous access within one block of any given properly. 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'h Edition Page 4 of 6 SPECIAL PROVISIONS 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 6i°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, exan-Iination, excerpts or transcriptions. 21. INSURANCE Insurance coverages required under this contract shall extend, at a minimum, to the end of the contract time. COBMODS 6"'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. } i r 1 COBMODS 61 i Edition Page 1 of I 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 6i°Edition Page 1 of 1 SECTION 01570 Intentionally Left Blank 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 I 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. I COBMODS 6'Edition Page 1 of 1 Section 01580 Intentionally Left Blank I i SECTION 01700 i CONTRACT CLOSEOUT 1.1 CLEANUP Add the following requirenaent: 1 B. Contractor shall provide personnel to remove utility covers for any required pre- paving, final, or warranty inspections. 1.4 WARRANTIES AND BONDS I Add the following requirenrent: 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. i COBMODS 6 h Edition Page 1 of 1 SECTION 01700 Addendum 2 Intentionally Left Blank SECTION 02112 REMOVAL OF EXISTING PAVEMENT, CONCRETE CURB, SIDEWALK, DRIVEWAY AND/OR STRUCTURES 3.1 GENERAL Add the following section: D. Exercise care in removal of existing tree roots that conflict with the work. Tree roots shall be removed by sawcutting the roots to a neat line at the extent of the excavation. Remove only the minimum amount of roots necessary in order to complete the work. 1 i i i COBMODS 6°i Edition Page I 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 i 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. I � i i COBMODS 6'h Edition Page I of 1 SECTION 02113 Intentionally Left Blank SECTION 02221 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. 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 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. COBMODS 6'Edition Page 2 of 2 SECTION 02221 Addendum 2 SECTION 02234 SUB BASE COURSE PART 2 PRODUCTS 2.1 GENERAL A. Add the following: Limit use of recycled concrete and/or asphalt in the sub base course to a maximum of 50%by weight. Recycled material shall be mechanically blended to assure thorough mixing. ) '1 i COBMODS 6"'Edition Page I of I SECTION 02234 Intentionally Left Blank 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 clashed 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. i 1 COBMODS 6'h Edition Page I of I SECTION 02235 Intentionally Left Blank 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 i a ; 1 i COBMODS 6ih Edition Page I of I SECTION 02502 I Intentionally Left Blank SECTION 02504 ASPHALT SEAL COAT 3.2 CONSTRUCTION METHODS B. Weather Limitations Add the following requirements: 2. Do not perform seal coat work if the local radio weather forecast includes a probability of precipitation greater than 45%within the intended schedule of operations for the day. Regardless of the weather forecast, seal coat work may be suspended if impending adverse weather conditions occur in the vicinity of the work. D. Application of Asphalt Material Add the following requirements: 7. Building paper shall be applied to the surface of any street drain inlet,water valve box, manhole cover, monument box, or other similar item, prior to beginning asphalt application on the street. For any such item not adequately covered by paper, the Contractor must re-open or clean as necessary any asphalt to the satisfaction of the City Engineer prior to final payment. It is the sole responsibility of the Contractor to dispose of all building paper or other material used for covering manholes,valve boxes,monument markers, etc. E. Application of Seal Coat Material 4. Revise this section as follows: Immediately after spreading, roll the aggregate with self-propelled, pneumatic-tired rollers. Roll in a longitudinal direction, beginning at the outer edges of the treatment and working toward the center. Overlap the previous strip by about one-half the roller width. Do not allow the roller speed to exceed 7 mph during initial rolling, or 15 mph after initial rolling. Complete the first rolling of the aggregate within one-half hour of it being spread. ! Continue rolling until a smooth,thoroughly compacted surface is obtained. Roll at i 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 6m Edition Page I oft SECTION 02504 3.4 PROTECTION OF SIDE STREET STRUCTURES AND TRAFFIC CONTROL Add the following requirenients: C. It is the sole responsibility of the Contractor to furnish and post"No Parking" signs along both sides of the street(s) intended for seal coating. The "No Parking" signs shall be posted at 100-foot intervals and securely fastened to their support posts. (Wood laths may be used.) It is also the responsibility of the Contractor to remove and dispose of all "No Parking" signs and their supports immediately after the seal coating operations have been completed on each street. "No Parking" signs shall be posted 24 hours in advance of seal coating operations. The Contractor shall notify the public as to the proposed streets to be seal coated and the corresponding dates of the construction activities. The Contractor shall be responsible for removing all vehicles from streets to be seal coated. Traffic will be allowed onto streets upon completion of the seal coat street improvements. However,traffic will be required to operate at 15 mph for a period of 48 hours following completion of the seal coat. It is the responsibility of the Contractor to erect,maintain and remove the temporary speed control signs for the appropriate streets. COBMODS 6"Edition Page 2 of 2 SECTION 02504 SECTION 02510 ASPHALT CONCRETE PAVEMENT 2.2 PLANT MIX AGGREGATES Add the following: J. Reclaimed glass may be added to the aggregate for plant mix. A maximum of 3% crushed glass may be blended in the mix. The glass shall be crushed so that 100%of the glass passes a 3/8 inch sieve, and no more than 8% passes a No. 200 sieve. If glass is used in the mix, 1%hydrated lime(by weight) shall be added to the mix as an anti-stripping agent. Hot plant mix asphalt with glass is limited to binder or base courses and is not to be used in surface or friction courses. 2.3 ASPHALT BINDER MATERIAL A. 1. Grades: Add the following requirefnent. 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: 1 3. d. Tack coat all existing asphalt edges prior to placing new asphalt concrete. e. If hot plant mix asphalt is not available, temporarily patch the pavementusing 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: i 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 1 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 Arid: City of Bozeman Standard Drawing 02528-1, Integral Concrete Curb and Gutter 3.2 FOUNDATION PREPARATION D. Revise as follows: For new street construction or street reconstruction,place gravel base course for the street 9"beyond the back of curb. 3.6 STRIPPING FORMS AND FINISHING B. Finishing Add the following requirement: 3. After finishing and brooming, stamp a mark into the concrete to mark sewer and/or water service lines. The mark shall be either a "W" for water or an "S" for sewer. The marls shall be 3"tall and stamped a minimum of t/"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`h Edition Page I of I SECTION 02528 Intentionally Left Blank ( I t ) l 1 SECTION 02529 CONCRETE SIDEWALKS, DRIVEWAYS,APPROACHES, CURB TURN FILLETS, VALLEY GUTTERS,AND MISCELLANEOUS NEW CONCRETE CONSTRUCTION t i 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 1 Street Monument 1 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. 02529-713, 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. 02529-713, 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 1 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 1 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 t base material. COBMODS 6'"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 requirement. C. The curing compound used on colored concrete shall be a high solid acrylic cure, Day/Chem Aggre-Gloss J-25(manufactured by Dayton Superior)or approved equal. 3.8 JOINTS. C. Revise this section as follows: Divide sidewalk into sections using contraction joints formed by a jointing tool or other approved methods. Extend the contraction joints into the concrete for at least one-fourth its depth and make the joints approximately 1/8 inch wide. Unless otherwise directed, space contraction joints at maximum 10-foot intervals or a distance equal to the sidewalk width,whichever is less. In continuous sidewalk runs,install expansion 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. COBMODS 61h Edition Page 2 of 2 SECTION 02529 Addendum I' SECTION 02581 PAVEMENT MARKINGS AND MARKERS (PREFORMED PLASTIC, PAINTS AND ENAMELS) 1.2 STANDARD DRAWINGS Add the following Standard Drawings which are applicable to this section: City of Bozeman Standard Drawing No. 02581-1, Typical Pavement Markings for Pedestrian Crossings City of Bozeman Standard Drawing No. 02581-2,Typical Pavement Markings for School Crossings 1 2.1 PREFORMED PLASTIC PAVEMENT MARKING MATERIAL A. Add the following: Pre-formed plastic pavement marking material to be Premark Plus®manufactured by Flint Trading Inc. or approved equal. D. Revise this section as follows: Assure plastic pavement markings for inlay into new asphaltic surfaces are capable of being applied just before the final rolling of the new surface and can be rolled into place with conventional pavement rollers. For inlay applications, assure the plastic and adhesive are not damaged by pavement temperatures exceeding 150'F or by water on roller drums. Insure that the pavement markings are installed according to manufacturer's recommendations. Add the following: 2.3 EPDXY PAVEMENT MARKING PAINT A. Furnish and install epoxy paint in accordance with the applicable sections of Standard Specifications for Road and Bridge Construction, Montana Department of Transportation, latest edition including any supplements. 1 1 i COBMODS 6'Edition Page 1 of I SECTION 02581 i Intentionally Left Blank I } } SECTION 02582 i REFLECTIVE THERMOPLASTIC PAVEMENT MARKINGS 1.1 DESCRIPTION D. Revise this section as follows: Furnish thermoplastic that is hydrocarbon based. Furnish thermoplastic material that,while on the roadway surface and at any natural ambient temperature,will exist in a hard solid state with cold ductility that permits normal movement with the road surface without chipping and or cracking. 3.4 APPLICATION A. 2. Extruded(Inlaid) Add the following: d. Unless otherwise specified in the contract documents, all transverse pavement markings and words and symbols shall be 400 mils thick, and all longitudinal lines shall be 270 mils thick. COBMODS 6°i Edition Page 1 of 1 SECTION 02582 Intentionally Left Blank " I I. I i I. SECTION 02660 WATER DISTRIBUTION 1.4 STANDARD DRAWINGS Delete: Standard Drawing No. 02660-3, Thrust Blocking for Water Main Valves Delete: Standard Drawing No. 02660-4,Fire Hydrant Setting Delete: Standard Drawing No. 02660-5, Hydrant Location Detail Delete: Standard Drawing No. 02660-6,Water Service Line Delete: Standard Drawing No. 02660-7, Blowoff Valve Add. City of Bozeman Standard Drawing No. 02660-3, Thrust Blocking for Water Main Valves Add. City of Bozeman Standard Drawing No. 02660-4,Fire Hydrant Add. City of Bozeman Standard Drawing No. 02660-5, Hydrant Location Detail Add. City of Bozeman Standard Drawing No. 02660-6,Water Service Line Add. City of Bozeman Standard Drawing No. 02660-7, Typical Blowoff Add: City of Bozeman Standard Drawing No. 02660-8, Hydrant Barrier Posts Add. City of Bozeman Standard Drawing No. 02660-10, Typical Valve/Tee Restraint Add. City of Bozeman Standard Drawing No. 02660-11,Water Main Crossing Below Existing Sewer Main Add. City of Bozeman Standard Drawing No. 02660-12, Water Service Line, 4" and Larger Add. City of Bozeman Standard Drawing No. 02660-12A, Typical Riser Configuration Add. City of Bozeman Standard Drawing No. 02660-13, Standard Fire Service Line Installation, Class I, II, and III Systems Add: City of Bozeman Standard Drawing No. 02660-14, Standard Fire Service Line Installation, Class IV and V Systems Add. City of Bozeman Standard Drawing No. 02660-15, Water Service Line from Curb Stop to Building(Lines 2" and Smaller) Add. City of Bozeman Standard Drawing No. 02660-16, Water and Sewer Main and Services Location Standards Add. City of Bozeman Standard Drawing No.02660-17,Water Service Interior Clearances Add. City of Bozeman Standard Drawing No. 02660-18, Irrigation Meter Pit, V or 1" Add. City of Bozeman Standard Drawing No. 02660-19,Irrigation Meter Pit, 1 %" 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 C111. Use underground fittings having mechanical joints meeting COBMODS 6"'Edition Page 1 of 14 SECTION 02660 Addendum 3 AWWA Cl l L Use restrained joint pipe for all stream crossings and for pipe installed in casings. If restrained joints at fittings are required, use Megalug mechanical joint restraint or Megaflange restrained flange adapter,manufactured by EBBA Iron Sales,or Uni-flange Series 1400 retainer glands,manufactured by Ford Meter Box Company, MJ Field Lok® 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 C 104,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 %" and 1" services. 5) Hymax® 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 COBMODS 6"Edition Page 2 of 14 SECTION 02660 Addendum 3 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 water line is designated a service line or water main based on its use,not its size. Generally, a line serving a single building or facility is considered a service line; a line serving more than one building, or intended to serve more than one building or facility is generally designated a water main. The standard sizes of services are 3/4", 1", 11/z",211,411 , 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 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 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 6ie Edition Page 3 of 14 SECTION 02660 Addendum 3 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", 111, 11h", and 2" services, with 90' open to close operation. Furnish curb stops that conform to the following: Service Size Curb Valve and Curb Ston 3/4" Ford Ball Valve Curb Stop B44-333-M-Q 11/2" Minneapolis Thread, Mueller B-25155 11/2"Minneapolis Thread,or A.Y.McDonald 6104Q,part number 4182-035 1" Ford Ball Valve Curb Stop B44-444-M-Q 11/2" Minneapolis Thread, Mueller B-25155 11Y Minneapolis Thread,or A.Y.McDonald 6104Q,part number 4182-192 1%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 COBMODS 6 b Edition Page 4 of 14 SECTION 02660 Addendum 3 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: 3/" and 1" Curb Stops: Mueller H10388 curb box 1 1/"top with a 2 1/2"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 1/"top with a 2 Y2"base tapping(with a 2 1/2"x i 1 Y2" standard black hex bushing a 9/16" stationary rod) 1 Y2" and 2" Curb Stops: Mueller H10304 curb box 2" top with 3" base tapping (with a 3" x 2" standard black hex bushing and %" 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 q p g Y P 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 6'b 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/"valve openings,flanged inlet,one 5" storz connection and two 2Y2"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,7Y2 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 6V2' of cover over the hydrant lead unless specified otherwise on the approved plans. Furnish Mueller Super Centurion 250 model hydrants or Waterous 5 t/4"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 COBMODS 6"'Edition Page 6 of 14 SECTION 02660 Addendum 3 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 22'/2' 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-Flang&m , MJ Field Lok® Series DI, Field Lok® 350 Gaskets for push-on j oints,manufactured by US Pipe,Sigma One Lok Series SLD manufactured by Sigma Corporation,or approved equal joint restraints, for all fittings that require thrust restraint, except for cut-in or tapping tees (for mains or services) and bends on service lines inside building foundations,unless specifically prohibited by the City of Bozeman. Install the mechanical restraints in accordance with manufacturer's specifications and at all joints as specified by the Engineer. D. Pipe Jointing COBMODS 61h Edition Page 7 of 14 SECTION 02660 Addendum 3 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. COBMODS 6'Edition Page 8 of 14 SECTION 02660 Addendum 3 Add the following section: D. Pipe insulation 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-BioTM Enhanced Polyethylene Encasement. C. The polyethylene encasement shall be overlapped one foot in each direction at joints and secured in place around the pipe, and any wrap at tap locations shall be taped tightly prior to tapping and inspected for any needed repairs following the tap. Add the following new section: 3.3.5 DETECTABLE BURIED WARNING TAPE A. Install detectable warning tape centered over all water mains, service lines, and hydrant leads. Install tape a minimum of 18" and maximum of 24" below finish grade. 1 I i I 1 COBMODS 6ih Edition Page 9 of 14 SECTION 02660 Addendum 3 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 Rushed 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: COBMODS 6"Edition Page 10 of 14 SECTION 02660 Addendum 3 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, at the upstream end of each branch main,and at 500- foot intervals. The quantity of granules shall be as shown in Table 2. c) Warning:This procedure must not be used on solvent welded plastic or on screwed joint steel pipe because of the danger of fire or explosion from the reaction of the joint compounds with the calcium hypochlorite. d) When installation has been completed, fill the main COBMODS 6i6 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 D2 x 15.1 Where D is the inside pipe diameter in feet D =d/12 D. Bacteriological Tests 1. Revise this section as follows: After final flushing and before the water main is placed in service,test a sample,or samples,collected from the main(s)for turbidity and organisms. Collect at least one sample for every 1200 feet of new main and from each branch. a. Once the water main has been flushed following the successful completion of chlorination and pressure testing,the water line must be refilled with water and allowed to sit a minimum of 24 hours prior to the collection of samples for bacteriological tests. A second set of samples is to be taken a minimum of 24 hours after the first set of samples. Samples shall be taken in accordance with AWWA Standard C651-92. New water mains shall be placed in service by City of Bozeman personnel only. b. Collect samples from new water mains out of service lines or 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 COBMODS 6ih Edition Page 12 of 14 SECTION 02660 Addendum 3 temporary piping has been removed, and all temporary corporation stops have been removed and replaced with brass plugs. 3.6 VALVES A. Add the following requirement: For butterfly valves, set the operating nut on the west side of mains that run north-south,and on the north side of mains that run east- west. C. Valve Thrust Blocks 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-FlangeTM, MJ Field Lok® Series DI, or approved equal joint restraints. 3.7 FIRE HYDRANTS B. Revise this section as follows: Provide drainage at the hydrant base by placing clean gravel under and around it. Place gravel at least 1 foot on all sides from the base of the hydrant to at least 6 inches above the drain opening. Brace the hydrant against undisturbed earth at the trench end with concrete backing as detailed on the plans. In lieu of concrete thrust blocks, thrust restraint may be provided utilizing Megalug®,Uni-FlangeTM,or approved equal joint 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 6'/2 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 6°i 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 6°i Edition Page 14 of 14 SECTION 02660 Addendum 3 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. 1.4 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, 3 6" 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. 02720-113, Combination Manhole and Curb Inlet Add. City of Bozeman Standard Drawing No.02720-3,Sanitary Sewer and Storm Drain Manhole Add: City of Bozeman Standard Drawing No. 02720-4, Standard Straight Manhole Add: City of Bozeman Standard Drawing No. 02720-11, Storm Drain Debris Rack 1 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. i COBMODS 6'h Edition Page 1 of 3 SECTION 02720 Addendum 3 2.2. PIPE MATERIALS E. MANHOLES d. Frames and Covers 1. Revise this section as follows: Furnish D&L Foundry A-1178 ring and cover or East Jordan Iron Works 3771/3772 series ring and cover,or approved equal. 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 fmish 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 COBMODS 61'Edition Page 2 of 3 SECTION 02720 Addendum 3 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. i i J COBMODS 6'h Edition Page 3 of 3 SECTION 02720 Addendum 3 Intentionally • i • r • • • r • • • 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 of precast. 1.4 STANDARD DRAWINGS Delete: Standard Drawing No. 02720-3, Sanitary Sewer and Storm Drain Manhole Delete: Standard Drawing No. 02720-4, Standard Straight Manhole Delete: Standard Drawing No. 02720-5, 48" Standard Manholes Showing Two Types of Cone Sections Delete: Standard Drawing No. 02720-8, Standard Cast Iron Cover Delete: Standard Drawing No. 02720-9, Standard 24" Cast Iron Ring Delete: Standard Drawing No. 02730-2, Sanitary Sewer Service Line Delete: Standard Drawing No. 02730-3,Deep Sanitary Sewer Service Line Add: City of Bozeman Standard Drawing No. 02730-3, Deep Sanitary Sewer Service Line Add. City of Bozeman Standard Drawing No. 02660-16, Water and Sewer Main and Services Location Standards Add: City of Bozeman Standard Drawing No. 02720-3,Sanitary Sewer and Storm Drain Manhole Add: City of Bozeman Standard Drawing No. 02720-4, Standard Straight Manhole Add: City of Bozeman Standard Drawing No. 02730-2, Sanitary Sewer Service Line Add. City of Bozeman Standard Drawing No. 02730-4, Sanitary Sewer Cleanout Add. City of Bozeman Standard Drawing No. 02730-5, Standard Drop Manhole 2.1 GENERAL A. Revise this section as follows: Furnish new sewer pipe and fittings as specified in the Contract Documents and meeting the materials and testing requirements of this Section. Furnish in-line wye branches of the same material and design as the sewer pipe unless specified otherwise. Saddle-type fittings are allowed only upon approval by the Sewer Superintendent. Pipe strength classifications are shown on the plans and/or are listed in the Contract Documents. Do not use tee branches unless specifically approved by the City of Bozeman. COBMODS 61°Edition Page I of 5 SECTION 02730 Addendum 3 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) manholes unless specifically called out on the plans or in the Contract Documents. Unless noted otherwise, flat-top manholes are only to be used when the distance from the rim to the invert is less than 6 feet. D. Frames and Covers 1. Revise this section as follows: Furnish D & L Foundry A-1178 ring and cover, or East Jordan Iron Works 3771/3772 series ring and cover, or approved equal. 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"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 COBMODS 61 Edition Page 2 of 5 SECTION 02730 Addendum 3 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 2. Add the following requirenients: 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 6°i 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 may be subject to the same T.V. inspection requirements as sanitary sewer mains at the discretion of the Sewer Superintendent. COBMODS 6"'Edition Page 4 of 5 SECTION 02730 Addendum 3 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 B ackfill",with the exception that the testing shall be done after backfilling. i 1 1 i I COBMODS 601 Edition Page 5 of 5 SECTION 02730 Addendum 3 Intentionally Left.Blank Arid 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. COBNIODS 6"'Edition Page I of 4 SECTION 09810 Addendum 3 PART2 - PRODUCTS 2.1 POSTS A. Use 2" perforated square tube 14 gauge galvanized steel posts for all sign posts unless otherwise specified on the plans. Use Telspar or approved equal sign posts. Anchor posts as shown on Standard Drawing 09810-1. 2.2 STREET NAME MARKER SIGNS A. Provide street marker(D-3)signs which meet all applicable MUTCD Standards.For publicly-maintained streets,use white lettering on a green background.For privately- maintained streets,use white lettering on a blue background. For ground-mounted signs,furnish 9"flat-blade aluminum sign blanks,0.08 inches thick. Provide a 1/4" white border around the edge of the sign. Use white Highway Font letters for the street name. Lettering for street names shall be mixed-case consisting of an initial upper-case letter followed by lower-case letters. Letter height is specified as the height of the initial upper-case letter. The nominal loop height of the lower-case letters shall be 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 I" 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 SIGNPOST FOUNDATION SLEEVES A. Furnish 2Y44" 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")orb etter. 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. COBMODS Oh Edition Page 2 of 4 SECTION 09810 Addendum 3 PART 3 - EXECUTION 3.1 SIGN INSTALLATION A. Assure that all signs are installed according to MUTCD Standards. Locate signs where shown on the plans or as directed by the Engineer. Assure that signs are installed plumb, at the correct height, and with the edge of the sign a minimum of two feet from the face of the curb or edge of pavement. 3.2 SIGN REMOVAL OR REPLACEMENT A. As directed by the Engineer, salvage existing signs designated to be removed or replaced to the site specified by the City of Bozeman. Properly dispose of all signs designated for removal or replacement which have not been designated for salvage. PART 4 -MEASUREMENT AND PAYMENT 4.1 GENERAL A. The following are pay items for the work covered under this section. Payment for these items is full compensation for providing all materials, tools, labor and equipment necessary to complete the item and all incidental work related thereto, whether specifically mentioned herein or not. 1. NEW SIGNS Measurement of signs is per each sign installed. Payment for signs is made at the contract unit price bid per each sign installed, which includes furnishing and installing sign posts and sign faces and all other work necessary or incidental for completion of the item. 2. REUSE SIGNS Measurement of signs is per each sign installed. Payment for signs is at the contract unit price bid per each sign reused. Such price or prices and payment will be full compensation for furnishing and erecting the new sign supports and remounting the sign,removing and disposing of the existing sign supports, and backfilling of removal sites. 3. REPLACE SIGNS Measurement of signs is per each sign replaced. Payment for signs is at the contract unit price bid per each sign replaced. Such price or prices and payment will be full compensation for removing and disposing of the existing sign and furnishing and erecting the new sign supports and sign faces. i 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'Edition Page 3 of 4 SECTION 09810 Addendum 3 complete the work. When not provided for in the contract, reset sinpayment s will not be paid for directly but will be considered incidental to and included for other items in the contract. 5. REMOVE SIGNS Measurement of signs is per each sign removed. Payment will be made at the contract unit price bid per each sign removed. Such price and payment will be full compensation for removing each sign and supports, removal from the project,breakdown of foundation material,and backfilling removal sites. COBMODS 6'h Edition Page 4 of 4 SECTION 09810 Addendum 3 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 t of t 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, 1 Lane Partially or Fully Closed By Work Area 01570-5 Traffic Control,Minimum Standard,Rural Work Site,Work Adjacent to the Present Traveled Way 01570-6 Traffic Control,Minimum Standard,Rural Work Site,Utility Work On or Across the Present Traveled Way 01570-7 Pedestrian Traffic Control for Temporary Sidewalk Closure 01570-8 Sidewalk Closure with Detour 02213-1 Manhole Adjustment Detail 02213-2 Water Valve Adjustment Detail 02528-1 Integral Concrete Curb and Gutter ' 02529-1 Double Gutter Detail for Street Intersection 02529-2 Standard Fillet 02529-3 Type I Street Monument 02529-5 Driveway Approach With Sidewalk Adjacent to Curb 02529-713 Curb Walk Alley Approach 02529-8 Pedestrian Ramp 02529-8A Blended Transition Pedestrian Ramp 02529-11 Residential Driveway Approach and Sidewalk Details 02529-12 Non-Residential Driveway Approach 02529-13 Non-Residential Driveway Approach for Arterial Streets 02529-14 Concrete Storm Drainage Outlet and Inlet Chases 02529-15 Publicly-Maintained Sidewalk 02529-16 Asphalt Pathway Typical Section 02529-17 Concrete Class 1 Trail Typical Section 02529-18 Class 2 Trail Typical Section 02581-1 Typical Pavement Markings for Pedestrian Crossings (Type "A" Crossings) 02581-2 Typical Pavement Markings for School Crossings (Type "B" Crossings) 02660-3 Thrust Blocking For Water Main Valves 02660-4 Fire Hydrant 02660-5 Hydrant Location Detail 02660-6 Water Service Line 02660-7 Typical Blowoff COBMODS 61°Edition Page 1 of 2 Appendix B Addendum 3 I 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, 3/" or 1" Services 02660-19 Irrigation Meter Pit, 1 Y2" or 2" Services 02720-1 3 6" Standard Storm Drain Inlet 02720-1A Standard Square Storm Drain Inlet 02720-113 Combination Manhole and Curb Inlet 02720-3 Sanitary Sewer and Storm Drain Manhole 02720-4 Standard Straight Manhole 02720-11 Storm Drain Debris Rack 02730-2 Sanitary Sewer Service Line 02730-3 Deep Sanitary Sewer Service Line 02730-4 Sanitary Sewer Cleanout 02730-5 Standard Drop Manhole 09810-1 Sign Installation Standards 09810-2 Dead End Barricade 09810-4 Standard Street Marker Sign Location COBMODS 61'Edition Page 2 of 2 Appendix B Addendum 3 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 i MPW 02221-1 Typical Utility Trench Detail i 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 Oh Edition Pagel 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 COBMODS 6 h Edition Page 2 of 4 APPENDIX C Addendum 3 COB 660-7 Typical Blowoff COB 02660-8 Hydrant Barrier Posts COB 02660-10 Typical Valve/Tee Restraint COB 02660-11 Water Main Crossing Below Existing Sewer Main COB 02660-12 Standard Domestic Service Line Installation for Sizes 4" and Larger COB 02660-12A Typical Riser Configuration COB 02660-13 Standard Fire Service Line Installation For Class I, II And III Systems COB 02660-14 Standard Fire Service Line Installation For Class IV And V Systems COB 02660-15 Water Service Line from Curb Stop to Building (Lines 2" and Smaller) COB 02660-16 Water And Sewer Main And Services Location Standards COB 02660-17 Water Service Interior Clearances COB 02660-18 Irrigation Meter Pit, 3/" or 1" Services COB 02660-19 Irrigation Meter Pit, 1 t/a" 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 Storin Drain Service Line COB 02720-11 Storm Drain Debris Rack COBMODS 6111 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 COBMODS 6"'Edition Page 4 of 4 APPENDIX C Addendum 3 City of Bozeman Approved list of Copper Connections COPPER TO COPPER UNIONS BRAND SIZE TYPE FACTORY NUMBER A.Y. McDonald V Compression 3 piece 4758Q Ford V Compression 3 piece C44-33Q Mueller V Compression 3 piece H15403 A.Y. McDonald 1" Compression 3 piece 4758Q Ford 1" Compression 3 piece C44-44Q Mr}eller 1" Compression 3 piece 15403 A.Y. McDonald I %2" Compression 3 piece 4758Q Ford 1 %2" Compression 3 piece C44-66Q Mueller 1 1/2" Compression 3 piece H15403 A.Y. McDonald 2" Compression 3 piece 4758Q Ford 2" Compression 3 piece C44-77Q Mueller 2" Compression 3 piece H15403 A.Y. McDonald 3/X1" Compression 3 piece 4758Q Mueller 3/X1" Compression 3 piece H15403 A.Y. McDonald IX11/2" Compression 3 piece 4758Q COPPER TO COPPER 90'S BRAND SIZE TYPE IFACTORY NUMBER A.Y. McDonald 1 %2" Compression 4761 Q Mueller 1 %2" Compression H15526 A.Y. McDonald 2" Compression 4761Q Mueller 2" Compression H15526 STRAIGHT STOPS 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 %2" Compression 610OMWQ Mueller I1/2" Compression B24335 A.Y. McDonald 2" Compression 610OMWQ Mueller 2" Compression B24335 COBMODS 6'Edition Page 1 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 1/2" Compression 4602BQ Mueller 1 %2" Compression B24276 A.Y. McDonald 2" Compression 4602BQ Mueller 2" Compression B24276 CORPORATION STOPS BRAND SIZE TYPE FACTORY N UMBER A.Y. McDonald 3/" Ball Corps 4701BQ Mueller 3/" Ball Corps B25008 Ford %" Ball Corps FB 10003 Q A.Y. McDonald 1" Ball Corps 4701BQ Mueller 1" Ball Corps B25008 Ford 1" Ball Corps FB10004Q A.Y. McDonald 1 %2" Ball Corps 4701BQ Mueller 1 1/2" 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 IFACTORY NUMBER A.Y. McDonald 1/" Ball Valves/Minneapolis Thread 6104Q Mueller 3/" Ball Valves/Minneapolis Thread B25155 Ford 3/" 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 1/2" Ball Valves/Minneapolis Thread 6104Q Mueller 1 1/2" Ball Valves/Minneapolis Thread B25155 COBMODS 6°i Edition Page 2 of 3 APPENDIX D CURB STOPS BRAND SIZE TYPE FACTORY NUMBER Ford 1 %2" Ball Valves/Minneapolis Thread B44-666MQ A.Y. McDonald 2" Ball Valves/Minneapolis Thread 6104Q Mueller 2" Ball Valves/Minneapolis Thread B25155 Ford 2" Ball Valves/Minneapolis Thread B44-777MQ CURB BOXES BRAND SIZE TYPE IFACTORY 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" BR2130474IP A.Y. McDonald 6" 2838 Ford 6" for DIP 20213-750 Mueller 6" BR2130684IP A.Y. McDonald 8" 2838 Ford 8" for DIP 20213-962 Mueller 8" BR2B0899IP A.Y. McDonald 10" 2838 Ford 10" for DIP 20213-1212 Mueller 10" BR213 1104IP A.Y. McDonald 12" 2838 Ford 12" for DIP 20213-1438 Mueller 12" BR213 13141P Note: Other copper connectors may be approved by the Water Superintendent on a case by case basis. COBMODS 6"'Edition Page 3 of 3 APPENDIX D Intentionally Left Blank r\ rn d rn orn pa r, rn � 0- 0 LLI NdL wz O w Q t(')—V)w Z U M Wa:, OU � V) Ld Elf d J 0 Z � 1 t0 = Lli M tab JJ� ' Y a z N m N LLJ M F— I x^ . N o Z OU ~J D V) W ^ o p — ?, 40 W +, d N M tM] Za U J ww J O xjLLJ ZN L Z �Z Q O �oo� Q QO m 0 Z v ° a 0 O W V) O C: 0U 0 J U Elf aci C: ° o ° Li Q m ° o m ac: oU Li N C U + N ::D C p C O U U 0 •° U 7 C•E O .N -O E 0 F— F-- y O= O � C � Lo ° .� L.n ° E 'J V)C (� In E N•N (n 0 O ox oc I o> o o o °' N= ? E 0 N im 3 �M� ' c o , °o ° N , L l L'i E E a) 4) .2 O N 2 O au y° u n 0—_ a Q Z 7 O Ul ° �' O � 0 o o-( o ten o aci CU r c0i E ° c `o E V) Z (n N ul N O N p > m E a c 0 ��c m p � ° x ' E O U I] E O E O p O (n o U o °70 � o of o o�x y ojc` o � o ° +� U O C �+ :3 0-0N F-1 a EE3 o � �•�w m • N E L L0 `h N un ° o0 0- 0 - O p -0 (nE N EN QvC o�O U o O-C d N O Y 0 — — 0 D_N C VI V) ° O L C c °� a� I 72 O� °-0 U (n (nc Q N N L _0 p C I N- C ^j • o 'r En w ° oE (A u ° r �1 L ) Q 0 O N Z •� U C-I U V (O i.'i,.C,".-• (n C "O D_ y-CE p O v O C C 0 r-i `C:In EO F- � O U) NU(n ca m I =a 0,o--.UHoL V) OZ OOy W;t" j0Wa O ° N 2 o a)(n J QF y 3LJ�J� NJ] Q (n U c CJ N CD �- oZ o�� rnp od 60 o �rZ ca�U O 2aDaU3 o EO - 0 a2'aQ °3N�o� l ( � u¢ � o � o�-oUE „°; � p0) °0in EwcU• jQ) C °� j � 70'- JVQO> c wOJO > 0w� co F- O . Zr- N M 4 Lri 6 r-� od N � J =i jai == o U O C _ w 0 O YID 3;C.I.Vy i: :=. y C a u _ _ ___.. cw v Q c Z, "y °- o +� O > N I L T> OT = u ° __ E a, c C W o _m r W O cn Z C °c W. D V IO a L'yo c 'o U E aai E �w W t ,.,v u r E a. c o 0 — Y X fYUW +� o_wv m >, c o x_aNiE Z � W (D 3 xco y v.0�. ° O Nou � 0 F 00-1 s woo = cE = o`w Doti Q N:'c' � E$ 00 Eoo Z wc•w o -0 ac ,�N J Y J E'oa 3 ` E`„ o O Z +Q EN ° of o .�'�w W u oEY a No of u Ea Q F- m Z J w o "-run w E awi w o.4°-, Z W 0 0 c ww .cc E w O W L) O_�L v OY = u O O0` ' 1 Z V Q Z ° CV O J= U N ?�E y z U a LL• Q U) N� I C:E0p r/I o j C LL 0 _� 0,m° Q Z o u 0= Z'o o I 'a� wr 0o w Q in _a O U C� • Z Q w l� O_�O O:i:h:' W ¢� I F UZ w °u Ul O ff` m C E�O+,'.• Q 6 ooZ Z E O w La o U m V-0 o w h 41', Q m vl o-O Z 'gam o o a w >` Y off w o v»° c oY° W W �N� � • Q 0Oc, n�Uo21-mr. Svo� of • O] .�o -•F9-j M.5 o�oQ o3m -J Z oEa W=Uuojv°in��Ewu Q °LLJ>� a L> O w�>Y coi�Nv°Q�oQ y m>_� 'Un Z F v, Z� cV Ki d ui co 1-: o0 w � O Q Wz Q C) N M M d M O to x^ Q Ir N E- ir_ E— H QZ N 00 N M W J w~ - =to o n o = _= =_ - o= LU N rr) n d _ _- p W a J _ss_iE%f7AfF4E#kS to a_ o w :-AkA:E o W -q-f LO En 11 a c� X� X0 N ot� cV_ Z LLI W Da J 0 co�'� a s �V) M � c rn LO C U r L O O U O /�� 0 v p ° U ° o O D � N � c d U L o c U w O O Q — U' - CI a- • N _ _ o E � a)E o r c � p— '�' r�_ o E •`+ U C O OO O I O> ° O E� c cv o0 0+ t 'v Z_ W F E m: v o� o u = o J Z Z C ap+ °N o— ` D CIO° ' a Q w o Op U w oc o o.y r" ° . m W J T w W s s v v E p c r a E Z Y Z W x 0�� 3 auv v c o x v E � 0 a0 t ucc E o0 o o Noo 2 (N L�OI.L v vu Eo of o o'er` J Z Z rn u o Z 0 (D Ea ; w ac m c`v � Q W CD J °��e N'� oc u Eva ~ m ~ Y ° o o Z Ul U °tom o wN vE avi vo4 0 O urc .. `o) tc E .ncu () Y J QVl L o Y C U O / , Q m N N N C C) 0o '-• W o0 oEN� u'° lL M LLJ Q o 3°vz 'cam Q Z Z F. N c v a vs Eo N o c coop v)uaNirn �omE J Q c0 rno Zvr` wy°o o ^xZ w I c� ¢°NI O aoa,< d ddg Q ool rpzy 5°uW w, WN.... I ,Qd,` U �ozzoo� wroc.Nv°`� = U' W aF-O it, N o .. _• Q ¢ a� °Zv ogv oLOJ OJa v o W W ��. Y—F O > v c o� _I Z wL2 a�U`o to U ntN�o c o E Q op� �'41J aw�o U' p¢ -a N O ¢_ o— U v oEa Woo>o>va�`�Er> U Z o ¢O oW ZO nav`c,00_�om�_o Z �SY O o�v..-Q�oQ N N M d L r-� m W � O q O � H O HT � r J W Z_ O< U N M M , N I Yi Q Z N o° N M ~J _ LLI o w a '1 > avow o~ Lo o o AI Q :. Qw �w�Q N� (O 00 M wty- a wg~0 x^ N_ Z :,i x� -Da 0 U) ! coa �ro`. pH �N : ... rn m � o 0 0 � I fdTT- rn v T C � U L Y �� C v o -E o v .o E lf) �- N °« r o `o o I o> o " ° CD N r �{ "1.�y �I EO.y.: C N N a0 L 0 O Q Vl QQ�Y1 WOW • E'N O� O� _� t � U Lw° E o c `o- m aE W o ~ J W ' Z cmmyxyE w U uu E oo `oo «c° Nou U vcc o of c °`o Q Q �Ww r w-p o `wu ° E�`o x��N E-o° -o °c n N �Z0 3 :.E 3 r� �. m E_o u Z Q EOLc .L oEE a yo oc M o�v d v o °° ° c J > W a w E v 000 Z } a� $b rnoy y v aNi r c E a c!or, Q Z Q m U ocn E v c o 0 ov M I ° �� v) LE W -a o -0.'r Z ° O E NFL-- o•�° O Q O U J• L�U ¢ NO �oNZ '�V� Q c c U N 7 (n NL I p1E� coCm C IVl OWN Z W A� W °O O I To U Icc Q� I � aEoQ�=Z CL° WQW J L.L. 0 Z Q�v Fumy cy La La"3: Q Z Q Li �ouwzooy wiU>Nw`oov Q • w �t v�aa0 0 ov as�vw o f N O o c�F�Q y QW wag`o 3°;aNi Q o v °Z°w>c n o�o > z w>-N6,alw<�o�gym'>=� W W r U m a a m Z cV Mj 4 Lc; <(d 1� m � U O (n Z NL� _Q z z �Qz N di boa � a � U Q 0�w Q o0v w ZQ0 O wz ao af Z U Ua N M M d x LLJ�a H d (n LL J 0 E- OLLJ o Q cavil �� z?D a N DO0 N IN 0 W J LU M w n o 00 Q� a o w IL M w N to io 10 w�FO x.. i xo (nn�a N: Z W �aJO W N f��l-lk o LO rn 0 0 0 CD U N ~ CD rN O L / r N +-'+ O p O CD -� E �' __ V aNi = N y N a� '> O N N 3 O a c m o rn Z Ul ..O- O` N 2 p— N � p � ° o W Hd{N H o ' cID-2 L LJ LO= ° - l0 ° o O N ° p j U Z Q j O O + CO O ` GO 7 O Q w N a) Q J� N ° LN W ( (n C3 o N L Ua, Y �" z xWZU) a0L p � c L� LJ 00 OJ . ° � O Y a) Li. �U.Ow -p ai Cl � `o� Q Z W • N : �o aNiZ Q a o _I- o F—:Z=� +o 'D 3 F—•� Z o p -' Lj -0o I v a Q o :�- a � - o V)-0 50 uto aui W W ya Z00 �.�o0w JZ E ~ c �«=�i-0 Q O a5° Z y 6: � C.) Z N m,. U o oU QL(n� N N J N 0'_ D O CD p D _ p> N N W W I OCL—j O N N (?l O q w � O � Roaa E- V'i.ORK. AH . 0 �W a F. oa x0 _ w CIOa —Ul o � F C�l ' o v I rn o U N CD O) L N c Z N to p -p l(7 -C 0, .0 p +�+ p_ C L.L. 1 N L -C ;� E to N (n O V 1' (b'` cn :. O a •> _ to O N O` p N ° O Ocl p cc Z X O� U OC C �+L.' V L FW p N 1 C O_ L C _- F- LLj W C) p p p L X af c)N M '� O O O ° CO Z V) �J L O00U- OT 1 U O p m O 0 J F� o ; ,o - o mµ, �c 7 � QO W °° a ' AN I— � Z W toa ° o E °o' O c QU to 01 o o U Y � x.. o 0 0 po co o O O _p V) -° 0 a) N fy' U L CV CO Z �' Y- pl"p U 0 Z �M� p C+L+ .0 d U ° '1C- L.L. Q W C EO o ° ' oEv; N L� � � U) d 0 U) 7 ?�pU p Z 03 0) o (D i cE o � � Q IL C) o � z �'� LIJ o o N i p boo Q.° U NOUVV1S ONIDOVIA U," a � o � w Lia w w a) C T N w" p U N J N Z O Q ) Q c 3'" �-° C Q r N = Z u V O m0-o o a o ° Uas V) V) z (n O N Z L Q W p- W O (� p w cam ° U,YO > o2 N Z -C 0� E a N-0p rL Q_0 o Q N Mi d' tri Qt O o Ems-)-t %t o E- :,i ;R K o aw n x Q w `;, w �Y!P ao a rN R9-11(L) SIDEWALK CLOSED AHEAD CROSS HERE 30"X24" SIDEWALK CLOSED 24"X18" SIGNS ARE TO BE PLACED AT THE NEAREST LEGAL CROSSING TO THE WORK AREA. MAY ONLY BE USED IF A PARALLEL SIDEWALK EXISTS ON THE OTHER SIDE OF THE ROADWAY. SIDEWALK CLOSED 24"X18" R9-11(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' o 5 2% 1 R9-9 SIDEWALK 4' CLOSED TEMPORARY ACCESS RAMP ADEQUATELY SUPPORTED FENCING FENCING SIDEWALK CLOSED MUST MAINTAIN 4' CLEAR AREA R9-9 BETWEEN FENCING. WALKWAY MUST BE SMOOTH AND KEPT CLEAR OF FENCING AS SHOWN MAY USED OBSTRUCTIONS FOR SHORT TERM (LESS THAN 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 REST SNRFACING ss— HOT NIX ASPHALT COMPACTED BASE CONCRETE ADJUSTING AND SNBGRAGE �"•.:• "}�. RINGS AS NECESSARY (2'V.IN.-12'wxJ 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-Nek" 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 1 8" I M N., 1 4 MAX. 6" f �i\\i\\�\i\ 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 SELECT TYPE I BEDDING c 3 / MATERIAL PLACED uo gg\// IN 6"(15cm) LAYERS & Gpc TYPE I PIPE BEDDING �p // / COMPACTED AS SPECIFIED •' © a \/ �\ PLACED IN 6" 15cm MAX. IN SECTION 02221. LAYERS AND COMPACTED „° ca o 4"(10cm) 0 0Q0 0 THOROUGHLY. TRENCH WIDTH=O.D. OF PIPE PLUS 2'(60cm) MIN. TRENCH WIDTH= 3.5'(1.1m) TYPE 2 PIPE BEDDING WHERE REQUIRED FOR \\/\\/\\//\\//\\/\\�/\\//\\//\\//\\//\\//\\//\\/% SOFT OR UNSTABLE FOUNDATION NOTE: SEE CONTRACT SPECIAL PROVISIONS FOR ANY MODIFICATIONS TO STANDARD TRENCH MATERIALS AND/OR OTHER TRENCH DESIGN FEATURES * SEE O.S.H.A. CONSTRUCTION STANDARDS FOR EXCAVATIONS. REVISED: 10/25/02 CITY OF BILLINGS SCALE: STANDARD DRAWING STANDARD SPECIFICATIONS NONE TYPICAL UTILITY TRENCH DETAILS NO. 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 1/8 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 601 passing to the grain size diameter at 10% passing expressed as: Cu = D60 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 10% passing times the grain size diameter at 601'. passing expressed as: Cc (D30)z D10 x D6o 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 3'(90 c1n) Std.Trench Backfill Trench Plug Material Select Pipe Bedding Bottom of Trench Type I Bedding A L10'(3m) J Section A-A Std.Trench Backfill Ground Surface Trench Wall �.'; //:; ///; %i,' %��;,/�%, Trench Wall Plug Limit Plug Limit i3'(90 cm) Plug Limit Trench Bottom 3'(90 cm) J 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" ° 4" TOPSOIL° 3"R (TYP.) 4"R I w 4,5rr d 3/4 TO PER 1' SLOPE 7.5 rr G O O O O O O O O O O O O O O O O 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 0.5„ 1-5" 3/4" 3/4" PER 1' SLOPE —SLOPE AT 57 MAX, 27 MIN A_lZ2'�' PER 1' SLOPE w 6" 9.5'—►' s.s' 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 111 EXPANSION JOINT CONTROL JOINT A �\� BACK OF CURB FLOWLINE WITH CURB RETURN A „ FILLET AS ONE PIECE 6 IF EXISTING CURB DOWEL WITH 5 #4 X 36" ]JOINTS WILL BE REQUIRED RETURN, GRIND GUTTER SMOOTH REBAR EVENLY APPROX. EVERY 10 FEET TO FORM OUTLET SPACED ON 1' CENTERS CHANNEL WHEN THIS WITH 3 1/2" OF COVER. IS THE HIGH SIDE WIT EXP ONE ONEASION ES END OF BBARS PLAN VIEW VARIABLE 6'-0" MIN. STREET SURFACE 1/2" PER 1' 7' 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---------- ----, I I I MAIL BOX ---------------- t� 8" MIN. (15cm) + MAINTAIN 3'(0.9m) MIN. CLEAR SIDEWALK WIDTH TO MAILBOX OR SUPPORT WHEN MOUNTED IN SIDEWALK. g 0 E rn 0 SIDEWALK OR BOULEVARD CURB STREET SURFACE 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--- -- 5'TYP--� z% sL PROPERTY LINE 3" MIN GRAVEL BASE 4" THICK M-4000 CONCRETE MAINTAIN SECTION B PROPER SIDEYARD SETBACK PER ZONING REGULATIONS I TRANSITION SECTION FROM 37M, EXISTING CURB TO DROP CURB: 3' MI 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 �-I w I BACK OF CURB SIDEWALK CONTRACTION JOINTS Z SPACED AT 5' INTERVALS — MIN. FLOW LINE DEPTH 1". EXPANSION JOINTS ?:- TO BE PLACED AT 25' a,! EDGE OF GUTTER INTERVALS. I VARIABLE a (5.5' TYP.) CONTRACTION JOINTS TO BE SPACED I 5 AT 10' INTERVALS IN CURB & GUTTER EXPANSION JOINT MATERIAL SHALL BE 1/2" THICK PRE—FORMED BITUMINOUS TREATED FIBERBOARD FILLER. ALL CURB REPLACEMENT SHALL BE DONE WITH INTEGRAL CURB AND GUTTER UNLESS OTHERWISE APPROVED. GRADE ESTABLISHED AS 1/4" RISE PER FOOT FROM TOP OF ADJACENT FULL HEIGHT CURB R MATCH EXISTING SIDEWALK GRADE SIDEWALK DRIVEWAY 5.5' TYP. 1' 5' TYP. (VARIES) PER FOOT SLOPE STREET SURFACE w J :.0. O,.O: :0;� .0.. .. tY 0 e0 O ., 0 W D_ O d WASHED ROCK CURB & GUTTER 3" MIN. MIN. 6" THICK 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 1.0 1' SIDEWALK CONTRACTION JOINTS BACK OF CURB SPACED AT 5' INTERVALS - MIN. FLOW LINE DEPTH 1". EXPANSION JOINTS � TO BE PLACED AT 25' a EDGE OF GUTTER INTERVALS. O a VARIABLE CONTRACTION JOINTS TO BE SPACED (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 5' TYP. 5.5' TYP. 1' * (VARIES) 1/4" PER FOOT SLOPE STREET SURFACE w z �0 0 O w 0 '0 0 d O CL 3" WASHED ROCK 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 5.5' TYP. NOTE: IF SIDEWALK EXTENDS TO CURB, �� INSTALL APPROACH AS PER STANDARD l PROPERTY LINE--� 1 DRAWING 02529-5, WITH 15' CURB / TRANSITION SECTIONS. 5 TYP. VERTICAL CURB OR INTEGRAL CURB & GUTTER EXPANSION JOINTS INSTALL EXPANSION JOINT IF DRIVEWAY IS P.C.C. PAVEMENT 35' MAX. COMMERCIAL 40' MAX. INDUSTRIAL A A CONTRACTION JOINTS (TYP.) - SPACE AT 5' INTERVALS IN SIDEWALK, 10' INTERVALS IN APRON I 3 TRANSITION TOP OF CURB TO MATCH SIDEWALK J a L' EXPANSION JOINTS AT 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 NON—RESIDENTIAL J CITY OF BOZEMAN SCALE: DRIVEWAY APPROACH NO, 02529-13 STANDARD DRAWING NONE Dec. 2003 FOR ARTERIAL STREETS 12' BACK OF CURB SOLID COVER 1' 5' 5.5' TYP. FLOWLINE SIDEWALK BOULEVARD (� EXPANSION JOINT EXPANSION JOINTS 1D 6 VARIES 6" CONCRETE DROP CURB HEAD CHANNEL IFCO STYLE S BOLT(SOLID COVER)TRENCH GRATING (OUTLET CHASE ONLY) WITH STYLE B FR NORMAL CONCRETE GUTTER LINE WITAME, C D L FOUNDRY" J SERIES' WITH SOLID, B GOWN COVERS, (OR APPROVED EQUAL) PLAN VIEW - N.T.S. IFCO STYLE S(SOLID COVER)TRENCH GRATING WITH STYLE B RAME, D k L FOUNDRY" J SERIES" PROVIDE WITH SOLID, BOLT DOWN COVERS,(OR APPROVED EQUAL) EROSION CONTROL FLOWLINE AS REQUIRED P 2x� EXPANSION JOINT L F 1,5X MIN. e" " .......... ....................................................� 4" BASE COURSE AS V 1.5'V 5' 5.5'(TYP.) I 2' REQUIRED SIDEWALK BOULEVARD END CHASE .! LEND COVER CURB&CUTTER INLET CHASE " STYLE OLID COVER)TRENCH GRATING WITH STYLE S(S B RAME, D 4: FOUNDRY J SERIES' WITH SOLID, BOLT DOWN COVERS, (OR APPROVED EQUAL) IOWu Ae\T1AX i—s ............. ............. 4 BASE COURSE AS 1.5' S' 5.5'(TYP.) L 2' REQUIRED SIDEWALK BOULEVARD CURB CUTTER PER STD. DRAWING D25ZO-1 SECTION B - N.T.S. OUTLET CHASE �IFCO STYLE 5(SOLID COVER)TRENCH GRATING WITH STYLE B FRAME, D h L FOUNDRY"J SERIES" 4"SIDEWALK WITH SOLID, BOLT DOWN COVERS, (OR APPROVED EQUAL) 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 6" 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: April 2005 FUTURE SIDEWALK �--5'-T 5' Imo-6" 6'(MIN) SIDEWALK I� PROPERTY LINE VARIES LIMIT OF PUBLICLY MAINTAINED SIDEWALK CURB & GUTTER 7- 5' IE 5' TI 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 /§( j\ ƒ=1 0 { 22) m , ©}\ /F-2 ` )\[ _ \{ ol \ fozo, (L F- }`\ [(§2 cn \ e \ tn % 7 a zLd cd > EE } \ } \ \ /\ < \Lj a \ - \ /} \\ \\ § §<� (§ ° a 0e c'c\< n\mm -^ *» »/� (§ au u> La \/in \} /)j m wo �§\ 5)mm 2� \pis 7 ƒ . £3Go uuE =§§ }\ \Ld / §j/ » 82� ±§ <= <§o / / \\ \\ w\§ \j _\ CITY Of BOZ£k&N eeeee ASPHALT PATHWAY NO. 02529-16 STANDARD DRAWING NONE TYPICAL SECTION JAN. 2006 oN o0 Z g 0 Q d V)I� w wFw o3m U)o� cn w w W U Li YO U w O �wm i Z�U U �Z� O W o' w U a 0 w c� m v ' � En w d O W . U � Q _ a 0 _ 0 In D O N i' a Z wof r w Ll OQ Q� o o ww �O w YQ O HU [a Um r QW r I=-Y FF- O 0 U Z r= J Z �� O �W H v zw Zo Z- 3 J ZJ XW Z O Lu O Ur J U Z Z Qo O NO �Z �+- 3 CA o1 ri moo'. h CITY OF BOZEMAN SCALE: CONCRETE CLASS 1 TRAIL NO. 02529-17 STANDARD DRAWING NONE TYPICAL SECTION April 2006 J W G D Z YlD� W H 00 N Z N W W W Z� 0 U Ld fn �W �7 Q • t'7 v v'• • w 'a Q m w _ Ld 2 U�) �� U O Q 3 0 4i ir U Q O E� U1 m � N a' ZJ W W Qio rl ~ .fir. O WO o U W w 0, fn U) w F- u K W J zo p ao UU N F- M Lu FA YQQ Z H N Z J m �m UU �LLI U z= ¢� Ina- �(n �O Hp a Z ZH 70 wQ 3� Z J FrO w� Ld J o J W q Z Nln a CITY OF BOZEMAN SCALE: CLASS II TRAIL NO. 02529-18 STANDARD DRAWING NONE TYPICAL SECTION April 2006 6' — 0" *1.5" J I as *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 P.C. (TYP) FACE OF CURB TO STREET 15' R (n'P.) 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. =: d GRAVEL BASE ._ .-. ..... . .. ... ...._._.. . .... .:. . . 2 1/2" ° MIN. ;• a LEAVE GRAVEL EXPOSED FOR DRAINAGE. MIN. � d . STANDARD CONCRETE (6 1/2 SACK MIX OR BETTER) 'a• : POURED IN PLACE OR PRECAST AND SOLIDLY PLACED, NON REINFORCED 6" MIN., ROUND OR SQUARE WITH 1/2" CHAMFERED CORNERS OR 4 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 SLOPE AX. 1.5" oNt .:. . G ........... ..................................................................................................... ....... I _I 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 OO 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---- r------------------ ------------------------------------------------- EXISTING CURBWALK j � I I , SAW CUT OR 1 I REMOVE AT JOINT I I 1 � I I I 1 1 DUNDING 1, AS NEEDED ' JOINT ---L-- (SEE BELOW) I �� -�` j I (SEE BELOW UP ) W) pal: `) ! I I I 2-0 — -{- — — ------------- FLOW --- — — — — — — — -- -- — — -- — — (6 ) bNE J AREA OF NEW CONSTRUCTION I ) REMOVE EXISTING CURB AND GUTTER I EXISTING DRIVE MATCH EXISTING A _� WIDTH OF DRIVEWAY VARIES OVER CURB 2'-O'(60cm) ROUNDING TO MATCH EXISTING RESTORE Ni EXISTING CURBWALK FLOW LINE STREET SURFACE - 1'(2.6cm) U --------- ------------- --- I • 8' MAX 1 D oum)I— I o° D 000 O OOO 00 04 00 000 O C I 3'(8cm) GRAVEL.BASE SECTION A—A REVISED: 12/27/95 MONTANA PUBLIC WORKS SCALE: STANDARD DRAWING STANDARD SPECIFICATIONS NONE RETROFIT DRIVE APPROACH NO. 02529-6 CD \ w / ) % / / o w LU \ CD & } /§ }) \ \ �0 Ow E / B§ \ IL §� o m e$ / \ /La < \ \5 = \R■ \ o +» & ® �^ 9cn 9 §/ �\ < ® k (\ (tee k \ 2 . §p7 .■ ] i y� = w / / < o \ m \ mK §& .) ■ z / k / vs7 * %\ § } � &�- % ® / \ ��� • �� `�� \ � / ƒ G e < < o e o / � \ ` \\ ( # 2 \ \ a � \y •l. . \ m z } m J Q N °o m a N a w a N U La IL F=Z QN O ° ��oFIL=J p =�3 1-Q Z i J Iz ?J aFmH_ W3o��io oDzQ w rW 2b -.oow�Z J EJ- Z WWZ 0 F — UO jWv o °JmaZ3J Qw awJ� pw h \ wwm m=IU)m Y \\ a ��n m m aQ o m� Q U < On Z \ j JQ ZZ� �QQ z \ Z you• o J>=w—o OJ 0 0, m Z UN��WWW� ��_ / 3 �d Z mwFQ330 7 o UQ� tio; ' V pti�� aaoLL J ooao .. QH01iI�QH a W W Q Z x\ p U V)Z w W OLj 0-1 Z 9 / Z w O N Qi bqJ / J Z U p Q —i LL W O a z o 12 o a LLI J 0LL o z11 H m U '-zN : i Z z \ O �\ a k ZN� o• O W J U W ?; tL O a J J (n N N R = 15' BACK OF R CURB c d PT °a ° B 1' (TYP.) DOWEL WITH 24" NO.5 a EXPANSION REBAR 3" INTO BACK o ; .d C JOINTS OF CUNB, 3 CLEAR a N d a •• .a d.. •° d. .d A •.. 2% MAX. .5 X 5b' ° SIDEWALK M d 1:20 MAX, 5' SIDEWALK (TYP. c .. d LANQING.I s. — d °' N ° •.. 24" MID 4d , a.• a a .° SCALE: 1" =5' • • • • • • owEL C 0 BLVD. (TYP.) EL 6" THICK CONCRETE SURFACE _ RAMPS TO BE CONSTRUCTED WITH DETECTABLE OPANSIaN Flow line J WARNING SURFACES COMPLYING WITH ADAAG OINT COVERING THE ENTIRE WIDTH OF THE RAMPS`. ONE CORNER OF THE DETECTABLE WARNING MUST BE WITHIN 8 OF GUTER FLOW LINE; NO OTHER POINT STORM DRAIN INLET ON THE MORENTHANG5'OF ROM THE FLOW LINEARNING (TYPICAL LOCATION) REINFORCE CONCRETE IN RAMPS WITH FIBERMESH'"AT A RATE IF 1 1/2 Ibs./C.Y. OR WITH 6x6x10 GAUGE WIRE MESH 12 5'-0" 12' TOP OF CURB TRANSITION TO NORMAL SIDEWALK i ELEVATION. DISTANCE VARIES, SIDEWALK 5.5" NO LIP 5' SIDEWALK FLOW LINE 5.5 VARIES LANDING SECTION B-B No LIP 9 5 a NO SCALE 6" CURBSTAN SECTION 2 1/2" DEPRESSED SIDEWALK LANDING 6" 0 6" CONCRETE �VEL BASE (TYP.) RAMP SECTION A-A NO SCALE SECTION C-C NO SCALE CONSTRUCTION NOTES: 1. Standard applies to new construction, with max. curb R=15', and min. 5.5' boulevards. 2. Ramp and curb can be poured 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 NOV. 1995 AS SHOWN PEDESTRIAN RAMP STANDARD DRAWING (15' MAX. RADIUS/5.5' MIN. BOULEVARD) Revised April 2006 USE BLENDED TRANSITION RAMP WHERE �w LIMITATIONS DUE TO BOULEVARD WIDTH, Y RIGHT-OF-WAY,CURB RADIUS,OR INTERSECTION ANGLE PREVENT THE USE OF STANDARD RAMPS PER cs5 C.O.B STANDARD DRAWING 02529-8 DETECTABLE WARNING TO BE A MINIMUM OF 4' WIDE,CENTERED ON THE CROSSWALK(S). ^a EXPANSION JOINT 1:12 MAX SIDEWALK XXX Drop Curb N ® Curb Transition 2"/o MAX IN •f o EXPANSION JOINT N LENGTH AS REQUIRED TO MATCH STANDARD SIDEWALK GRADE b 3 ra Landing Ram 5'Min p Varies No Lip�4 I � E )1( Sidewalk 2%NM �, 4112-rnnX 3"Gravel Base(Typ.) 4"Concrete 6"Concrete Reinforced with 1.5 lbs. Fibermesh/C.Y.or 6x6xl0 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 L24" White cl Stop Line 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 wife,i r i°ea}..��i '17 {-X, �21 {. -til _ Y { _ ri�a�sre�h � a-r..�33ri.Faa�aa3'�'L lrriicti�i' �- _I F a ' t < ahi[�a'L�a 2'_.MIN.._.3 5-' .MAX_ LW 2' YIELD LINE SCHOOL CROSSING OR UNCONTROLLED CROSSING 3 -.. r ` SEE NOTE 3 I: SPACE BARS TO 2' BE OUT OF WHEEL = _ I - 8 TYPICAL PATHS I < :; f �+y=4r ���a .�''��t 4+� Z 3'3 r_. -sf { �• 4 i•�' + .t -�..e. fir# ti ♦ a - a ° hx�i'' fi ea`Y•'"w•....p-wi,..:t.r.. t>:.. S-.,ea. i NOTES; " (1) THE LOCATION OF THE CROSSWALK LINES ARE DEPENDENT UPON LOCATION OF THE SIDEWALKS. {4 (2) USE YIELD LINE FOR UNCONTROLLED f * „ CROSSINGS, STOP LINE FOR CONTROLLED CROSSINGS (3) 4' MINIMUM FOR SINGLE LANE APPROACHES. FOR MULTI-LANE E APPROACHES SEE MUTCD SEC 38-16 CITY OF BOZEMAN SCALE: TYPICAL PAVEMENT MARKINGS FOR NO. 02581 -2 NONE SCHOOL/OR UNCONTROLLED FEB. 1996 ;STANDARD DRAWING: CROSSINGS (TYPE "B" CROSSINGS) Revised May 2017 e v a B •d � B 3 REDUCER MIN. UNDISTURBED EARTH r...4.:. TEE TEE (Plugged) BEND STANDARD DIMENSIONS FOR THRUST BLOCKING RED TEES & PLUGS 90°BEND 4eBEND & WYES F7T71NG 2B B & 22 1/12 END SIZES A B A B A B B 4" 1'-7" 1'-2" 1'-9" 1 -6 1'-8" 0'-10" P -A '-7" 0'-6" 6" 2'-0" 1'-11" 2'-5" 2'-2" 1'-10" 1'-7" ' 9" 0'-10" 8" 2'-8" 2'-6" 3'-2" 3'-0" 2'-5" 2-1" '-9" l'-6" 10" 3'-4" 3'-3" 4'-0" 3'-10" 3'-0" 2'-9" 2'-2" 1'-11" 12" 4'-0" 3'-10" 4'-8" 4'-8" 3'-8" 3'-3" 2'-7" 2'-3" 14" 5'-5" 3'-10" 6'-6" 4'-11" 4'-9" 3'-5" 3'-5" 2'-5" METRIC DIMENSIONS FOR THRUST BLOCKING REDUCERS & TEES & PLUGS 90°BEND 450BEND & WYES Fl TT1NG 22 1/2°BEND SIZES A B A B A B A B 10cm 0.5m 0.4m 0.5m 0.5m 0.5m 0.3m 0.5m 0.2m 15cm 0.6m 0.6m 0.7m 0.7m 0.6m 0.5m 0.5m 0.3m 20cm 0.8m 0.8m 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 1.4m 1.4m 1.1 m 1.Om 0.8m 0.7m 36cm 1.6m 1.2m 2.Om 1.5m 1.4m 1.0m 1.Om 0.7m NOTES: 1. THESE TABLES ARE BASED ON 150 PSI(1030 kpo) MAIN PRESSURE 2.WRAP ALL FITTINGS WITH POLYETHYLENE. 2000 PSF(9800 kg/mz) 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 UNDISTURBED EARTH (TYP.) CONCRETE THRUST BLOCK (TYP.) MJ GLAND MJ GLAND D.I. MJ D.I. O D.I. PIPE TEE PIPE PIPE MJ VALVE D.I. MJ GLAND PIPE OO 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 Q O M Ld Of (.C)o �:E w N \ \ a o z CD m m :, j�\�//�� o z O cn LU LU wz Q Z v o (/7 W 0 IL O W W W _ U / zw W \�\% ww Q LJJQ O v< J — J � J � _� X Q � F— 0 O Q o ' w UI LLJ L>LJ � wLaiJ W Q oZ W O a_ w O J v Of w a w W m W_O ~ Jim ° v Q- v W w W � cn CD rLd w �y Q�O E- \� m � U z Q Lil 3n-ldn M3N ow \ 'y L� Y cn w O z j Q �w O w m Lj- z �m C)LLI W Z m ZN O _ X �� 0� � cn W NO PRESSURE GAUGES OR PRESSURE GAUGE FITTINGS WILL BE METER SIZED SAME AS INCOMING LINE — NO EXCEPTIONS. ALLOWED ON THE TEST PORTS OF ANY BACKFLOW PREVENTION ASSEMBLY. 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.) 1' MIN., 2' MAX. ABOVE FINISHED FLOOR FLOOR 4 ° ° •a MECHANICAL 3/4- MIN. RBdI Rod, INSTALLED IN EVERY OTHER AVAILABLE M.J. JOINT BOLT HOLES (TYPICAL)— 5/8" RODS ACCEPTABLE FOR 4" LINES MAIN THRUST 90 BEND WITH THRUST BLOCK BLOCK, LEGEND TAPPING TEE & VALVE, 'Z 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 some size as the service line. Combination strainer/meter immediately following OS&Y valve or elbow attached directly to OS&Y valve -- meter must set horizontal. 1' MIN„ 2'JABOVEFINISHED FFLOOR 2. All Bockflow Prevention Assemblies shall be: a. UL or FM listed. b. Approved by the University of Southern California Foundation for Cross Connection Control and Hydraulic Research (USCFCCCHR) for operation in the proposed position (vertical or horizontal) as shown MECHANICAL—', ECHANICAL 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 5. The incoming service line shall be a minimum 6.5', and a maximum of 7.5' below the finished grade. 6. All service line appurtenances shall have ❑ minimum pressure rating of 175 PSI. 7. All service lines 4" and larger shall be Class 51 Ductile Iron Pipe. Imo--1' MIN., 2' MAX. B. 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 g• A minimum of four (4) pipe diameters of straight run pipe is COATED STEEL CLEARANCE ABOVE required upstream and downstream of the meter/strainer assembly. WALL PLATE, FINISHED FLOOR 5/16" MIN. THICKNESS _ • a. CITY OF BOZEMAN SCALE: WATER SERVICE LINE NO. 02660- 12 STANDARD DRAWING NONE FOR SIZES 4" AND LARGER DEC 2003 REV: JAN 2015 < 20 ~ % 0w = . � * 0 z \ LLJ E<e ° b § =o> §\k j m � zg 0-1 \ p0 0 z � � 0 � » \\ /\ z § � zz o < u z b � Ec Of ° LJ-J \ \ § 2L = Q m 0 8 % g\\ j } q w \}z IL Z \ < j v Eu q z 2§} In \ \ \ w § \ z z z a 3 o p / j 3 ) \\ ® § @ § u o �Of z Q § 3 j \ b 9 W� / \ \ \ \ \ k E 3 / : e \ \ \ \ -D \ // \ y § u ƒ ® 2 / \ ) \\ / /\ \ / § j < o $ 2 E� § ~ z z u WE �x 0 � § \ \\ ® § / / E / 00 § \ § \ EL J/ z z ± \ ƒ s7 f > § L 5 y w u < > _ < yd @Gmgao kw3 j �\32d \ Q § w * T� �Na#m m kwJ § \ \/G)J z . 'If} ( {±/ ONLY FITTINGS ALLOWED BETWEEN FIRST OS&Y VALVE AND NO PRESSURE GAUGES OR PRESSURE GAUGE FITTINGS WILL BE LEGEND B AN ACKFLOW ASSEMBLY TO BE 90' BEND. ALLOWED ON THE TEST PORTS OF Y BACKFLOW ASSEMBLY \I\C<Il/ '-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.) 1' MIN., 2' MAX. ABOVE p FLOOR FINISHED FLOOR Q APPROVED PLAN(S) d ° e •a 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 some size as the fire service line. 2. All Double Check Valve Assemblies shall be: a. UL or FM listed. b. Approved by the University of Southern California Foundation for PROVIDE FLEXIBLE, Cross Connection Control and Hydraulic Research (USCFCCCHR) for 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 3 a ° Valve shall have a Double Check Valve Assembly installed which meets W < the same installation criteria specified above in requirement number two. 0 5. Horizontal installations must be a minimum of 2' above the finished 0 - floor. MECHANICAL JOINT 6. The fire service riser must be a minimum of 2' from any outside wall, 10' MAX�*� 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 •L:a 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). I•-1' MIN., 2' MAX. * PER NPPA-24 FIG A.10.6.3.1 2' MIN., 3' MAX CLEARANCE COATED STEEL .•"':`•<` ABOVE FINISHED FLOOR WALL PLATE, 5416' MIN. THICKNESS a CITY OF BOZEMAN SCALE: STANDARD FIRE SERVICE LINE INSTALLATION NO. 02660-13 STANDARD DRAWING NONE FOR CLASS I, II, & III SYSTEMS DEC 2003 REV: APRIL 2013 \ ONLY FFIT1NGS ALLOWED BETWEEN FIRST OS&Y VALVE AND NO PRESSURE GAUGES OR PRESSURE GAUGE FITTINGS WILL BE 1 BACK FLOW ASSEMBLY TO 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 4" OR LARGER CLASS 51 (TYPICAL FOR ALL RISER CONFIGURATIONS) LEGEND DUCTILE IRON PIPE (TYP.) Ili l > 1' MIN., 2' MAX.ABOVE FLANGED OS&Y VALVE FLOOR FINISHED FLOOR d REDUCED-PRESSURE MECHANICAL EVENTON ASSEMBLY(MINIMUMJOINT 3/4" MIN. Redi Rod, INSTALLED IN ! REQUIREMENT) AS INDICATED MAIN EVERY OTHER AVAILABLE M.J. ® ON APPROVED PLAN(S) BOLT HOLES (TYPICAL) — 5/8" RODS ACCEPTABLE FOR 4" LINES THRUST,""�­ 90' BEND WITH THRUST BLOCK BLOCK ; TAPPING TEE & VALVE, OR INSTALL VALVE AT CITY OF BOZEMAN REQUIREMENTS FOR INSTALLATION OF REDUCED PRESSURE BACKFLOW PREVENTION ASSEMBLY PROPERTY LINE (TYPICAL FOR ALL RISER 1. The FIRST fitting inside of the building shall be a UL listed flanged CONFIGURATIONS. Kennedy or Mueller OS&Y valve the same size as the fire service line. / 2. All Reduced Pressure Backflow Prevention Assemblies shall be: a. UL or FM listed. PROVIDE FLEXIBLE, b. Approved by the University of Southern California Foundation for / Cross Connection Control and Hydraulic Research (USCFCCCHR) for WATER—TIGHT CONNECTION M 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. 1' MIN., 2' MAX.ABOVE a FINISHED FLOOR FLOOR 4. Horizontal installations must be a minimum of 2' above the finished 3 < , floor. 5. The fire service riser must be a minimum of 2' from any outside wall, 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......... ��-1' MIN., 2' MAX. * PER NPPA-24 FIG A.10.6.3.1 2 MIN., 3' MAX CLEARANCE COATED STEEL '"'3'C�`?} WALL PLATE, ABOVE FINISHED FLOOR 5/16' MIN. THICKNESS a Q. 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 I � R NEAREST FOUNDATION WALL TO CURB STOP CURB STOP AND BOX SEE DETAILS A & 8 BELOW (WATER MAIN 6.5' MIN. COVER °. I e WATER SERVICE LINE STUB (SEE C.O.B. STANDARD WATER SERVICE LINE-- DRAWING 02660-6) INSTALLED BY CUSTOMER (SERVICE APPLICATION & PLUMBING PERMIT REQUIRED) NOTE: METER SIZED SAME AS INCOMING LINE—NO EXCEPTIONS. FOUNDATION BACKFLOW PREVENTION ASSEMBLY WALL (AS REQUIRED) VMIN./2' MAX SERVICE LINE ° ANGLE STOP 1' MI ./2' MAX * BACKFLOW PREVENTION TO DOMESTIC METER ASSEMBLY (AS REQUIRED) FIXTURES FOUNDATION M WALL TO DOMESTIC \ M FIXTURES DOWNSTREAM •° SHUTOFF ** DOWNSTREAM 1' MIN., SHUTOFF ** 2' MAX METER* ..• 1' MIN. FLOOR ANGLE 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. 8. CONTACT CITY OF BOZEMAN WATER DEPARTMENT FOR APPROVED LIST OF COPPER CONNECTIONS. 9. WATER SERVICE LINE MAY BE REDUCED TO A SMALLER SIZE THAN THE WATER SERVICE STUB. REDUCTION MUST BE MADE WITHIN 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 I 19' (nP.) 60' R.O.W.-N 1 3C (IYP.) � / O � O 1 19' TYP. WATER 30' (TVP.) SEWER w a a 1 w f ! y r 1 I ) 50 20 O 3 PROPERTY / LINE �1 f1 1 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. 1 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. i 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 0 DOWNSTREAM z z_ SHUTOFF BACKFLOW DEVICE BACKFLOW DEVICE iv METER CO METER ANGLE STOP < >1 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 w J J U U Z Z N BANGLE STOP ANGLE STOP FINISHED FINISHED IT2� MIN FLOOR 1' MIN FLOOR MAX 2' MAX SERVICE PIPE SERVICE PIPE 3/4" AND 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 r ) � 1 00 M a r cq m J a s .4l O O 00 ¢ M W y?0- 0- 0 a p'W tz W 2 lL _ Fa C[t>?i:i�.�.? z O Q F J w -i cn I.K ¢ mSA p ¢ w O 0 — ��� J a Of -i .OE Y w D J EL iq w Q.¢ J� SOW m U YW } UI }C� � W H o - 0 (n U 2 N 1.-. F W uj �� 00.co 2 Z Z D p W w 0 0- U J� pa CL "' o ¢m J g ¢ (D ¢w �Ia¢ zo ° a a z >� aI � p w 2 LLJ W J d J 0 Q - CD Q (� J W I..LJ (n m Z O ;_. 0 p � O YLL co p =� Jow Z J O ui D CO z O Y 00 2 Q �Z co D OE �Z; C7 1- z <Y w J Z Z 1 Z d- c5 z Dew O pdoo (LZww ¢Xz Y ---Z(n O FL •• LLJ p OW QrW-> WO DWDZ> PmO MwoW Ia owo 0O -¢U J Z OW oo LL.0O¢J W W¢ LLW chd-O Z Z C7 (n�OO a' Q W 61ow od M< (D C7 O R Z O S W��W Q O 1 aw pop0 w O Z WamaJ n' JWw J WQW Ua F--UW¢ V) Z �w Q o�JmQ< MIaW pZ-j U�c M� 0 Y-z HW O J pzOtpi.�0 C(h �tA?¢m OZQ¢ -i o Z Z iLtDUaOW Ow ���0 1= _ °_oz Ln w x Z w w J F w<0 cnU U W W 0 W N (Y, O Q Q Q O -11, 1 Q H � � H d W 0 1 OD Y Z Z00 \ cc) O O �o )ww Om cn0�w u-w 1-� wz¢u OS u'W � ,�0 U as }¢ :3¢-00�2 "' U��UUUcn MONITOR COVER WITH LOCKING ELECTRONIC METER READING LID. CURB STOP AND WASTE CURB STOP & 4" POLYSTYRENE (IRRIGATION DRAIN) WASTE INSULATION. FINISHED GRADE ------------------------ 1 & 2" _ WATER METER ANGLE BALL ZBACKFLOW 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 COPPER BRACE BAR 1/3 CY OF 3/4" (NOT A BY-PASS) WASHED ROCK 1/3 CY OF 3/4" IRRIGATION METER PIT DETAIL WASHED ROCK 1 " & 2" WATER METER CURB STOP AND WASTE CURB STOP & WASTE (IRRIGATION DRAIN) IRRIGATION METER PIT DETAIL- PLAN VIEW CITY OF BOZEMAN SCALE: IRRIGATION METER PIT STANDARD DRAWING FOR NO. 02660-19 NONE 14" & 2" SERVICES APRIL 2017 NO VERTICAL REQUIREMENT -, -WATER MAIN SEWER 10'-O" MIN. 1D 2O (3m) PARALLEL ARRANGEMENT L L L 2 L 2 EXISTING I-- PIPE I T 1�0. Mm).O NEW PIPE � EXISTING 2 PIPE 1 MI l O I m NEW PIPE CROSSINGS O 5 NOTES: 0 SPECIFIC MONTANA DEPART. OF HEALTH AND ENVROMENTAL SCIENCES APPROVAL IS REQUIRED FOR A DISTANCE LESS THAN 10 FEET(3m) BETWEEN WATER MAIN AND GRAVITY SEWER. 20 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. 03 LESS THAN 18 INCHES(0.5m) OF SEPARATION IS PERMITTED WHEN THE GRAVITY SEWER AT THE CROSSING IS MADE FROM A SINGLE 20 FOOT(6.1m) LENGTH OF AWWA PRESSURE PIPE AND THE CROSSING ANGLE IS APPROXIMATELY 90 DEGREES. SPECIFIC MONTANA DEPART. OF HEALTH AND ENVIROMENTAL SCIENCES APPROVAL IS REQUIRED FOR A VERTICAL SEPARATION OF LESS THAN 18 INCHES(0.5m) BETWEEN WATER MAIN AND SANITARY SEWER ® "L" IS A STANDARD LENGTH OF PIPE AS SUPPLIED BY A PIPE MANUFACTURER. 5� 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 D I 0 0 / Q° a do \\/ e d / a \\\\\ a °' \Yti CONCRETE y\ ° 4 . ANCHORS \%/ "B" "A" NOTE: COAT RODS WITH "KOPPERS" BITUMASTIC NO. 50 COATING OR EQUAL. THRUST BLOCK DIMENSIONS Anchor vulva 100 PSI 150 PSI 200 PSI 250 PSI 300 PSI Rod s:e A B C A B C A B C A11 B C A B C Size 1 2 6"&8'2'-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"3'-0 3'-0"3'-0 3'-7.3'-0'3'-0• 1 2 1 2" 2'-3" 2'-0 2'-0"3'-0 3'-0 2'-6"3'-5'3'-0"3'-0' 4'-3 3'-0"3'-0 5'-1'3'-0'3'-0' 3'-5 3'-0 3'-0"4'-6'3'-0"3'-0" 4'-0 4'-0" 4'-0 4'-9'4'-0'4'-0' 6"1 8 1 3'-0" 3'-0 Y-0'4'-4 3'-0 3'-0"4'-1"4'-0"4'-0" 5'-1 4'-0'4'-0 6'-1'4'-0 4'-0' 3'-6" 3'-0 3'-0'S'-5 3'-0 3'-0'5'-1"4'-0"4'-0" 6'-4 4'-0" 4'-0 5'-9 5'-0'5'-0" 3 8" 24" 4'-4" 4'-0'4'-0"6'-5 4'—D 4 5'-0"6'-6"5'-0"5'-0" 6'— 6'-0" 6'-0 7'-6 6'-0 6'—D" 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. TO BACK OF CURB INSTALL PLUMB WITH 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 BOX WITH LID ON PLANS OR 0.2' ABOVE TOP OF CURB GRADE GROUND LINE UNDISTURBED EARTH / \ \` MIN. 6.5' COVER *CONCRETE THRUST �i\\���� °< d .. To vt BLOCK JOINT AS REQUIRED FOR PIPE SPECIFIED / / / / / \\/i\\\/i\\��i\\\\\ �\\\\ \ \\\//\\\ /`\'i 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. 1p 41 1p 'Ar-FIR HYDRANT ............ ............. ............... ............................ ...... .... ...................... ...................... WATER MAIN CURB & GUTTER CURB WALK DETAIL PROPERTY LINE CURB & GUTTER .................... ............. ................... . ........... ..... ............................. ....... ..... .........:.-a .. .... Ot & .......... ..... . . ....... ................................................... FIRE HYDRANT VARIABLE 3' MIN. VALVE WATER MAIN -j 5' L (TYP.) BOULEVARD WALK DETAIL CITY OF BOZEMAN SCALE: HYDRANT LOCATION NO. 02660-5 STANDARD DRAWING NONE DETAIL Dec 2003 1 i 1 STEEL POST MARKER PROPERTY PAINTED BLUE LINE OR EASEMENT LINE 5 1/2 BOULEVARD (TYP.) 1 STREET SURFACE 5 SIDEWALK GROUND SURFACE 4' (TYP.) Nw CURB BOX 11.5' PROVIDE 5' STATIONARY (TYP.) ROD IN ALL CURB BOXES 6 1/2' MIN. COVER SEE DETAIL s' BELOW (TYPICAL EXCEPT IN SPECIAL CIRCUMSTANCES WHERE CITY HAS 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 ARE/ PROPERLY CORPORATION STOP (SEE SPECIFICATIONS) INSTALLED CORPORA TION STOP. TAP MAIN AT 3 4 DIA. MIN. SPRINGLIKE. SERVICE PIPE / l \\\\\\ 4 %\\ \TRENCH%\\\ \Tro !\\\\\ 6" MIN. 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. 1 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 I R FINISH GRADE CURB BOX VALVE BOX TOP.SECTION B'MIN-11 MUELLER H-15428 STRAIGHT COUPLING WITH GALVANIZED OR BRASS CAP 6.5' MIN COPPER SERVICE LINE 2" COPPER SERVICE LINE 1/4 BEND COMPRESSION 2 COUPLING 1/8" DIAMETER 1 3 4 CURB STOP CORPORATION STOP PROVIDE1/8" 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" \\ \ \�: 34" 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 SHERWIN-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 2047L, OR OPENING D & L I-35173517 O 5/8" SMOOTH ROD CENTERED IN OPENING (EXCEPT FOR EJIW 7030) r.777.F FLAT TOP 6" 24" SQUARE °``• ° OPENING • ° d • e 36" R.C.P. ASTM C-76 a CLASS 2 a e d d • °• 0 e w BLOCK OUT FOR °.• o ui INLET PIPE Q a 18" SUMP • e ed a .p°° .Q •d.. ° ae ..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 PROPERTY VARIES N LINE 1> COMPACTED BACKFILL (SEE SPECS.) 2"X2"(5cm X 5cm) WOOD (6"(15cm) SERVICE LINE MIN. 45°ELBOW SLOPE-2% MINIMUM IF REQ. IN LINE TEE FITTING FOR NEW PLUG INSTALLATIONS. INSERT—A—TEE, OR AS APPROVED BY ENGINEER, FOR EXISTING INSTALLATIONS STORM SEWER MAIN STORM DRAIN SERVICE LINE (PRIVATE PROPERTY CONNECTION) REVISED: 2/17/2000 MONTANA PUBLIC WORKS SCALE: STANDARD DRAWING STANDARD SPECIFICATIONS NONE STORM DRAIN SERVICE LINE NO. O2720-10 3" x3" x1/2" HINGE DETAIL 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) 1 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 MIN 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 2047L, 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.) NO. 4 BARS AT 12" CENTERS MAX., SPACED EQUALLY (TYP.) FRONT VIEW 4" MINIMUM, 7" MAXIMUM OPENING 5/8" SMOOTH ROD -CENTERED IN OPENING 77= (EXCEPT FOR EJIW 7030) 1" MAX OFFSET ALLOWED FOR - CASTING BACK PIECE ADJUSTMENT VARIABLE CURB AND GUTTER TO BE WARPED 18' TO MATCH INLET. DESIGNERS WILL PROVIDE ADDITIONAL BLOCK OUT FOR DESIGN DETAILS TO FIT SPECIFIC OUTLET PIPE CONDITIONS. 12" RCP (Typ.) -3'-0"- SIDE VIEW CITY OF BOZEMAN SCALE: STANDARD SQUARE NO. 02720-1 A STANDARD DRAWING NONE STORM DRAIN INLET Dec. 2003 Rev MAR 2017 4" MINIMUM, 7" MAXIMUM OPENING 5/8" DIA SMOOTH INLET CASTING ROD CENTERED IN OPENING NEENAH R-3067-L, (EXCEPT FOR EJIW 7030) EJIW 7030, 6" FLAT • DEFTER 2047L, OR SLAB COVER D & L 1-3517 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) 2 4 FLAT SLAB COVER REINFORCEMENT AS PER � 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 D Q ao 00 Da O DO NEENAH NO. R-2533 OR APPROVED EQUAL ❑ WITH TYPE C GRATE. PLAN 35" (.9m) 22" f (55.9cm) 9"(22.9cm) 6—1 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) L. 10"(25.4cm) MINIMUM DIA. . LATERAL PIPE a 9 *36"(.9m) ' 17- MIN. SLOPE ` fe • 6" MIN. 12" MAX. SEDIMENTATION 3" MIN. - BASIN 6" MIN. aa< �c.• :,s '----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 Frame and cover to be either D&L A-1172 ring with A-1178 cover, EJIW 3771/ 3772 series, or approved equal. �7„ Covers shall have two 1" pick holes. Adjustable rings, NOTE: All joints between manhole sections, manhole ring & 2" min., 12" Max. top section, and around sewer pipe into manhole shall be f ; watertight. Jointing material shall be "Ram—Nek" or equal for all joints except between sewer pipe and manhole wall. C. 2'-0" 5„ 5„ 4'-0„ '�. Precast reinforced concrete manhole riser and eccentric cone top manufactured in Mohole 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—cost channel flowline } Top of pipe may o .• •;, not extend past U I } Variable c^ '< 4'-0 inside wall of (min.) manhole. If X o "ctohn ;«, necessary top o'oper foo ,'.. half of pipe may E nl. See be trimmed off N�`o a Flexible asketed joint t icoI a (yp smooth. (8" for precast bases — see detail) diameter only) f pipe 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. pipe 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. J� 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 e: N Manhole steps at o C 16" centers a Precast reinforced concrete manhole riser and cover manufactured in accordance in ° e with ASTM designation C-478. 0 CID y C C d) O pf O o As required O0 ° d ' C o m Cutouts as required 'N E :3 q) N . e a O a O d) � T a Q U N °d A Channel = dia. of pipe A Precast or poured—in—place base. Poured—in—place base, minimum Radius of concrete thickness below pipe is manhole 8 inches. Precast base, minimum Slope at 1'per foot. Channel to full thickness is 6 inches. pipe depth. NOTE: Storm drain manholes shall Dia. of sewe� 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 6" —To cm) • I A •• d d d 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" 14®8" 4975# ACH WAY (152cm) (198cm) (#4020cm) (2260kg) 72" 92" #E4 WAY " 6925# ACH (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 SHELF CHANNEL SHELF SHELF SHELF CS3 SHELF CHANNEL CHANNEL !- 4— � SHELF SHELF NOTES: 1. SLOPE ALL SHELVES TO CHANNEL AT 1" 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 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 2.0 15 300 500 12 400 250 1.0 300 0.9 10 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 less than 1.0 In which case, total "K' value equals the time In seconds that the pipeline under test should take before the pressure falls from 3.5 to 2.5 psig. 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 is 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 speclflcotlons 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 EASE LINE EASEMENT GROUND SURFACE (TYP.) COMPACTED C ILL OMPACTED BACKFILL (TYP.) (SEE SPECS.) Il 11.5' 81 (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 IN EXISTING INSTALLATIONS N MAIN NEW FC ONLY UPON APPROVAL OF t 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 ORE EASEMENT LINE 5 1/2' BOULEVARD (TYP.) 4' STREET SURFACE 5' SIDEWALK GROUND SURFACE (TYP.) 1 COMPACTED BACKFILL 2.5 (TYP.) (SEE SPECS.) 1 1.5' 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 •• e. e n G � 8" X 3' ROUND CONCRETE SLAB SLIP HUB TO THREADED ADAPTOR FROST EXPANSION SLEEVE THREADED PLUG CLEANOUT PIPE, 8" PVC NON—SHRINK BACKFILL 3' — 0" MIN. '45"'..' d •a; d'• + �—'',1/8'-BEN6. ••°" • set,•. e END OF d .•. a' ' TRENCH :a•. e' a. .e .Q . d •• ': 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 Standard casting & cover Frame and cover to be either D & L A-1172 ring with A-1178 cover, EJIW 3771/ 3772 series, or approved equal. Covers shall have two 1" pick holes. Flat slab cover Adjustable rings, I 2" min., 12" max. 71 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 E': equal for all joints except between sewer `n pipe and manhole wall. N N N Manhole steps at 16" centers Precast reinforced concrete manhole riser .0 a I and cover manufactured in accordance `—JJr with ASTM designation C-478. 0 E C a As required — (60" min.) a Flexible gasketed joint ° 4 Gasketed Tee A ' 0) C C a B B .r E r 17 N J p -O N O `7 m 7 w O' O a Pipe restraint (typ.) Q U UI v A 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. 4/ Epoxy ainless steel Radius of —thread rod, manhole 2" 0 Slope at 1" per foot. Sewer pipe Channel to full p p pipe depth. A. .n Manhole wall 8 grout rods Dia. of sewer pipe ` ° ;"ti ` Stainless stee into wall ,`. ',A �. pipe clamp °�: ki 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 09810 2.2 FOR ON POST SIGN SIZES \ M7 N AVO \y 2' MIN. 2' MIN. 10' 2" PREFORATEO 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 5(6" CORNER BOLT o (A325) 1 Y2" ABOVE FINISH GRAGE. INSERT BOLT FINISH GRADE 2" o / HEAD FROM OPPOSITE SIDE OF EXPECTED IMPACT. i 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 I 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 I PANELS REQUIRED BY THE DIRECTOR OF PUBLIC SERVICE ROADWAY <+— 24" ® 2" PERFORATED SQUARE TUBE POST (TELSPAR OR APPROVED EQUAL) 48" MIN. ROADWAY GRADE SIGN POST FOUNDATION AS PER STANDARD DRAWING 09810-1 4� 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 � _ r r STREET 9'1 YP. MARKER SIGN r CE - z 5' 0 1= u w 0 U 2' MIN CLEARANCE FROM I FACE OF CURB TO EDGE Q OF SIGN ry (- 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 Tecluucal 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, 2020 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. bttps://iv.ww.mdt.mt.gov/other/vebdata/extemaUconstispecifications/2020/SPEC-BOOK/2020-SPEC-BOOK-V1-O.pdf htips://wx"v.nidt.int.covi'btisi.ness/contractinWdetailed drawings.shtml 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 Listing and Status of MPWSS Standard Drawings Appendix B Listing of City of Bozeman Standard Drawings Appendix C Standard Drawings for City of Bozeman Modifications to MPWSS Appendix D City of Bozeman Approved List of Copper Comlectors NOTE: MEASUREMENT AND PAYMENT INCLUDED IN THE MPWSS AND TECHNICAL SPECIFICATIONS ARE SUPERSEDED BY THE SPECIAL PROVISIONS OF THE CONTRACT. TECHNICAL SPECIFICATIONS Page lof 1 i i Intentionally Left Blank I 1 1 ) ) 1 I 1 1 1 SECTION 6. PREVAILING WAGE RATES ) ) i ) 1 Intentionally Left Blank J i I MONTANA PREVAILING WAGE RATES FOR HIGHWAY CONSTRUCTION SERVICES 2020 Effective: January 2, 2020 i 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 406-444-6543 The department 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. 1 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 j 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 department at(406)444-6543. 1 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.mtwa.gehourbopa.com or contact the department at(406)444-6543. GALEN HOLLENBAUHG 1 Commissioner Department of Labor and Industry State of Montana ) I TABLE OF CONTENTS MONTANA PREVAILING WAGE REQUIREMENTS: A. Date of Publication ............................................................................................................................... 3 B. Definition of Highway Construction ............................................................................................................. 3 C. Definition of Public Works Contract .......................................................................................................... 3 D. Prevailing Wage Schedule ..................................................................................................................... 3 E. Rates to Use for Projects ........................................................................................................................ 3 F. Wage Rate Adjustments for Multiyear Contracts .......................................................................................... 3 G. Fringe Benefits ..................................................................................................................................... 4 H. Dispatch City ........................................................................................................................................ 4 I. Zone Pay ............................................................................................................................................ 4 J. Computing Travel Benefits ..................................................................................................................... 4 K. Per Diem ........................................................................... ................... 4 .............................................. L. Apprentices ......................................................................................................................................... 4 M. Posting Notice of Prevailing Wages .......................................................................................................... 5 N. Employment Preference ......................................................................................................................... 5 O. Projects of a Mixed Nature ............................................................................................................................................ 5 P. Occupations Definitions Website .................................................................................................................................... 5 Q. Welder Rates ..................................................................................................................................... 5 R. Foreman Rates .................................................................................................................................. 5 WAGE RATES: BRICK,BLOCK,AND STONE MASONS ........................................................................................................... 6 CARPENTERS ....................................................................................................... .............. 6 ....................... CEMENT MASONS AND CONCRETE FINISHERS ............................................................................................ 6 CONSTRUCTION EQUIPMENT OPERATORS OPERATORSGROUP 1 ............................................................................................................................. 6 OPERATORS GROUP 2 ............................................................................................................................ 7 OPERATORSGROUP 3 ............................................................................................................................ 7 OPERATORSGROUP 4 ............................................................................................................................ 8 OPERATORSGROUP 5 ............................................................................................................................ 8 OPERATORSGROUP 6 ............................................................................................................................ 8 OPERATORSGROUP 7 ............................................................................................................................ 8 CONSTRUCTION LABORERS LABORERS GROUP 1 ......................................I............................. ....... 9 ................................................ LABORERSGROUP 2 .............................................................................................I.............................. LABORERSGROUP 3 ............................................................................................................................ 9 LABORERSGROUP 4 ............................................................................................................................ 10 DIVERS .................................................................................................................................................... 10 DIVERTENDERS ........................................................................................................................................ 10 ELECTRICIANS ...................................................................................................... ......... 11 ........................... IRONWORKERS-STRUCTURAL STEEL AND REBAR PLACERS ...................................................................... 11 LINE CONSTRUCTION EQUIPMENTOPERATOR .......................................................................................................................... 11 GROUNDMAN ..................................................................................... ..... 11 ............................................... LINEMAN ................................................................................................................................................. 12 MILLWRIGHTS ............................................................................................................................................ 12 PAINTERS ............................................................................................................... PILEBUCKS ............................................................................................................................................... 12 TRUCKDRIVERS ............................................................................................................................................... 12 2 i A.Date of Publication January 2,2020 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 j not incidental to building construction or heavy construction. Highway construction projects include, but are not limited to, alleys, base courses, bituminous treatments, bridle paths, concrete pavement, curbs, excavation and embankment(for road construction),fencing(highway),grade crossing elimination (overpasses or underpasses),guard rails on highways, highway signs, highway bridges(overpasses, underpasses,grade separation), medians,parking lots,parkways, resurfacing streets and highways, roadbeds, roadways, runways,shoulders, stabilizing courses,storm sewers incidental to road construction, street paving,surface courses, taxiways, and trails." C.Definition of Public Works Contract Section 18-2-401(1 1)(a),MCA defines"public works contract"as "...a contract for construction services let by the state, county, municipality,school district, or political subdivision or for nonconstruction services let by the state, county, i municipalio) or political subdivision in which the total cost of the contract is in excess of$25,000...". D.Prevailing Wage Schedule This publication covers only Highway Construction occupations and rates in the specific localities mentioned herein. These rates will remain in effect until superseded by a more current publication. Current prevailing wage rate schedules for Building Construction,Heavy Construction and Nonconstruction Services occupations can be found on the internet at www.mtwagehourbopa.com or by contacting the department at(406)444-6543. E.Rates to Use for Projects ARM,24.17.127(1)(c),states "The wage rates applicable to a particular public works project are those in effect at the time the bid specifications are advertised" F.Wage Rate Adjustments for IVIultiyear 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 inchrde a provision to adjust, as provided in subsection (2), the standard prevailing rate of wages to be paid to the > workers performing the contract. (2) The standard prevailing rate of wages paid to workers under a contract subject to this section must be adjusted 12 months after the date of the award of the public works contract.. The amount of the adjustment must be a 3%increase. The adjustment must be made and applied every 12 months for the term of the contract. (3)Any increase in the standard rate ofprevailing wages for workers under this section is the sole responsibility of the contractor and any subcontractors and not the contracting agency." ) i 3 1 G.Fringe Benefits Section 18-2-412,MCA states: "(1) To fulfill the obligation...a contractor or subcontractor may: (a)pay the amount off-inge benefits and the basic hourly rate ofpay that is part of the standard prevailing rate of wages directly to the worker or employee in cash; (b)make an irrevocable contribution to a trustee or a third per son pursuant to a f tinge benefit fund plan, or program that meets the requirements of the Employee Retirement Income Security Act of 1974 or that is a bona fide program approved by the U. S. department of labor; or (c)make payments using any combination of methods set forth in subsections(1)(a)and(1)(b)so that the aggregate of payments and contributions is not less than the standard prevailing rate of wages, including fitinge benefits and travel allotivances, applicable to the district for the particular type of work being performed. (2) The fringe benefitfund 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 shortest practical maintained route from the dispatch city to the center of the job." See section H above for a list of dispatch cities. J. Computing Travel Benefits ARM,24.17.103(22),states " `Travel pay,'also referred to as `travel allowance,'is and must be paid for travel both to and from the job site, except those with special provisions listed under the classification. The rate is determined by measuring the road miles one direction over the shortest practical maintained route f rom the dispatch cio) or the employee's home, whichever- is closer, to the center of the job." See section H above for a list of dispatch cities. K.Per Diem ARM,24.17.103(18),states " Per diem'typically covers costs associated with board and lodging expenses.Per diem is paid when an employee is required to work at a location outside the daily committing distance and is required to stay at that location overnight or longer." L.Apprentices Wage rates for apprentices registered in approved federal or state apprenticeship programs are contained in those programs. Additionally, Section 18-2-416(2),MCA states "...The full amount of any applicable fringe benefits must be paid to the apprentice while the apprentice is working on the public works contract." Apprentices not registered in approved federal or state apprenticeship programs will be paid the appropriate j ounley level prevailing wage rate when working on a public works contract. 4 i l I M.Posting Notice of Prevailing Wages Section 18-2-406,MCA,provides that contractors,subcontractors,and employers who are "...performing work or J 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 ro ect is classified as a hi highway construction project, a heavy construction ro ect, or a building p jg Y P j Y P j g } Construction project. (2) Once the project has been classified, employees in each Made classification who are working on that project must be paid at 1 the rate for that project classification" P.Occupations Definitions } You can find definitions for these occupations on the following Bureau of Labor Statistics website: } lLftp://www.bls.gov/oes/c-Lirrent/ocs 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 j ourney level work,the foreman must be paid at least the journey level rate. 1 ) 1 i ) } 1 1 i � 5 i 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 I Back to Table of Contents CARPENTERS Wage Benefit Zone Pay: $31.00 $13.57 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 $12.64 0-25 mi. free zone >25-50 mi. base pay+$2.50/hr. Duties Include: >50 mi. base pay+$3.00/hr. Smooth and finish surfaces of poured concrete, such as floors,walks, sidewalks, or curbs. Align forms for sidewalks, curbs, or gutters. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 1 Wage Benefit Zone Pay: $26.52 $11.50 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 $11.50 0-25 mi.free zone >25-50 mi. base pay+ $2.50/hr. This group includes but is not limited to: >50 mi. base pay+$3.00/hr. Air Doctor; Backhoe\Excavator\Shovel, up to and incl. 3 cu. yds; Bit Grinder; Bitunimous Paving Travel Plant; Boring Machine, Large; Broom, Self-Propelled; Concrete Travel Batcher; Concrete Float&Spreader; Concrete Bucket Dispatcher; Concrete Finish Machine; Concrete Conveyor; Distributor; Dozer, Rubber-Tired, Push, & Side Boom; Elevating Grader\Gradall; Field Equipment Serviceman; Front-End Loader, 1 cu. yd up to and incl. 5 cu. yds; Grade Setter; Heavy Duty Drills, All Types; Hoist\Tugger, All; Hydralift Forklifts &Similar; Industrial Locomotive; Motor Patrol (except finish); Mountain Skidder; Oiler, Cranes\Shovels; Pavement Breaker, EMSCO; Power Saw, Self-Propelled; Pugmill; Pumperete\Grout Machine; Punch Truck; Roller, other than Asphalt; Roller, Sheepsfoot(Self-Propelled); Roller, 25 tons and over; Ross Carrier; Rotomill, under 6 ft; Trenching Machine;Washing/Screening Plant ,Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 3 Wage Benefit Zone Pay: $29.41 $11.50 0-25 mi. free zone >25-50 mi. base pay +$2.50/hr. This group includes but is not limited to: >50 mi. base pay+$3.00/hr. Asphalt Paving Machine; Asphalt Screed; Backhoe\Excavator\Shovel, over 3 cu. yds; Cableway Highline; Concrete Batch Plant; Concrete Curing Machine; Concrete Pump; Cranes, Creter; Cranes, Electric Overhead; Cranes, 24 tons and under; Curb Machine\Slip Form Paver; Finish Dozer; Front-End Loader, over 5 cu. yds; Mechanic\Welder; Pioneer Dozer; Roller Asphalt(Breakdown & Finish); Rotomill, over 6 ft; Scraper, Single,Twin, or Pulling Belly-Dump; YO-YO Cat. Back to Table of Contents 7 ) CONSTRUCTION EQUIPMENT OPERATORS GROUP 4 Wage Benefit Zone Pay: $30.10 $11.50 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'"able of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 5 Wage Benefit Zone Pay: $31.44 $11.50 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 $11.50 0-25 mi. free zone >25-50 mi. base pay+ $2.50/hr. This group includes but is not limited to: >50 mi. base pay+$3.00/hr. Cranes, 75 tons up to and incl. 149 tons; Cranes, Whirley(All). T Back to Table of Contents, CONSTRUCTION EQUIPMENT OPERATORS GROUP 7 Wage Benefit Zone Pay: $34.23 $11.50 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 $11.00 0-25 mi.free zone >25-50 mi. base pay+$2.50/hr. >50 mi. base pay+$3.00/hr. T Back to Table of Contents CONSTRUCTION LABORERS GROUP 2 Wage Benefit Zone Pay: $23.97 $10.47 0-25 mi. free zone >25-50 mi. base pay+ $2.50/hr. This group includes but is not limited to: >50 mi. base pay+ $3.00/hr. General Labor; Asbestos Removal; Burning Bar; Bucket Man; Carpenter Tender; Caisson Worker; Cement Mason Tender; Cement Handler(dry); Chuck Tender; Choker Setter; Concrete Worker; Curb Machine-lay Down; Crusher and Batch Worker; Heater Tender; Fence Erector; Landscape Laborer; Landscaper; Lawn Sprinkler Installer; Pipe Wrapper; Pot Tender; Powderman Tender; Rail and Truck Loaders and Unloaders; Riprapper; Sign Erection; Guardrail and Jersey Rail; Spike Driver; Stake Jumper; Signalman; Tail Hoseman; Tool Checker and Houseman and Traffic Control Worker. T Back to Table of Contents ) e CONSTRUCTION LABORERS GROUP 3 Wage Benefit Zone Pay: I $24.19 $10A7 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 J } 1 a 9 r CONSTRUCTION LABORERS GROUP 4 Wage Benefit Zone Pay: ' $25.18 $10.47 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. f Back to Table of Contents DIVERS Wage Benefit Zone Pay: Stand-By $41.23 $16.88 0-30 mi. free zone Diving $82.46 $16.88 >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: $40.23 $16.88 0-30 mi. free zone >30-60 mi. base pay+$4.00/hr. The tender shall receive 2 hours at the straight time pay >60 mi. base pay+$6.00/hr. rate per shift for dressing and/or undressing a Diver when work is done under hyperbaric conditions. t Back to Table of Contents 10 ELECTRICIANS Wage Benefit Travel: $34.08 $14.91 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: $28.00 $26.40 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. q Back to Table of Contents LINE CONSTRUCTION— EQUIPMENT OPERATORS Wage Benefit Travel: $35.04 $16.45 No Free Zone $60.00/day 1 T Back to Table of Contents 1 LINE CONSTRUCTION — GROUNDMAN Wage Benefit Travel: $27.36 $15.60 No Free Zone $60.00/day y Back to Table of Contents 1 � 11 LINE CONSTRUCTION— LINEMAN Wage Benefit Travel: $45.74 $17.60 No Free Zone $60.00/day T Back to Table of Contents MILLWRIGHTS Wage Benefit Zone Pay: $32.00 $13.57 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: $31.00 $13.57 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 $11.00 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. Back to Table of Contents ) 1 } 1 ) 13 l Intentionally Left Blank MONTANA PREVAILING WAGE RATES FOR HEAVY CONSTRUCTION SERVICES 2020 Effective: January 2, 2020 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 406-444-6543 The department 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 department at(406)444-6543. 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 department at(406)444-6543. GALEN HOLLENBAUGH Commissioner Department of Labor and Industry State of Montana TABLE OF CONTENTS MONTANA PREVAILING WAGE REQUIREMENTS: A. Date of Publication 3 B. Definition of Heavy Construction ................................................................................................................ 3 C. Definition of Public Works Contract 3 D. Prevailing Wage Schedule ..................................................................................................................... 3 E. Rates to Use for Projects ........................................................................................................................ 3 F. Wage Rate Adjustments for Multiyear Contracts .......................................................................................... 3 G. Fringe Benefits ..................................................................................................................................... 4 H. Dispatch City ........................................................................................................................................ 4 I. Zone Pay ............................................................................................................................................ 4 J. Computing Travel Benefits ..................................................................................................................... 4 K. Per Diem 4 L. Apprentices .................................................................. ........... 4 ............................................................ M. Posting Notice of Prevailing Wages .......................................................................................................... 5 N. Employment Preference ......................................................................................................................... 5 O. Projects of a Mixed Nature ............................................................................................................................................ 5 P. Occupations Definitions Website .................................................................................................................................... 5 Q. Welder Rates ..................................................................................................................................... 5 R. Foreman Rates 5 WAGE RATES: BOILERMAKERS ......................................................................................................................................... 6 BRICK, BLOCK,AND STONE MASONS ........................................................................................................... 6 CARPENTERS 6 CEMENT MASONS AND CONCRETE FINISHERS ............................................................................................ 7 CONSTRUCTION EQUIPMENT OPERATORS OPERATORS GROUP 1 7 OPERATORS GROUP 2 7 OPERATORS GROUP 3 ............................................................................................................................ 8 OPERATORS GROUP 4 8 OPERATORS GROUP 8 OPERATORS GROUP 8 OPERATORS GROUP 7 9 CONSTRUCTION LABORERS LABORERSGROUP 1 ............................................................................................................................ 9 LABORERS GROUP 2 9 LABORERSGROUP 3 ............................................................................................................................ 10 LABORERSGROUP 4 ............................................................................................................................ 10 DIVERS .................................................................................................................................................... 10 DIVER TENDERS 11 ELECTRICIANS 11 DRYWALL APPLICATORS 11 HEATING AND AIR CONDITIONING 11 INSULATION WORKERS-MECHANICAL(HEAT AND FROST) ........................................................................... 12 IRONWORKERS-STRUCTURAL STEEL AND REBAR PLACERS ...................................................................... 12 LINE CONSTRUCTION EQUIPMENTOPERATORS .......................................................................................................................... 12 GROUNDMAN ........................................................................................................................................... 12 LINEMAN .................................................................................................................................................. 13 MILLWRIGHTS ............................................................................................................................................ 13 PAINTERS ....................................... PILEBUCKS ............................................................................................................................................... 13 PLUMBERS, PIPEFITTERS,AND STEAMFITTERS ............................................................................................ 14 SHEETMETAL WORKERS ........................................................................................................................... 14 SOLARPHOTVOLTAIC INSTALLERS ................................................................................................................................ 14 TRUCKDRIVERS .................................................................................................................................................................. 15 2 Y ) 3 A.Date of Publication January 2,2020 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 designedfor commercial navigation), breakwaters, caissons(other than building or highway), canals, channels, channel cut-offs, chemical complexes or facilities(other than buildings), cofferdams, coke ovens, dams, demolition(not incidental to construction), dikes, docks, drainage projects, dredgingprojects, 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 eclamation, levees, lacks and r l waterways, oil refineries(other than buildings),pipe lines,ponds,pumping stations(prefabricated drop-in units—not buildings), railroad construction, reservoirs, revetments, sewage collection and disposal lines, sewers(sanitary, storm, etc.), shoreline maintenance, ski tows,storage tanks,swimmingpools(outdoor), subways(other than buildings), tipples, tunnels, unsheltered piers and wharves, viaducts(other than highway), water mains, waterway construction, water supply lines(not incidental to building), water and sewage treatnentplants (other than buildings) and wells." C.Definition of Public Works Contract Section 18-2-40 1(1 1)(a),MCA defines"public works contract"as "...a contract for construction services let by the state, county, municipality,school district, or political subdivision or for nonconstruction services let by the state, county, municipality, orpolitical subdivision in which the total cost of the contract is in excess of$25,000...". D.Prevailing Wage Schedule This publication covers only Heavy Construction occupations and rates in the specific localities mentioned herein.These rates will remain in effect until superseded by a more current publication.Current prevailing wage rate schedules for Building Construction,Highway Construction and Nonconstruction Services occupations can be found on the internet at www.mtwaciehourboi)a.com or by contacting the department at(406)444-6543. E.Rates to Use for Projects ARM,24.17.127(1)(c),states "The wage rates applicable to a particular public works project are those in effect at the time the } bid specifications are advertised." F.Wage Rate Adjustments for Multiyear Contracts Section 18-2-417,MCA states: "(I)Anypublic works contract that by the terms of the original contract calls for more than 30 months to fulh rf(,.-m must include aprovision to adjust, as provided in subsection (2), the standardprevailing rate of wages t�- _ )aid to the workers performing the contract. (2) The standardprevailing rate of wages paid to workers tinder a contract subject to this section must be adjusted 12 months after the date of the award of the public works contract. The amount of the adjustment must be a 3%increase. The adjustment must be made and applied every 12 months for the term of the contract. (3)Any increase in the standard rate ofprevailing wages for workers under this section is the sole responsibility of the contractor and any subcontractors and not the contracting agency." l 3 G.Fringe Benefits Section 18-2-412,MCA states: "(1) To fulfill the obligation...a contractor or subcontractor may: (a)pay the amount off•inge benefits and the basic hourly rate ofpay that is part of the standard prevailing rate of wages directly to the worker or employee in cash; (b) make an irrevocable contribution to a trustee or a third person pursuant to a f tinge benefit fiend,plan, or program that meets the requirements of the Employee Retirement Income Security Act of 1974 or that is a bona fideprogram 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 Tinge benefits and travel allowances, applicable to the district for the particular type of work being performed. (2) The fringe benefr.t f rntl,plan, or program 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 from the job site, except those with special provisions listed under the classification. The rate is determined by measuring the road miles one direction over the shortest practical maintained route from om 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 j ourney level prevailing wage rate when working on a public works contract. 4 i M.Posting Notice of Prevailing Wages Section 18-2-406,MCA,provides that contractors,subcontractors,and employers who are "...performing work or 1 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 Alixed Nature Section 18-2-408,MCA states: "(1) The contracting agency shall determine, based on the preponderance of labor hours to be worked, whether the public works construction services project is classified as a highway construction project, a heavy construction project, or a building construction project. (2) Once the project has been classified, employees in each trade classification who are working on that project must be paid at 1 the rate for thatproject classification" P. Occupations Definitions You can find definitions for these occupations on the following Bureau of Labor Statistics website: hqp://Nvww.bls.gov/oes/cLirrentloes stiu.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. ) 1 1 ) ) 5 1 WAGE DATES BOILERMAKERS Wage Benefit Travel: $33.17 $30.88 All Districts 0-120 mi. free zone Duties Include: >120 mi. federal mileage rate/mi. Construct, assemble, maintain, and repair stationary steam boilers, boiler house auxiliaries, process vessels, Special Provision: pressure vessels and penstocks. Bulk storage tanks Travel is paid only at the beginning and end of the job. and bolted steel tanks. Per Diem: All Districts 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 T Back to Table of Contents CARPENTERS Wage Benefit Zone Pay: $31.00 $13.57 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 6 CEMENT MASONS AND CONCRETE FINISHERS Wage Benefit Zone Pay: $22.85 $12.64 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: $27.91 $13.55 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: $28.70 $13.55 0-30 mi. free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+$5.50/hr. Air Doctor; Backhoe\Excavator\Shovel, up to and incl. 3 cu.yds; Bit Grinder; Bitunimous Paving Travel Plant; Boring Machine, Large; Broom, Self-Propelled; Concrete Travel Batcher; Concrete Float&Spreader; Concrete Bucket Dispatcher; Concrete Finish Machine; Concrete Conveyor; Distributor; Dozer, Rubber-Tired, Push, & Side Boom; Elevating Grader\Gradall; Field Equipment Serviceman; Front-End Loader, 1 cu. yd up to and incl. 5 cu. yds; Grade Setter; Heavy Duty Drills, All Types; Hoist\Tugger, All; Hydralift Forklifts & Similar; Industrial Locomotive; Motor Patrol (except finish); Mountain Skidder; Oiler, Cranes\Shovels; Pavement Breaker, EMSCO; Power Saw, Self-Propelled; Pugmill; Pumperete\Grout Machine; Punch Truck; Roller, other than Asphalt; Roller, Sheepsfoot(Self-Propelled); Roller, 25 tons and over; Ross Carrier; Rotomill, under 6 ft; Trenching Machine; Washing/Screening Plant T Back to Table of Contents } ) ► 7 CONSTRUCTION EQUIPMENT OPERATORS GROUP 3 Wage Benefit Zone Pay: $29.45 $13.55 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: $30.45 $13.55 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: $31.45 $13.55 0-30 mi. free zone >30-60 mi. base pay+$3.50/hr. ' .s%;roup includes but is not limited to: >60 mi. base pay+ $5.50/hr. ,i anes, 45 tons up to and incl. 74 tons. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 6 Wage Benefit Zone Pay: $32.45 $13.55 0-30 mi. free zone >30-60 mi. base pay+$3.50/hr. This group includes but is not limited to: >60 mi. base pay+$5.50/hr. Cranes, 75 tons up to and incl. 149 tons; Cranes, Whirley(All). T Back to Table of Contents g CONSTRUCTION EQUIPMENT OPERATORS GROUP 7 Wage Benefit Zone Pay: $33.45 $13.55 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. ? Back to Table of Contents CONSTRUCTION LABORERS GROUP 1/FLAG PERSON FOR TRAFFIC CONTROL Wage Benefit Zone Pay: $23.08 $10.94 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: $25.90 $10.94 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. q Back to Table of Contents 9 CONSTRUCTION LABORERS GROUP 3 Wage Benefit Zone Pay: $26.04 $10.94 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: $26.76 $10.94 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 $41.23 $16.88 0-30 mi. free zone Diving $82.46 $16.88 >30-60 mi. base pay+$4.00/hr. >60 mi. base pay+$6.00/hr. Depth Pay(Surface Diving) 0-20 ft. free zone >20-100 ft. $2.00 per ft. >100-150 ft. $3.00 per ft. >150-220 ft. $4.00 per ft. >220 ft. $5.00 per ft. Diving In Enclosures 0-25 ft. free zone >25-300 ft. $1.00 per ft. T Back to Table of Contents 10 DIVER TENDERS Wage Benefit Zone Pay: $40.23 $16.88 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. ?Back to Table of Contents DRYWALL APPLICATORS Wage Benefit Zone Pay: $31.00 $13.57 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 ELECTRICIANS Wage Benefit Travel: $34.08 $14.56 District 4 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 j Back to Table of Contents HEATING AND AIR CONDITIONING Wage Benefit Travel: $30.09 $18.83 0-50 mi. free zone >50 mi. Duties Include: 0 $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 t Back to Table of Contents 11 INSULATION WORKERS - MECHANICAL (HEAT AND FROST) Wage Benefit Travel: $37.77 $19.87 0-30 mi. free zone >30-40 mi. $25.00/day Duties Include: >40-50 mi. $35.00/day Insulate pipes, ductwork or other mechanical systems. >50-60 mi. $45.00/day >60 mi. $60.00/day plus ■ $0.56/mi. if transportation is not provided. ■ $0.20/mi. if in company vehicle. >60 mi. $90.00/day on jobs requiring an overnight stay plus ■ $0.56/mi. if transportation is not provided. ■ $0.20/mi. if in company vehicle. T Back to Table of Contents IRONWORKERS - STRUCTURAL STEEL AND REBAR PLACERS Wage Benefit Travel: $28.00 $26.40 0-45 mi. free zone >45-60 mi. $45.00/day Duties Include: >60-100 mi. $70.00/day Structural steel erection; assemble prefabricated metal >100 mi. $90.00/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 $16.45 No Free Zone $60.00/day Duties Include: All work on substations T Back to Table of Contents LINE CONSTRUCTION —GROUNDMAN Wage Benefit Travel: $27.36 $15.60 No Free Zone $60.00/day Duties Include: All work on substations T Back to Table of Contents 12 LINE CONSTRUCTION— LINEMAN Wage Benefit Travel: $45.74 $17.60 No Free Zone $60.00/day Duties Include: All work on substations T Back to Table of Contents I ) MILLWRIGHTS Wage Benefit Zone Pay: $34.00 $13.57 0-30 mi. free zone j >30-60 mi. base pay+$4.00/hr. >60 mi. base pay+$6.00/hr. T Back to Table of Contents PAINTERS Wage Benefit I Travel: $25.00 $0.00 No travel or per diem established. T Back to Table of Contents PILE BUCKS Wage Benefit Zone Pay: $31.00 $13.57 0-30 mi. free zone >30-60 mi. base pay+ $4.00/hr. Duties Include: >60 mi. base pay+$6.00/hr. Set up crane; set up hammer; weld tips on piles; set leads; insure piles are driven straight with the use of level or plum bob. Give direction to crane operator as to speed, and direction of swing. Cut piles to grade. j T Back to Table of Contents j j 13 1 PLUMBERS, PIPEFITTERS, AND STEAMFITTERS Wage Benefit Travel: $36.46 $18.71 0-70 free zone >70 mi. Duties Include: K On jobs when employees do not work Assemble, install, alter, and repair pipe-lines or pipe consecutive days: $0.55/mi. if employer doesn't systems that carry water, steam, air, other liquids or provide transportation. Not to exceed two trips. gases. Testing of piping systems, commissioning and retro-commissioning. Workers in this occupation may 0 On jobs when employees work any number of also install heating and cooling equipment and consecutive days: $100.00/day. mechanical control systems. T Back to Table of Contents SHEET METAL WORKERS Wage Benefit Travel: $30.09 $18.83 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 veyer systems, and exhaust systems. All lagging over insulation and all duct lining. Metal roofing. T Back to Table of Contents SOLAR PHOTOVOLTAIC INSTALLERS Wage Benefit Travel: $34.08 $14.91 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 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 $31.28 $9.37 >60 mi. base pay+ .$4.85/hr. Group 2: Special Provision: Combination Truck and Concrete Mixer and Transit Zone pay only applies to the Truck Driver Mixer; Dry Batch Trucks; Distributor Driver; Dumpman; classification. No zone pay was established for Dump Trucks and similar equipment; Dumpster; Flat Pilot Car Driver. Trucks; Lumber Carriers; Lowboys; Pickup; Powder Truck Driver; Power Boom; Serviceman; Service Truck/Fuel Truck/Ti reperson; Truck Mechanic; Trucks with Power Equipment;Warehouseman, Partsman, Cardex and Warehouse Expeditor; Water Trucks. 15 ) Intentionally Left Blank '1 Y } I j } APPENDIX A MISCELLANEOUS FORMS 1 ) ) ) } I Intentionally Left Blank i i NOTICE TO PROCEED TO: DATE: --- -- - PROJECT: a PROJECT NO: In accordance with the Agreement dated _ _ _, you are hereby notified to commence work no later than and you are to complete the work within-_ consecutive calendar days thereafter. The date of completion of all work is, therefore, OWNER: BY: SIGNATURE DATE PRINT OR TYPE NAME$� TITLE P�_= )t ACCEPTANCE OF NOTICE TO PROCEED Receipt of the above Notice to Proceed is hereby acknowledged this------day of --- ------ '--- CONTRACTOR: .•--.�r__�---- - .—_-__ -- J BY: SIGNATURE DATE PRINT OR TYPE NAME —�^TITLE l� 1 Notice to Proceed Page 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2011 I Intentionally Left Blank APPROVAL OF SUBCONTRACTORS PROJECT TITLE: __._.--------------------_ .�_ -- — --------- 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. MONTANA PUBLIC APPROXIMATE NAME AND ADDRESS CONTRACTOR'S TYPE OF WORK VALUE OF OF SUBCONTRACTOR 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): — PRINT OR TYPE NAME DATE SIGNATURE �Iu AIR Approval of Subcontractors 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2011 RMT Intentionally Left Blank SUBSTITUTION REQUEST FORM TO(Engineer): PROJECT NUMBER: PROJECT TITLE: We hereby submit for your consideration the following product instead of the specified item for the above project. pxm�mnxp*� SPECIFICATION SECTION: SPECIFIED ITEM: PROPOSED SUBSTITUTION: 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 instal ation. lag'.b.,ow.) 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 b tituUonhavaunotheriradou? . Differences p~9posed substitution and specified item? �'������������ �� '--'----------'uarantaaoofthepropooedendopeoi�ed items are: � Manufacturer's murerug \ unu u guarantees of^''- ,�-,--- and . . Same _Diffanent(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 El Accepted AsNoted ___-_- �� El Not Accepted F-1 Received Too Late ----- EWE gn -------------------- } oms ) FRINT OR TYPE NAME TITLE ----�TLE------ Anomsos: PRINT—TYPE NAME / msMxRma ) DATE: .' TELEPHONE: OWNER APPROVAL- BY., --6��--- SIGNATURE ' -- ) NT OR TYPE NAME TITLE Substitution Request Form Im1 ' noosn/rECcw&ASSOCIATES copyright~,~- 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 B 1 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. I SIGNED BY(Contractor): T_� —SIGNATURE PRINT OR TYPE NAME DATE I CHECKED BY(Engineer):_.. SIGNATURE PRINT OR TYPE NAME DATE I APPROVED BY(Owner): DATE SIGNATURE PRINT OR TYPE NAME l` Schedule of Values for Contract Payment 1 of 1 l ROBERT PECCIA&ASSOCIATES copyright©2015 1 Intentionally Left Blank ) APPLICATION AND CERTIFICATE FOR PAYMENT p Application No. Page I of 2 Period from: To: OWNER: CONTRACTOR: PROJECT: CONTRACT DATE: y ORIGINAL CONTRACT SUM } Change Order No. Change Order No, } Change Order No. Net Change by Change Orders % CONTRACT SUM TO DATE Amount Amount Less 1% Earned Retainage Earned Gross Estimate This Held This Less Receipts No. Estimate Estimate Retainage Tax Total i Totals: 7. Less Previous Certificates for Payment: Current Payment Due: J I� CONTRACTOR'S CERTIFICATE The undersigned Contactor certifies that the Work covered by this 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 p j By ENGINEER'S CERTIFICATE FOR PAYMENT This Application(with accompanying documentation)meets the requirements of the Contract Documents and payment ofthe above "Current Payment Dui'is recommended. p Dated: Robert Peccia and Associates. Engineer I By 1 APPLICATIONAND CERTIFICATE OF PAYNMgT l Page 1 or2 i CONTINUATION SHEET Page 2 of 2 Application and Certification for Payment,containing Application Contractors signed Certification is attached Date O l ) O ( ) O () ( ) ( () () O ( ) Total Amount Contract Previous Current Quantity Materials Less Earned %cumplc Item Contract Unit Contract Quantity Quantity Complete Total on Materials This to date No. Description ofNorh Quantity Price Price Requested Completed To Date Cost Site Installed Estimate Tr S 50.00 SO.00 $0.00 APPLICATION AND CERTIFICATE OF PAI Tff'T P.,.2 of 2 WORK DIRECTIVE CHANGE Instructions on Next Page PROJECT TITLE: PROJECT NO.: _ _,___.-_____.__.�_ ____-___,_._� _. CONTRACT DATE: OWNER: ENGINEER: — CONTRACTOR: -You are directed to proceed promptly with the following change(s): DESCRIPTION: _ F f PURPOSE OF WORK DIRECTIVE CHANGE: ATTACHMENTS: (List documents supporting change) 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 —_ _ -- -- ❑ 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 ROBERT PECCIA&ASSOCIATES copyright©2011 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 OI DETERMINING CHANGE, IF ANY, IN CONTRACT PRICE: Mark the method to be used in determinii,, ne final cost of Work involved and the net effect on the Contract Price. If the change involves an incrE in the Contract Price and the estimated amount is approached before the additional or changed ork is completed, another Work Directive Change must be issued to change the time or Contra( r may stop the changed Work when the estimated time is reached. If the Work Directive Change is not'' Ay to change the Contract Price, the space for estimated increase(decrease)should be marked "Not/ ,plicable". NiP- ,-♦OD OF DETERMINING CHANGE, IF ANY, IN CONTRACT TIME: Mark the method to be used in de ;rmining the change in Contract Time and the estimated increase or decrease in Contract Time. If the Inge involves an increase in the Contract Time and the estimated time is approached before additional changed Work is completed, another Work Directive Change must be issued to change the time or ;ontractor 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 ROBERT PECCIA&ASSOCIATES copyright©2011RM f f CHANGE ORDER No. i 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: j Reason for Change Order: Attachments: (List documents supporting change) i 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: (da s 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 D 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 QRDER FORM Page I of 2 1 1 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 Tunes, 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. �� • change only applies to price or to times, cross out the part of the tabulation that does not apply. CHANGE ORDER FORM Page 2 of 2 AFFIDAVIT ON BEHALF OF CONTRACTOR STATE OF: ):SS COUNTY OF: � PROJECT: PROJECT NUMBER: DATE: I certify to the best of my knowledge and belief that all work has been performed and materials supplied in strict conformance with the terms and conditions of the corresponding Contract Documents between the Owner, and the Contractor, dated for the Project, No. _ , and further declare that all bills for materials, supplies, utilities, and for all other things furnished or caused to be furnished by the above-named Contractor and used in the execution of the above Contract have been fully paid, and there are no unpaid claims or demands of State Agencies, subcontractors, materialmen, mechanics, laborers or any others resulting from or arising out of work done or ordered to be done by said Contractor under the above-identified Contract. In consideration of the prior and final payments made and all payments made for authorized changes,the Contractor releases and forever discharges the Owner from any and all obligations and liabilities arising by virtue of said Contract and authorized changes between the parties hereto, either verbal or in writing, and any and all claims and demands of every kind and character whatsoever against the Owner, arising out of or in any way relating to said Contract, and authorized changes.This Waiver includes any claim of lien as well as any and all claims under 40 U.S.C. §§270a-270d ("the Miller Act")or any state statute serving a substantially similar purpose, and releases and waives any and all claims to any private bond right. This statement is made for the purpose of inducing the Owner to make Final Payment under the terms of the Contract, relying on the truth and statements contained therein. The Contractor acknowledges others, including lenders, insurers, and the Engineer, will rely upon this instrument as a full and complete waiver and release of all claims in the normal course of their transactions. Dated this day of at Montana. CONTRACTOR: _ _ ___ .___._, __. - Subscribed and sworn to before me this day _ 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 ROBERT PECCIA&ASSOCIATES copyright©2011 RMT Intentionally Left Blank CONTRACTOR'S CERTIFICATE OF COMPLETION TO(Owner): DATE: PROJECT: _ PROJECT NO: ATTN(Engineer): _--- -- CONTRACT DATE: _ FROM(Contractor): This is to certify that I, _........ ____.____— _, am an authorized official of ,working in the capacity of and have been properly authorized by said firm or corporation to sign the following statements pertaining to the subject contract: I know of my own personal knowledge, and do hereby certify, that the work of the contract described above has been performed, and materials used and installed in every particular, in accordance with, and in conformity to, the Contract Plans and Specifications. 1 The contract work is now complete in all parts and requirements and ready for your substantial completion inspection. I understand that neither the determination of the Engineer that the work is complete nor the acceptance thereof by the Owner shall operate as a bar to claim against the Contractor under the terms of the guarantee provisions of the Contract Documents. ) CONTRACTOR: BY: SIGNATURE DATE PRINT OR TYPE NAME TITLE 41U AP Contractors Certificate of Completion 1 of 1 my ROBERT PECCIA&ASSOCIATES copyright©2011 RMN Intentionally Left Blank I ) ) CERTIFICATE OF SUBSTANTIAL COMPLETION TO(Owner): SUBSTANTIAL COMPLETION DATE: PROJECT: w_. _ CONTRACT DATE: PROJECT N0: 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: BY: ----- -- -- DATE SIGNATURE ) REMARKS:(include additional information if necessary) 1 Certificate of Substantial Completion 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2015 RMN 1 1 Intentionally Left Blank CONSENT OF SURETY COMPANY TO FINAL PAYMENT OWNER: ENGINEER: CONTRACTOR: SURETY: PROJECT: PROJECT NUMBER: _.. — CONTRACT DATE: 1 In accordance with the provisions of the contract between the Owner and the Contractor indicated above, the SURETY COMPANY, on bond of I — (here insert name of Surety Company) -- ------- —.� —.__ —.------ ----- — --- -- CONTRACTOR, (here insert name and address of Contractor) hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to OWNER, (here insert name and address of Owner) — — as set forth in the said Surety Company's bond. i IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of ) SURETY COMPANY: ' } � COMPANY NAME 1111 i ADDRESS i i 1 i (SEA(_) 3 i SIGNATURE OF AUTHORIZED REPRESENTATIVE ) i i TITLE DATE 1 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 my ROBERT PECCIA&ASSOCIATES copyright©2011 M Intentionally Left Blank Y ) ) APPENDIX B GEOTECHNICAL REPORT ) ) ) 1 Intentionally Left Blank i' jGEOTECHNICAL REPORT: 1 MANLEY ROAD ) ) From Griffis Drive ) North for 0.7-mile ) Bozeman, SIT ) ) ' March 2020 PREPARE 0 BY: ) ) ) Civil Clt tali t?ftfl (,L3C L�CtttllS c3�ill iti( etiilj Land `�tttb�yitl� 32 • Drive ,o . _ � . Intentionally Left Blank ) ) TABLE OF CONTENTS INTRODUCTION .............................................................................................................................................1 SITELOCATION ..............................................................................................................................................1 PROJECTIMPROVEMENTS.............................................................................................................................2 PROJECT FUNDING """""2 ............................................................................................................................. IMPROVEMENTHISTORY OF MANLEY ROAD................................................................................................2 AREA SOIL AND GROUNDWATER CONDITIONS ............................................................................................3 EXPLORATIONS,TESTING,AND SUBSURFACE CONDITIONS.........................................................................3 SubsurfaceExplorations ............................................................................................................................3 Laboratory Testing 4 Soiland Roadbed Conditions..................................................................................................................... GroundwaterConditions...........................................................................................................................8 POTENTIALCONSTRUCTION ISSUES....................:.........................................................................................8 PAVEMENT SECTION RECOMMENDATIONS..................................................................................................9 Pavement Section Materials, Placement,and Compaction ....................................................................11 OTHERRECOMMENDATIONS......................................................................................................................11 COSTSAVING MEASURES............................................................................................................................12 PRODUCTS...................................................................................................................................................14 } ) i 1 1 TABLE OF CONTENTS (cont.) SUPPLEMENTAL INFORMATION ❑ List Of Tables Table 1 — Lab Testing Results—Standard Proctors Table 2 — Summary of Soil Conditions in TP-1 through TP-11 Table 3 — Summary of Soil Conditions in BH-1 through BH-9 and BH-11 through BH-13 Table 4 — Pavement Section Design—Manley Road Table 5 — Pavement Section Design—Side Roads and Driveways Table 6 — Pavement Section Design—10-Foot,Asphalt Shared-Use Paths Table 7 — Product Reference Guide ❑ List Of Figures Figure 1 — Thickness of Asphalt Surfacing Figure 2 — Thickness of Salvageable Materials ❑ List Of Appendices Appendix A — Borehole Logs Appendix B — Test Pit Logs and Photos Appendix C — Area Soil and Groundwater Information Appendix D — Laboratory Testing Appendix E — Asphalt Pavement Section Design Appendix F — Products Appendix G — Limitations of your Geotechnical Report ii 1 Civil Engineering . Geotechnical Engineering Land Surveying 32 Discovery Drive A d 1 Bozeman,Montana 59718 ENGtNEERIN0.a � Ph: (406) 582-0221 i s�HVICss,ita Fax: (406) 582-5770 �EyErse Ytd��' ) March 16, 2020 Staci Venner Robert Peccia &Associates 3310 Valley Commons Dr.,Suite#4 Bozeman, MT 59718 Re: Final Geotechnical Report Manley Road — From Griffin Dr. North for 0.7-mile (+/-) — Bozeman, MT Dear Ms.Venner: This letter and attachments serve as our Final Geotechnical Report for the Manley Road Improvements project, located on the northeast side of Bozeman. This report summarizes the site's soil and ground- water conditions and composition of the existing roadbed, identifies the potential construction-related issues, presents pavement section recommendations for the mainline road, local side roads and drive- ways that connect to Manley Road, and the asphalt shared-use pathways, and offers recommendations for some cost saving measures that should be incorporated into the plans and specifications. All of this information has been previously provided throughout the design process. This formal report should be included in the Project Manual and made part of the Bidding and Construction Documents. Several attachments are provided as part of this report. These include exploration maps, borehole and test pit logs, test pit photos, area soil and groundwater information, laboratory testing data, pavement section design calculations, and manufacturer's sheets for subgrade separation/stabilization products that are recommended herein. This information is contained in appendices at the end of the report. For the purpose of this report, we have generally divided the project corridor length into the "north half" and the "south half". The approximate dividing line between these two areas is the north side of the roadway curve, located to the north of Map Brewing. Topics and discussions throughout this report will simply refer to the north half or south half of the project site. SITE LOCATION The project site is a 0.7-mile (+/-) section of Manley Road beginning at its intersection with Griffin Drive and extending northward to just past the northern boundary line of the Gallatin Park Subdivision. This is a City street that provides access to County parcels beyond the end of the project length. Besides the above-referenced commercial subdivision, this road provides access to a 5-lot residential subdivision off of Turtle Way, the future Bridger Vale Subdivision (now under construction), the Glen Lake Rotary Park (formerly the East Gallatin Recreation Area), Map Brewing, the recently platted Glen Lake Commerce Subdivision, and Mergenthaler Transfer&Storage (now called Mesa Moving and Storage). www.alliedengin6ering.com 1 Final Geotechnical Report Project: 18-024 Manley Road—Bozeman, MT March 16,2020 PROJECT IMPROVEMENTS The project will involve reconstructing Manley Road to a City collector street section both respect to width and pavement section thickness. The project will begin a short distance to the north of the Griffin Drive intersection. Note:The intersection/traffic signal work is currently under design and is not part of this project. Existing local side streets and driveways will be tied in and a new road approach will be built between the Mesa property and the Glen Lake Rotary Park. Along both sides of the road will be 10-wide, asphalt shared-use paths. Street lighting will run along the entire length of the corridor. In the south half of the site, on-street parking spaces will be added on both sides of the road. Storm drainage piping and improvements will be constructed in three general areas. In the north half of the south half, the piping will discharge to the existing Glen Lake Commerce Subdivision stormwater pond. In the south half of the north half,the piping will discharge to the new Manley Road stormwater pond. In addition to the pond work in this area (north of Turtle Way), the existing Glen Lake outlet channel will need to be re-routed around the pond site. In the north half of the north half, the piping will connect to CDS-type units and then be directly discharged to the existing roadside ditch. Besides the new storm drain piping, the only other major utility improvement will be the replacement of one of the dual 20" AC sewer mains. The section to be replaced generally extends between the two curves in Manley Road and will be upsized to a 36" pipe. PROJECT FUNDING The project is being funded almost entirely by a Special Improvements District (SID) that was created in February 2019. This district includes all of the properties along the project corridor that gain access via this road and are within the City limits. In addition to the commercial and residential properties, the district participants also include the Glen Lake Rotary Park (which is State-owned, but leased to the City) and the railroad. IMPROVEMENT HISTORY OF MANLEY ROAD Manley Road was first constructed as a County road many decades ago. The last major improvement to the section of Manley(that encompasses the current project corridor) was completed in 1999 and 2000. This work was triggered by the development of the Gallatin Park Subdivision. According to the as-built drawings, it appears that the existing roadbed of the old County road was left largely intact, but was widened in areas with a thick, 18-inch sub-base gravel section to create wider areas for use as bike lanes and shoulders. The plans suggest that the top of the new road cross section width was first scarified, 6- inches of base gravel was then added, and finally the entire road area was re-surfaced with 3 inches of asphalt. By all accounts,this is the last work that has been completed on the road, other than relatively minor maintenance by the City. Note: During our subsurface investigation of the road, we did not find a full 6-inches of base gravel in all areas as suggested by the as-builts. Rather, the base gravel appears to range from 3 to 6 inches. A field finding that does appear to corroborate with the 1999-2000 project plans is that the total gravel section 32 Discovery Drive.Bozeman,Montana 59718. Ph.(406)582-0221 .Fax:(406)582-5770.www.alliedengineering.com Page 2 Final Geotechnical Report Project: 18-024 Manley Road—Bozeman, MT March 16,2020 thickness (base and sub-base)was thicker on the outside edge of the road (which was explored with test pits) as opposed to the gravel thickness under the road (which was investigated with boreholes). All of our subsurface observations are documented in a later section of the report. AREA SOIL AND GROUNDWATER CONDITIONS The general project area is underlain by relatively shallow alluvial sandy gravel that is overlain by stiff silt/clay. Based on our understanding, Glen Lake is an old gravel borrow pit that has now filled with groundwater. Native gravel depth in the south half and middle of the road corridor is at typical depths of 2.5 to 3.5 feet. On the far northern part of the site, gravel was not encountered at the bottom our 3.5-foot deep explorations, but it is expected to be within a foot or two of this depth. No groundwater was observed within a depth of 6.0 feet,which is the deepest test pit that we dug along the road. In 2003, AESI performed the geotechnical work on Lot 1 of Minor Subdivision No. 154, located on the northwest corner of Manley Road and Griffin Drive. This area has recently been developed into the Glen Lake Commerce Subdivision. An excerpt of our geotechnical report is included in Appendix C. As part of this work, seven test pits were dug across the property in mid-February of 2003. All pits extended to depths of 12 to 15 feet and all hit shallow, native sandy gravel beginning at 1.5 to 2.5 feet. Groundwater was observed in three pits. In two pits on the southwest side, water was at 10 feet; and in a pit on the northwest side, it was at 14 feet. EXPLORATIONS,TESTING, AND SUBSURFACE CONDITIONS Subsurface Explorations Subsurface conditions were investigated across the project site in two phases in May 2018 (test pits) and November 2019 (boreholes). All of this fieldwork was conducted under the direction of Lee Evans, a professional geotechnical engineer with AESI. See Figure 1 and 2 (attached) for the surveyed locations of the explorations. Below is a summary of each of the phases. • Phase 1 Explorations: This work consisted of 9 test pits that were dug along the sides of the existing road and 2 pits that were dug a short distance off the road. These explorations, which are identified as TIP-1 through TP-11, extended to depths of 2.5 to 6.0 feet. The purpose of the pits located adjacent to the road was to "knife in" to the road section (perpendicular to the road alignment) and observe the roadbed and subgrade conditions. The two pits (TP-1 and TP-2)that were dug off the road allowed for deeper excavation and a better look at the underlying native sandy gravels. The issue with the test pits is that these only allowed for the viewing of the soil conditions along the edge of the road, which in many areas had been widened in 1999-2000 with a thicker gravel section than actually underlies the majority of the roadbed area. In all areas,we found thicker gravel sections in the test pits as opposed to the boreholes (in the road). • Phase 2 Explorations: This work consisted of 12 boreholes that were drilled in the center of the northbound lane of the existing road. These explorations, which are identified as BH-1 through 32 Discovery Drive.Bozeman,Montana 59718- Ph,(406)582-0221 .Fax:(406)582-5770.wwwai)iedengineering.com Page 3 Final Geotechnical Report Project: 18-024 Manley Road—Bozeman, MT March 16,2020 BH-9 and BH-11 through BH-13, extended to depths of 3.5 feet. Note: The planned drill location at BH-10 was eliminated. The purpose of the borings was to better investigate the roadbed and subgrade under the middle area of the road, which other than resurfacing with new base gravel and asphalt (as indicated on the as-built drawings) was most likely untouched during the 1999- 2000 road widening work. 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, pocket penetrometer readings, and standard penetration tests (blow counts) at 2.0-foot intervals. All borehole and test pit logs are included in Appendix A and Appendix B, respectively. Each log 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. To better illustrate the roadbed and subgrade conditions that were observed in the test pits, we have included some photos of the excavation sidewalls (for TP-1 though TH-10) and spoil piles (for TP-1 and TP-2) in Appendix B. Note: No photo was taken at the TP-11 location. All photos have been marked up to call out the soil layers and materials that are described on the logs. Laboratory Testing During our test pits, two composite samples of the native silt/clay were collected for standard proctor testing. Composite A (aka Composite X) was taken from the pits in the south half of the site, while Composite B (aka Composite Y) came from the pits in the north half. All lab testing was performed in accordance with standard ASTM procedures by Pioneer Technical Services. The proctor curves for these two samples can be found in Appendix D. Provided in Table 1 is a summary of the proctor data. Table 1. Lab Testing Results — Standard Proctors SAMPLE SAMPLE SAMPLE MAX. DRY OPTIMUM NO. LOCATION DEPTH SOILTYPE DENSITY MOISTURE Comp.A S1/2 of Site 1.5'-2.5' Native Silt/Clay 106.2 pcf 17.3 Comp. B N1/2 of Site 2.0'-3.0' Native Silt/Clay 103.1 pcf 18.5 Soil and Roadbed Conditions As expected, the native soils along the project corridor consist of a thin layer of topsoil that blankets an intermediate layer of silt/clay, which in turn overlies alluvial sandy gravel at relatively shallow depths. The silt/clay in the south half of the site is moist, but stiff to very stiff. In the north half, the silt/clay is more moist and consequently a little less stiff. The gravel depth in the south and middle parts of the site is 2.5 to 3.5 feet deep,while in the northern part it is more than likely 3.5 to 5.0 feet deep. 32 Discowry Drive . Bozeman,Montana 59718. Ph;(406)582-0221 ,Fax:(406)582-5770 .www.alliedenvineering.com Page 4 Final Geotechnical Report Project: 18-024 Manley Road-Bozeman, MT March 16,2020 Provided in Tables 2 and 3 is a summary of the soil conditions that were observed in the test pits and boreholes. These tables allow for a quick comparison of conditions between the exploration locations. For more details, please refer to the test pit and borehole logs in Appendix A and Appendix B. In the tables, the test pit or borehole location is listed as S1/2 of site or N1/2 of site. All test pit and borehole numbering starts on the south end of the site (TP-1 and BH-1) and increases in the northward direction toward the north end of the site (TP-11 and 131-1-13). For reference, TP-8 and BH-6 are located near the middle of the project corridor(directly north of Map Brewing). Following the tables is a presentation of Figure 1 and 2 along with a continued discussion that focuses on the existing roadbed and the expected subgrade conditions for the new road. The information in this section provides the highlights of what was learned during the geotechnical investigation. Table 2. Summary of Soil Conditions in TP-1 through TP-11 GRAVELLY NATIVE TP TP ASPHALT BASE SUB-BASE SILT/CLAY NATIVE SANDY # LOCATION GRAVEL GRAVEL FILL(?) SILT/CLAY GRAVEL 1 S1/2 of Site N/A N/A N/A N/A 1.5'-2.5' 2.5'-6.0' 2 S1/2 of Site N/A N/A N/A N/A 1.0'-2.0' 2.0'-6.0' 0.5'-0.83' 0.83'-1.17'(4") -------- 1.17'-1.33' 3.2'-3.5' 3 S1/2 of Site 0.0'-0.17' (2") 0.17' 0.5' (4") 1.33'-1.75' (5") 1.75'-3.2' 4 S1/2 of Site 0.0'-0.25' (3") 0.25'-0.5' (3") 0.5'-1.75' (15") -------- 1.75'-3.5' 3.5'-4.0' 5 S1/2 of Site 0.0'-0.25' (3") 0.25' -0.58' (4") 0.58'-1.67' (13") -------- 1.67'-3.2' 3.2'-4.0' 6 S1/2 of Site 0.0'-0.25' (3") 0.25'-0.75' (6") 0.75'-3.33' (3 1") -------- 3.33'-4.3' 4.3'-4.8' 7 S1/2 of Site 0.0' -0.25' (3") 0.25'-0.75' (6") 0.7S'-2.08' (16") -------- 2.08'-2.7' -------- 8 S1/2 of Site 0.0' -0.25' (3") 0.25'-0.75' (6") 0.75'-2.17' (17") -------- 2.17' -2.7' -------- 9 N1/2 of Site 0.0'-0.25' (3") 0.25'-0.75' (6") 0.75'-1.75' (12") -------- 1.75'-3.5' 3.5'-4.0' 10 N1/2 of Site 0.0'-0.25' (3") 0.25'-0.58' (4") 0.58'-2.5' (23") -------- 2.5'-3.5' 3.5'-4.0' 11 N1/2 of Site 0.0'-0.25' (3") 1 0.25' -0.5' (3") -------- 0.5'-3.0' 3.0' -4.0' -------- Notes: 1) All soil measurements are depths below existing ground. 2) TP-1 and TP-2 were dug well off the west side of the road. 3) The upper soils in TP-1 were 0.0'-1.0'of random surface fill and 1.0'-1.5'of buried topsoil. 4) The upper soils in TP-2 were 0.0'-0.4'of random surface fill and 0.4'-1.0'of buried topsoil. 5) TP-3 through TP-8 were dug along west side of road;and TP-9 through TP-11 were dug along east side of road. 6) The base course gravel in all TPs consists for 1.5"-minus"clean"roadmix gravel. 7) The sub-base course gravel in all TPs(except TP-3)consists for 6"-minus pitrun gravel. In TP-3,it is 3"-minus. 8) The sub-base gravels in TP-3 are interbedded with two thin layers of silt/clay from 0.5'-0.83'and 0.17'-1.33'. 9) The sub-base gravels in TP-3,TP-4,TP-6,TP-7,and TP-8 consist of"clean"pitrun gravel. 10) The sub-base gravels in TP-5,TP-9,and TP-10 consist of pretty"dirty"pitrun gravel w/intermixed silt/clay. 11) No sub-base gravel found in TP-11. Base course gravel is underlain by gravelly silt/clay(native or fill?). 32 Discovery Drive. Bozeman,Montana 59713. Ph:(406)582-0221 .Fax:(406)582-5770 .wv"valliedengineering.com Page 5 Final Geotechnical Report Project: 18-024 Manley Road-Bozeman, MT March 16,2020 Table 3. Summary of Soil Conditions in BH-1 through BH-9 and BH-11 through BH-13 BH BH GRAVEL SECTION GRAVELLY NATIVE NATIVE # LOCATION ASPHALT MATERIALS SILT/CLAY SILT/CLAY SANDY (FILL?) GRAVEL 1 S1/2 of Site 0.0'-0.29' (3.5") 0.29'-2.0' (20.5") 2.0'-3.5' -------- -------- 2 S1/2 of Site 0.0'-0.29' (3.5") 0.29'-1.3'(11.5") 1.3'-2.0' 2.0'-3.5' -------- 3 S1/2 of Site 0.0'-0.25' (3") 0.25'-1.3'(12") 1.3'-2.6' -------- 2.6'-3.5' 4 51/2 of Site 0.0'-0.21' (2.5") 0.21'-1.5'(15.5") 1.5'-3.5' ------ -------- 5 S1/2 of Site 0.0'-0.25' (3") 0.25'-1.2'(11") -------- 1.2'-3.0' 3.0'-3.5' 6 S1/2 of Site 0.0'-0.25' (3") 0.25'-1.3'(12") -------- 1.3-3.5' -------- 7 N1/2 of Site 0.0'-0.25'(3") 0.25'-1.0'(9") --------- 1.0'-3.5' --------- 8 N1/2 of Site 0.0'-0.21' (2.5") 0.21'-1.3' (12.5") 1.3'-2.0' 2.0'-3.5' -------- 9 N1/2 of Site 0.0'-0.25' (3") 0.25'-0.5' (3") 0.5'-1.0' 1.0'-3.5' -------- 11 N1/2 of Site 0.0'-0.25' (3") 0.25'-1.3'(12") -------- 1.3'-3.5' -------- 12 N1/2 of Site 0.0'-0.25' (3") 0.25'-1.5'(15") -------- 1.5'-3.5' -------- 13 N1/2 of Site 1 0.0'-0.29' (3.5") 1 0.29'-1.3'(11.5") -------- 1.5'-3.5' -------- Notes: 1) All soil measurements are depths below existing ground. 2) it is impossible to differentiate between base gravel and sub-base gravel during the drilling of a borehole. 3) Therefore,these materials were grouped together as"gravel section materials". 4) Most likely,the thickness of the base course layer is 3 to 6 inches. The remaining gravel thickness is sub-base. 5) The base course gravel in all BHs appears to consist for 1.5"-minus"clean"roadmix gravel. 6) The sub-base course gravel in all BHs appears to consist for 2"to 3"-minus"clean"pitrun gravel. 7) The gravelly silt/clay(native or fill?)contains more gravels than native silt/clay,which contains pebbles. See Figure 1 for a site map that shows all the test pit and borehole locations, along with the thickness of the existing asphalt surfacing that was observed at each. This figure (and Figure 2 which is described below) provide an overall snapshot of the specific conditions across the entire site on one single image. See Figure 2 for a site map that shows all the test pit and borehole locations, along with the combined thickness of the existing asphalt, base gravel, and sub-base gravel that was observed at each. These materials are identified as salvageable materials that can be stripped and re-used as part of the sub-base component of the new pavement sections. Only relatively clean materials meeting MPW specifications are acceptable for re-use as salvaged materials. Provided below is a summary of existing roadbed conditions and expected subgrade soils for the new pavement section improvements: • The thickness of asphalt surfacing ranges from 2 to 3.5 inches with an average of 3 inches. • Base course gravel was found in all explorations and ranged from 3 to 6 inches in thickness. 32 Discovery Drive . Bozeman,Montana 59718. Ph.-(406)582-0221 .Fax-(406)582-5770.wwwaliiedengineerine.corn Page 6 Final Geotechnical Report Project: 18-024 Manley Road—Bozeman, MT March 16,2020 • The base course gravel consists of 1.5"-minus "clean" roadmix gravel. • Sub-base course gravel was found in all explorations, except for TP-11 and BH-9. At both of these locations, which happen to lie very near to one another, a thin 3-inch layer of base course gravel was found to directly overlie gravelly silt/clay subgrade soils. • The sub-base gravels observed in the test pits (along the sides of the road) consists of 6"-minus pitrun gravel whereas the sub-base gravels observed in the boreholes (in the center of the northbound lane) appears to consist of a smaller 2 to 3"-minus pitrun gravel. • The sub-base gravel that was exposed along the road was placed during the 1999-2000 widening work and ranges from 12 to 31 inches in thickness (with most areas being 12 to 17 inches thick), while the sub-base gravel underlying the main portion of the road is part of the old County road section and ranges from 6 to 18 inches(with most areas being 6 to 9 inches thick). • The 6"-minus sub-base in the test pits consisted of"clean" pitrun in some of the explorations, while in others it was a pretty "dirty" pitrun gravel with some intermixed silt/clay. Based on the drill cuttings,the 2"to 3"-minus sub-base in the boreholes appeared to be a clean material. • The subgrade soils (below the gravel section materials) are at a shallower depth throughout most of the existing roadbed area as opposed to the sides of the road,which were widened with a thicker pavement section. The depth to the subgrade soils in the boreholes was generally 1.2 to 1.5 feet (below EG) in most areas, while in the test pits the subgrade was found to be deeper at 1.5 to 2.5 feet in most areas. • Depending on the location, the subgrade soils consist of gravelly silt/clay (which could be native or fill?)or native silt/clay with pebbles and less gravels. • The silt/clay subgrade soils are moist, but stiff to very stiff, in the south half of the site. In the north half,they are more moist and consequently a little less stiff(medium stiff to stiff). • The depth to native sandy gravel in south half of the site is generally 2.5 to 3.5 feet (below EG). • In the north half of the site, native sandy gravel was found at 3.5 feet (below EG) in a couple of locations; but was deeper in most areas. Most likely, the depth to gravel is on the order of 3.5 to 5.0 feet under this section of the road. • Based on the native sandy gravel depth throughout much of the project corridor (>2.5 feet), we do not expect that the native gravel will provide the subgrade support for the new pavement section improvements in most areas (other than possibly in some areas in the south half). • Rather, most of the subgrade support throughout the project corridor length will be provided by the gravelly silt/clay or native silt/clay. 32 discovery Drive. Bozeman,Montana 59718.Ph.(406)582-0221 . Fax-(406)582-5770 .wwwatliedengineering.com Page 7 Final Geotechnical Report Project: 18-024 Manley Road—Bozeman, MT March 16,2020 Groundwater Conditions All of our 2018 and 2019 explorations extended to depths of 3.5 to 6.0 feet. No groundwater was observed in any of the 11 test pits or 12 boreholes. In February 2003, we dug seven deep test pits on the adjacent property located on the southwest side of the project site that was developed into the Glen Lake Commerce Subdivision. All seven of these pits extended to depths of 12 to 15 feet. Most pits were dry; however,the three pits on the west side of the property (nearest the railroad) encountered some groundwater. In the southwest and west-central pit, the water was found at 10 feet,while in the northwest pit it was deeper at 14 feet. POTENTIAL CONSTRUCTION ISSUES The site conditions are pretty typical for the Bozeman area and should not present too many challenges during construction. The four, potential geotechnical-related issues that we foresee include: • Groundwater Dewatering during Sewer Replacement: Based on the groundwater depth,this will not be an issue during road construction. Depending on the time of year, the deep trench excavation for the sewer main replacement may encounter some groundwater, especially in northwest part near the railroad tracks. In order to complete this work, some temporary dewatering may be required. • Overly Moist and Less Stiff Subgrade Soils: Most of the silt/clay subgrade soils in the south and middle parts of the project site are expected to be moist, but in a stiff to very stiff condition. As a result, we do not expect too many subgrade issues in these areas. In the north part of the site, the silt/clay soils were found be more moist and less stiff (medium stiff to stiff). During the subgrade preparation in this area, these soils may need to scarified, worked/re-worked, and allowed to dry such that they can be compacted to a hard and unyielding subgrade condition. The design pavement sections for all improvement areas require that all subgrade be stable. • TVpe 2 Bedding under Storm Drain Culvert: A portion of the existing roadside ditch will be culverted in the northeast part of the project site (adjacent to the Bridger Vale property). The existing ditch contains flowing water and wetland conditions. If native gravels are encountered at the bottom of the culvert excavation, then the bedding gravel can be placed on these soils. However, if soft wetland soils are present, then a Type 2 bedding section will be required to support the culvert. This material may need to be 1.0 to 2.0 feet thick (as conditions warrant) and underlain by an 8 oz. medium-weight, non-woven geotextile fabric (Mirafi 180N or equal). No fabric is necessary where the Type 2 bedding bears on native sandy gravel. • Muck Excavation/Replacement in Wetland Fill Areas: North of Turtle Way on the east side of the road, the road embankment section will be widened to accommodate a boulevard and the 10-foot, asphalt shared-use path. Most of this new fill area is a wetland environment and likely is underlain by some thickness of soft/wet soils. New embankment fill shall only be placed over 32 Discovery Drive. Bozeman,Montana 59718. Ph:(406)582-0221 .Fax:(406)582-5770.mmailiedengineerine.com Page 8 Final Geotechnical Report Project: 18-024 Manley Road—Bozeman, MT March 16,2020 stable subgrade soils to reduce settlement potential and to permit proper compaction of the fill materials. This area will most likely require some muck excavation and granular structural fill replacement (to build a stable platform) before embankment fill can be placed. We recommend assuming 2.0 feet of over-excavation. If the soils at the bottom of the excavation are not native gravel, the area should first be covered with an 8 oz. medium-weight, non-woven geotextile fabric (Mirafi 180N or equal) before placing and compacting the 6"-minus sub-base pitrun gravel replacement material. PAVEMENT SECTION RECOMMENDATIONS Provided in Tables 4, 5, and 6 (on the following pages) are our pavement section recommendations for Manley Road, the local side roads/driveways (that tie into Manley), and the 10-foot asphalt shared-use paths (on both sides of Manley). See Appendix E for our design calculations for the road components of the project. These designs are based on the silt/clay subgrade conditions and a conservative estimate for ESAL loading. The pavement section for the share-use path matches the typical section in the 2017 CoB Modifications to the Montana Public Works Standard Specifications (MPWSS). Provided below is a design summary for the two road sections. • Manley Road: If the 28-inch design section that is shown in Table 4 is unreinforced and under- lain by a 315 lb. woven geotextile separation fabric (which is a standard road fabric), the design ESALs will be 550,000 ESALs. This should be a satisfactory ESAL design estimate for a collector street in the City. i Given the site's silt/clay subgrade conditions, the possibility some of these soils will be moister and less stiff (in the north half of the site), and the re-use of salvaged materials as part of the sub-base, we recommend designing and bidding the project with a high strength geosynthetic (Mirafi RS580i) in lieu of the 315 lb.woven fabric. This product will provide subgrade separation and stabilization. Based on Mirafi software, the incorporation of Mirafi RS580i will increase the design ESALs to >3.8 million and hence extend the design life of the road improvement. The only approved equal to the Mirafi RS580i is Tensar TX-5 triaxial geogrid that in turn is underlain by an 8 oz. medium weight, non-woven geotextile fabric (Mirafi 180N or approved equal). Based on Tensar software, the Tensar TX-5 will also increase the design ESALs to >3.5 million. The design reports for the Mirafi and Tensar software analyses are included in Appendix E. • Side Roads and Driveways: If the 24-inch design section that is shown in Table 5 is unreinforced and underlain by a 315 lb. woven geotextile separation fabric (which is a standard road fabric), the design ESALs will be 150,000 ESALs. This should be a satisfactory ESAL design estimate for a local street in the City. For the same reasons that are presented above in the Manley Road discussion, we recommend designing and bidding the project with a high strength geosynthetic (Mirafi RS580i) in lieu of the 315 lb. woven fabric. As stated above, the only approved equal to the Mirafi RS580i is Tensar TX-5 triaxial geogrid that in turn is underlain by an 8 oz. medium weight, non-woven geotextile I 32 Discovery Drive . Bozeman,Montana 59718 . Ph-.(406)582-0221 .Fax:(406)582-5770.wwwaliiedengineering.corn Page 9 1 1 Final Geotechnical Report Project: 18-024 Manley Road—Bozeman, MT March 16,2020 fabric (Mirafi 180N or approved equal). By incorporating either the Mirafi RS580i or Tensar TX-5 geogrid,the design ESALs will jump to well over 500,000. In our opinion, it makes sense that the separation/stabilization product used under the side roads/driveways matches what is used under Manley. Mirafi or Tensar design reports are not included in Appendix E for this analysis. Table 4. Pavement Section Design — Manley Road COMPONENT COMPACTED THICKNESS(IN) Asphalt Concrete: 4 (2-2" lifts) Base Course — New 1.5"-Minus Crushed (road mix)Gravel: 6 Sub-Base Course — New 6"-Minus Uncrushed Sandy(pitrun)Gravel 18 (or Salvaged Roadbed Materials that Supplement the Imported Pitrun): Mirafi RS580i High Strength Geosynthetic Yes(for silt/clay,gravelly silt/clay, (or Tensar TX-5 Triaxial Geogrid underlain by 8 oz. Non-Woven Fabric): or"dirty"gravel subgrade conditions) Stable Subgrade Soils (Less Topsoil): Compacted to 95% TOTAL SECTION DESIGN THICKNESS: 28 Notes: 1) This design section requires stable subgrade soil conditions. Most areas of the site are expected to be stable. 2) The most problematic subgrade(moister/less stiff silt/clay)will likely exist in the north half of the project site. 3) Subgrade soils should be re-compacted and proof-rolled to confirm stability. 4) If subgrade ruts and deflects when proof-rolled with loaded truck,then the subgrade is unstable. 5) If unstable conditions exist,the subgrade must first be scarified,worked/re-worked as needed,and allowed to dry. 6) Sub-excavation and replacement of soft Subgrade shall only be undertaken at the direction of the Engineer. 7) Mirafi RS580i high strength geosynthetic is the design separation/stabilization product. 8) Mirafi RS580i shall be placed over all subgrade soil conditions(other than"clean"native sandy gravel) 9) In lieu of Mirafi RS580i,an approved equal is Tensar TX-5 triaxial geogrid underlain by 8 oz.non-woven fabric. 10)Existing roadbed materials can be stripped,salvaged,and re-used as part of the imported sub-base gravel section. 11)These materials can consist of a well-mixed blend of asphalt,base gravel,and relatively clean sub-base gravel. 12)The base course gravel section must be entirely comprised of new,imported materials. Table 5. Pavement Section Design — Side Roads and Driveways COMPONENT COMPACTED THICKNESS(IN) Asphalt Concrete: 3 Base Course — New 1.5"-Minus Crushed (road mix)Gravel: 6 Sub-Base Course — New 6"-Minus Uncrushed Sandy(pitrun)Gravel 15 (or Salvaged Roadbed Materials that Supplement the Imported Pitrun): Mirafi RS580i High Strength Geosynthetic Yes(for silt/clay,gravelly silt/clay, (or Tensar TX-5 Triaxial Geogrid underlain by 8 oz. Non-Woven Fabric): or"dirty"gravel subgrade conditions) Stable Subgrade Soils (Less Topsoil): Compacted to 95% TOTAL SECTION DESIGN THICKNESS: 24 Notes: 1) See notes 1-12 under Table 4. All of these apply to Table 5 as well. 32 Discovery Drive. Bozeman,Montana 59718. Ph.(406)582-02ZI .Fax:(406)582-5770 .www.ailiedengineering.com Page 10 Final Geotechnical Report Project: 18-024 Manley Road—Bozeman, MT March 16,2020 Table 6. Pavement Section Design — 10-Foot,Asphalt Shared-Use Paths COMPONENT COMPACTED THICKNESS(IN) Asphalt Concrete: 2.5 Base Course — New 1.5"-Minus Crushed (road mix)Gravel: 9 Sub-Base Course — New 6"-Minus Uncrushed Sandy(pitrun)Gravel (or Salvaged Roadbed Materials That Supplement the Imported Pitrun): Yes(for silt/clay,gravelly silt/clay, 315 lb.Woven Geotextile Fabric (Mirafi 600X or Approved Equal) or"dirty"gravel subgrade conditions) Stable Subgrade Soils (Less Topsoil): Compacted to 95% TOTAL SECTION DESIGN THICKNESS: 11.5 Notes: 1) See notes 1—6 under Table 4. All of these apply to Table 6 as well. 2) A 315 lb.woven geotextile fabric is the design separation product(Mirafi 60OX or approved equal). 3) The 315 lb.woven fabric shall be placed over all subgrade soil conditions(other than"clean"native sandy gravel) 4) No sub-base gravel section is required under the asphalt share-use paths(per City standards). 5) The base course gravel section must be entirely comprised of new,imported materials. 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. Note: As discussed throughout this report and again in more detail later in this report, a portion of the design 18-inch and 15-inch sub-base gravel sections for Manley Road and the side roads/driveways will consist of salvaged roadbed materials. The re-use of these on-site materials is being recommended as a cost saving measure and construction expedient. I OTHER RECOMMENDATIONS Provided below are two other recommendations for this project. A detailed discussion on the products that we recommend for subgrade separation and stabilization is included at the end of the report. } Sewer Main eackfill: All trench backfill for the sewer main replacement (even in Manley Road) can consist of properly compacted native soils. Due to the 28-inch reinforced pavement section 32 Discovery Drive .Bozeman,Montana 59718. Ph:(406)582-0221 .Fax:(406)582-5770.wwwalliedengineering.cotn Page 11 1 Final Geotechnical Report Project: 18-024 Manley Road—Bozeman, MT March 16,2020 thickness that is recommended, there is no reason to backfill this trench with special materials such as 6-minus pitrun gravel or flowable fill. In addition to trench compaction operations, the upper part of the backfill will be additionally compacted during subgrade preparation. • Subgrode Sub-Excavation and Replacement: There should be a bid item for this work in case it is found to be needed. If overly moist or soft subgrade conditions are found to exist, the subgrade must first be scarified, worked/re-worked, and allowed to air dry. If this does not rectify the situation, then the Engineer may direct sub-excavation and replacement. We do not anticipate widespread unstable subgrade conditions. The area with the biggest potential for problematic subgrade is in the north half of the site. A detail shall be included on the plans that calls out a minimum 12-inch depth for sub-excavation that is covered with 315 lb. woven geotextile fabric and re-filled with 6"-minus pitrun gravel. Due to the expected sporadic locations that any sub- excavation may be needed, the road geosynthetic (Mirafi RS580i) or share-use path geotextile (Mirafi 600X) located at the top of subgrade shall be placed prior to the gravel section materials. COST SAVING MEASURES There are two possible cost saving measures that we foresee on this project. These include re-using salvaged roadbed materials as part of the new sub-base gravel sections and possibly dropping back to a 315 lb. woven geotextile fabric (in lieu of the Mirafi RS580i high strength geosynthetic) in the design pavement sections for Manley Road and the side roads/driveways (if the bid costs come in too high). Each of these is discussed below. • Re-Use of Salvaged Materials as Part of the Sub-Base Section: The existing roadbed is comprised of 3 inches of asphalt (on average), 3 to 6 inches of 1.5"-minus base gravel, and 6 to 17 inches of 2" to 6"-minus sub-base gravel in most areas (depending on the location). Based on all of the explorations, at least 12 inches of these existing roadbed materials should be able be stripped, salvaged, and re-used as part of the imported, sub-base pitrun section. There may be many areas across the site where more than 12 inches of salvageable materials can be easily saved. By definition, the salvageable material can consist of existing asphalt, base gravel, and relatively "clean" sub-base gravel that meets MPW specifications. There are two main cost benefits to salvaging most of the re-usable roadbed materials. First, this will reduce the amount of excavated spoils that will need to be hauled off the site. Second, by re-using the salvageable materials as part of the sub-base,this will reduce the amount of new 6"-minus pitrun that must be imported. The other benefit of this salvaging activity is that it may allow for a faster rate of road reconstruction, which will be important since the project must be built under through-traffic conditions and site access to adjacent properties must be maintained (unless a side road or driveway is temporarily shut down and coordinated). In our opinion, a key to preparing and re-using the existing roadbed materials is to pulverize the existing asphalt surface (with a highway reclaimer or rototiller-type attachment) and mix/blend the asphalt millings with the underlying base and sub-base gravel to a depth of 9 to 12 inches. 32 Discovery Drive. Bozernan,Montana 59718. Ph:(406)582-0221 .Fax:(406)582-5770.wwwailieciengineering.com Page 12 Final Geotechnical Report Project: 18-024 Manley Road—Bozeman, MT March 16,2020 j D By doing so in this manner,the ground-up roadbed materials can stay on top of the roadbed and be used as a "graveled road top" for construction traffic control until road excavation occurs in that area. At this time, the salvageable materials, which would already be well mixed and have a >50% gravel / <50% asphalt blend, can be stripped and re-used in the subgrade excavation areas that are prepared. At a minimum, the salvageable materials shall have a 50/50 mix of gravel and asphalt millings. A ratio of>50%asphalt to<50%gravel is unacceptable. We recommend including three bid items for this work (or at a minimum presenting this as an available option for contractor consideration in a special provision). These include: 1 ❑ Pulverization of Ex. Asphalt: This is a square yardage (SY) quantity. It should be calculated by taking road length x ex. asphalt width. ❑ Strip/Salvage Ex Roadbed Materials (Asphalt, Base, Sub-Base): This is an in-place, neat line, cubic yardage (CY) quantity. It should be calculated by taking road length x ex. asphalt width x and an estimated 12-inch stripping depth. We believe 12 inches is a conservative estimated depth for salvageable materials that can be recovered (based on the explorations). There is a good chance that a greater thickness of materials could be } stripped and saved in many areas. } ❑ Sub-Base (Salvaged Roadbed Materials): This is an in-place, neat line, cubic yardage (CY) quantity that matches the strip/salvage quantity. There is no reason to assume any shrink since the existing roadbed materials prior to pulverization/blending are in-place and compacted (just like they will be following the placement/compaction as sub-base). The total Sub-Base quantity for the project shall be reduced by the Sub-Base (Salvaged i Roadbed Materials) quantity to arrive at the Sub-Base (New Imported 6"-Minus Gravel) quantity that is required. • Using 315 lb. Woven Fabric in the Pavement Sections in Lieu of Mirafi RS580i Geosynthetic: The Mirafi RS580i high strength geosynthetic that is recommended in the design pavement sections for Manley Road and the local side roads/driveways is a more expensive product than standard 315 Ib. woven geotextile fabric (Mirafi 60OX or approved equal), but it does have a couple of big advantages. First, it provides for subgrade stabilization and can be used in situations where the subgrade is moderately unstable (minor deflection and rutting). Second, the incorporation of the geosynthetic dramatically increases the ESAL capacity of the road (from 550,000 to >3.8 million) and consequently will extend its design life well beyond the 20-year design minimum. We recommend designing and bidding the project with the Mirafi RS580i due to the simple fact that the end product will be a better-built road. A separate bid item shall be included for a 315 lb. woven geotextile fabric, which is what is specified in the pavement section design for the asphalt shared-use paths, such that a cost can be obtained during bidding. If project costs come in too high, one way to likely reduce the cost it to eliminate the RS580i geosynthetic and replace it with a standard 315 lb. woven road fabric. D 32 Discovery Drive. Bozeman,Montana 59718.Ph (406)S82-0221 . Fax:(406)582-S770.www.alliedengineering.com Page 13 1 Final Geotechnical Report Project: 18-024 Manley Road—Bozeman, MT March 16, 2020 PRODUCTS Provided in Table 7 is a reference guide for all products (other than asphalt and gravel materials) 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 F. These specified products or "approved equals" are available at either Core & Main (formerly HD Supply Waterworks) or HD Fowler in Belgrade, Brock White in Bozeman, or True- North Steel in Billings. Table Z Product Reference Guide PRODUCT USE SOURCE PHONE Mirafi RSS80i Geosynthetic Subgrade Separation/Stabilization Core&Main—Belgrade 388-5980 Mirafi 60OX Woven Fabric Subgrade Separation Multiple Sources—Bzn/Blgd N/A Mirafi 18ON Non-Woven Fabric Subgrade Separation Multiple Sources—Bzn/Blgd N/A Tensar TX-5 Triaxial Geogrid Subgrade Separation/Stabilization Core&Main—Belgrade 388-5980 Notes: 1) Mirafi RS580i geosynthetic shall be used in the pavement sections for Manley Road and the side roads/driveways. 2) The one approved equal for Mirafi RS580i is Tensar-rx-5 triaxial geogrid underlain by an 8 oz.non-woven fabric. 3) Mirafi 60OX woven fabric is a 315 lb.woven fabric. 4) Use Mirafi 60OX(or approved equal)in the pavement section for shared-use paths&for subgrade sub-excavation. 5) Mirafi 18ON non-woven fabric is an 8 oz.medium weight,non-woven fabric. 6) Use Mirafi 18ON(or approved equal)below Type 2 bedding,in muck excavation areas,and underTensar geogrid. If you have any questions or comments about the content or recommendations presented in this report, please give me a call at 406-582-0221. Sincerely, .• flNTAIV Allied Engineering Services, Inc. •" �' LEE SCOTT � . EVAPJS Lee S. Evans, PE -^ 1442QPE ,W Geotechnical Engineer �•�,,N• 3�t� Lt� `� NSvO' atch: Figure 1 — Thickness of Asphalt Surfacing Figure 2 — Thickness of Salvageable Materials Appendix A — Borehole Logs Appendix B — Test Pit Logs and Photos Appendix C — Area Soil and Groundwater Information Appendix D — Laboratory Testing Appendix E — Asphalt Pavement Section Design Appendix F — Products Appendix G — Limitations of your Geotechnical Report P:\2018\18 024 Manley Road SID and Design\Design\Geotecii\Report\Text\18-024 Nianley Road 6eolech Report-03-16.20 32 Discovery Drive . Bozeman.Montana 59718 . Ph:(406)582-0221 .Fax:(406)582•ST70.www,.alliedeni,3in"ring.com Page 14 i r ) ) 1 LIST OF FIGURES Figure 1 Thickness of Asphalt Surfacing Figure 2 — Thickness of Salvageable. Materials } } l 1 1 ) i 1 1 Intentionally Left Blank I yea-4:n s�=n v.:wre:nw n.nr-�,:+�•o--:v.-a.,mc:r.:...a.•.a-e.�vur�-.•sr-r�o 1AIYQ HIrLIIX`J 7.SYH r e 1 N co rnr c W 2 -.. N. Nj � - ❑ c-jtj O 7 i; QNOH 39HOH NOHI ^:3 rf:LT CL aAMCI i JffiF'd AVA1 a-MdCIS Camn N w Ln j F + d, 1 _ w ❑ m +.�'• �F- w / x F� o im z z o ;'. Z mN0 Oua. uQ. m=O m <w x Nx J >J 3AIHO - >z If Oaw Z xH�'a\'ILVZ INO I i z<<o m oN za ` z=WW A r LL ac, OLL 0 Fo � 1 m wWOwoo o0 > m HY _ - w mz Do a =� a2 '=3w0 adz OF Hrz -mox F m`3 F 3 } C _ aF- omam 00 OJ W ZF-Ii W T T a m h '_ 4 rvom 0E-o ZO = M. Cu o 1 ra.z-:z«x.a. v.m-.�nw:•n�K•>w,�w.:.e-m mes::a z..v..zo-.�vn:\�ro•ov-.•>\o N cqi SiT' i•^ = a. anuatl[x`J.uea CL fq �.._.-W yQOOW O WO i._ - G%C - -.W lll, Zj WJQmRp - cWZ .2l T•- t �.. N O y a�g F=-a O NF ,C CuN mr - C''. ��((Z LL N W O N - =.f.ta. W cj zom.¢zmYa t� Z O N�W N U¢ O W QNZaZa�W 2= N: _ e ry0 �QFwUp O� I - ¢ y Y U o a.' QVOK3SaOH NOHI F„m Ni H N N W m Z 5 W1 W�>�a 0 p i to JWGF_FaNF0 k5 S Q W Q 00L W Nwym I 'Cfid. m O o Z F W O 6woo m m¢N;Z¢LLNaj m CI] t T x N U'N W U'V(o9NazLL • R� t aARIa pa. W a 1�' a W d avnla�ians ' mil. ':t ~ 00 7 �. a m w m N ` CL p,l: _ _ f 91 _ . H 1DI a 3 r 6 _ e A �C W a m WLU N w I W v W ¢U J JFi 00. tD Wm WH yoJ K K y N �=�wo zz 412 c� r co �omz mo c� }J G.WJ i mi € SE��r' ~xZ aZ Wm Wm - m w'-WO YEN Iw LUQ o a'W W W - { �mmm ~u� N6 �¢ x € YL fVa\LaLFa'1'l— >z 0 Q w z J N J o Z m 0 o m e O Z N Opp J2 QHN � R. O As-0 IF W= LL Z ZOO W OJ J O' er owzw �w� a �x oy IwFwz o�� xv av N WNoz° Q m 3 F 3 a- JaF~oN¢ f 00 0� 1=a m1L 0 W Z I-1Lw r r NWY0p Wz SfT w 9mJ��00 0^ N i UST OF APPENDICES Appendix A — Borehole Logs Appendix B Test Pit Logs and Photos Appendix C — Area Soil and Groundwater Information Appendix D — Laboratory Testing Appendix E — Asphalt Pavement Section Design Appendix F — Products. Appendix G — Limitations of your Geotechnical Report Intentionally Left Blank i I I I 1 1 P) iq\ �? V ) Borehole Logs ❑ Explanation of Soil Classification Nomenclature l ❑ 12 Borehole Logs (BH-1—BH--9,. and BH-11—BH-13) ❑ Note The BH-10 location was not drilled. 9 i a 1 r Intentionally Left Blank Order of Classification Terms: USG Grain Size Relative Density or Consistency, < f#200 (.08mm) Color, fines sand- fine #200 - #40 (.4mm) Minor Constituents (12-50%), Slightly = 5-12%, -medium #40 - #10 (2mm) MAJOR Constituents (>50%); -coarse #10 - #4 (5mm) Trace Constituents (0-5%); gravel- fine #4 - 3/4 -inch Moisture Content; -coarse 314" - 3" Other: Grain Shape, organics, Cement, Structure, Odor... cobbles 3 - 12" (Geologic Name: Fill, Weath. Till, Till, Alluvium...). boulders >12" Relative Density or Consistent Coarse-Grained Fine-Grained blot' Consis encv �ea�rLstrn a ath n Draft eel �ant121 Penetration Test lows/ft 1? 1IX Q - 4 Very Loose <2 Very Soft <0.13 <0.25 Easy several inches by fist 2 - 4 Soft 0.13-0.25 0.25-0.5 Easy several inches by thumb 4 - 10 LOOM 4 - 8 Medium Stiff 0.25-0.5 0.5-1 Moderate several inches by thumb 10 30 Medium 8 - 15 Stiff 0.5-1 1 -2 Readily Indented by thumb 30 - 50 Dense 15 - 30 Very Stiff 1 -2 2-4 Readily indented by thumbnail over 50 Very Dense > 30 Hard >2 >4 . Difficulty by thumbnail Moisture Content Structure Dry--Absence of moisture, dusty, dry to the tout Stratifled--Alternating layers of material or color >6mm Molst--Damp but no visible water Laminated--Alternating layers <6mm thick Wet•-Visible free water, from below water table Fissured--Breaks along definite fracture planes Id, of Fine-grained Solis w/ Manual Tests Siickensided--Striated, polished, or glossy fracture planes Dry Strength Dilatancy Toughnness Blocky—Cohesive soil that can be broken down into small ML None to!ow Slow to rapid Low, can't roll angular lumps which resist further breakdown CL Mad.to high None to slow Medium Lensed—Has small pockets of different soils, note thickness Mli Low to mad. Norse to slow Low to med.' Homogeneous--Same color and appearance throughout CH High to v. high None High TABLE I Soil C1 SOFIicatim Chart Soil C'fassification Criteria for Assigning Group SymrboLa and Group Names Using Laboratory Tests' Symbol Group r rea Coarse-Grained Soils Gravels Clean Gravels Cu;--4 and 15 Cc:5 3E GW Well-gr i grav elf More than 50%retained on No. More than 50%orcoarx frac- Less than 5%fines* Cu<4 and/or i>Cc>3E GP Poor, 'reeled gtavclF 200 sine tion retained on No.4 sieve Gravels with Fines Fines classify as ML or MH GM Si' gm%,c)Flvu More than 12%fittest FGX Fines classify as CL or CH GC aye,/gravel Sands Clean Sands Cu a 6 and i 5 Cc 15 3E SW '-!'.-graded sand' 50 R or more of coarse fraction Less than 5 ro fines° Cu<6 and/or I>Cc>3E SP Poorly graded sand' passes No,4 sieve — Sands with Fines Fines classify as ML or MH S' Silly sandcx,r More than 12%fines" Films classify as CL or CH Clayey sand4"j F•rne-Grained Soils Sills and Clays inorganic PI>7 and plots on or above"A"line' CL Lean clayux 50 2 or more passes the No.200 Liquid limit less than 50 PI<4 or plots below-A-line' ,viL Sill"" sieve organic liquid limit-oven dried<0.75 Organic clay�'-xX Liquid limit-not dried OL Organic silrcj kA Silts and Clays inorganic Pi plots on orabove"A-line CH Fat clay'-" Liquid limit 50 or more Pi plots below"A-line MH Elastic silt' v organic liquid limit-oven dried<0.75 OH organic clays—,Organic slltr5"'u Liquid limit-not dried Highly organic soils Primarily organic matter,dark in color.and organic odor PT Peat a Based on the material passing the 3-in,(75-mm)sieve. K If soil ronWns 15 to 29%plus No,200.add-with sand" a If field sample contained cobbles Or boulders.or both. E Cu=D,o/D,a Cc=D,Dx Da or'Ailb gravel."whichever is predominant. add-with cobbles or boulders,or both-to group name. i irsoil contains it 30%plus No.200.predominantly sand, *Gravels with 5 to 12%fines require dual symbols: r If soil contains z 15%sand.add"with sand-to group add-sandy-to group name. GW-GM well-graded gravel with silt name. "if soil contains z 30% plus No.200.predominantly GW GC wroll-graded gravel with day a If fines classify as CL-ML-use dual symbol GC-GM,or gravel.add-gravelly-to group name. GP-GM poorly graded gravel with silt SC-SM. NPI�4 and plots on or above-A-line. GP GC poorly graded gravel with clay If fires are organic-add"with organic fines"to group o PI<4 or plots below`A-line. a Sands with 5 to 12%fines require dual symbols: name. F Pi plow on or abovY"A-line. SW-SM well-graded sand with silt I If soil contains�-15%gravel.add'with gravel"to group P P1 plots below-A-line. SW-SC well-graded sand with clay name. SP-SM poorly graded sand with silt l it Attcrlxq limits plot in batched area,soil is a CL-ML. SP-SC poorly graded sand with clay silty clay. F;AiLIRr Civil Engineering 32 Discovery Drive Bozeman,6) 59718 022FIELD LOG OF BORING Geotechnical Engineeringf) {' phone:(406)582-0221 sa �nivc viF Land Suneying Fax:(406)582-5770 ahh vfel`� PROJECT: Manley Road JOB#: 18-024 DATE: 11/13/19 BORING: BH-1 PAGE: 1 of 1 LOCATION: See Figures 1 &2 ELEVATION: 4716.10' TOTAL DEPTH: 3.5' DEPTH TO GW: Dry for Surveyed Location 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 Malkovich,O'Keefe Drilling(Butte,MT) FIELD ENGINEER: Lee Evans,AESI DESCRIPTION OF MATERIALS Ca o o OTHER FIELD OR x O Important Note: a O o w W SAMPLE INFORMATION Wp The beginning and ending depths of the o Reviewed By: LSE,3/11/20 Q C7 individual soil layers are approximate. z"w E U 10.0'-0.29'}: Asphalt (3.5"Thick) Sl-A Start Depth of Sampler: 0.29' @ 0.29' 40 18" N/A End Depth of Sampler: 1.79' (0.29'-2.0'}: Gravel Section Materials (SSS*) Blow Counts: 24/22/18 Dense;brown;sandy GRAVEL("clean"roadmix and pitrun gravel);slightly moist. SI-B Start Depth of Sampler: 2.0' 2 Notes: @ 2.0' 17 18" N/A End Depth of Sampler: 3.5' -Difficult to identify depth where gravel section (SSS*) Blow counts: 17/11/6 L nges from roadmix to pitrun in a borehole. er portion: 1.5"-minus base course. er portion: 2"to 3"-minus sub-base course.d on TPs,base course thickness likely 3"-6". LOCATION NOTES: 4 (2.0'-3.5'}: Gravelly Silt/Clay(Fill?) 1) Drilled at Sta. 14+60(+/-). Stiff to very stiff;dark brown to brown;sandy 2) Drilled in east half of existing road. SILT to sandy lean CLAY w/gravels;moist. 3) Drilled in center of northbound lane. Notes: -This is not a"dirty"pitrun gravel. -Predominantly silt/clay w/gravel. 6 -Could be roadbed fill? -Or could be native? Bottom of borehole @ 3.5' 8 Drill Action Observations and Notes: 1) From 0.29'to 2.0': Grinding noise/vibrations. 10 12 Split Spoon Sampler Information: *Standard Penetration Test Sampler 14 (Dimensions: 2"o.d.and 1.375"U.) Civil Engineering 32 Discovery Drive ..3 Bozeman.MT 59718 Geotechnical Engineering Phone:(406)582-0221 FIELD LOG OF BORING Ai.LfEE? g ENCth'EERf.NG -•+..�.�= Land surveying Fax:(406)582-5770 4lxnevioY"", PROJECT: Manley Road JOB#: 18-024 DATE: 11/13/19 BORING: BH-2 PAGE: 1 of 1 LOCATION: See Figures 1 &2 ELEVATION: 4713.29' TOTAL DEPTH: 3.5' DEPTH TO GW: Dry for Surveyed Location 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 Malkovich,O'Keefe Drilling(Butte,MT) FIELD ENGINEER: Lee Evans,AESI > DESCRIPTION OF MATERIALS o o OTHER FIELD OR C7 W O" x F Z SAMPLE INFORMATION x O Important Note: a O The beginning and ending depths of the o 4 O Reviewed By: LSE,3/11/20 Qindividual soil layers are approximate. z {0.0'-0.29'}: Asphalt (3.5"Thick) S2-A Start Depth of Sampler: 0.29' @ 0.29' 35 18" N/A End Depth of Sampler: 1.79' {0.291-1.3'}: Gravel Section Materials (SSS*) Blow Counts: 15/18/17 Dense;brown;sandy GRAVEL("clean"roadmix and pitrun gravel);slightly moist. S2-B Start Depth of Sampler: 2.0' 2 — Notes: a @ 2.0' 23 is" N/A End Depth of Sampler: 3.5' Difficult to identify depth where gravel section (SSS*) Blow Counts: 4/6/17 _ changes from roadmix to pitrun in a borehole. -Upper portion: 1.5"-minus base course. -Lower portion: 2"to 3"-minus sub-base course. -` -Based on TPs,base course thickness likely 3"-6". LOCATION NOTES: 4 1.3'-2.0' : Graven Silt/Clay(Fill?) .1) Drilled at Sta. 16+90 { } k y( 2) Drilled in east half of existing road. Stiff to very stiff;dark brown to brown;sandy 3) Drilled in center of northbound lane. SILT to sandy lean CLAY w/gravels;moist. Notes: -This is not a"dirty"pitrun gravel. -Predominantly silt/clay w/gravel. 6 -Could be roadbed fill? -Or could be native? {2.0'-3.5'}: Native Silt/Clay Stiff to very stiff;dark brown to brown;sandy SILT to sandy lean CLAY w/few gravels;moist. 8 Notes: -Hit native"clean"sandy gravel at 3.5'. Bottom of borehole @ 3.5' 10 Drill Action Observations and Notes: 1) From 0.29'to 1.3': Grinding noise/vibrations. 2) From 1.3'to 2.0': Minor grinding only. 12 Split Spoon Sampler Information: Standard Penetration Test Sampler (Dimensions: 2"o.d.and 1.375"i.d.) 14 CfAn Civil Engineering 32 Discovery Drive r. Bozeman,MT 59718 lEl3 GeotechnicalEngineeringFIELD LOG OF BORING EN !INC g Phone:(406)582-0221 �x^-�R - ' Land Surve,in '"- 3 g Fax:(406)582-5770 °nano c�e�`'si, PROJECT: Manley Road JOB#: 18-024 DATE: 11/13/19 BORING: BH-3 PAGE: 1 of 1 LOCATION: See Figures 1 &2 ELEVATION: 4710.43' TOTAL DEPTH: 3.5' DEPTH TO GW: Dry for Surveyed Location DRILL TYPE: Truck-Mounted CASING/IIAMMER/SAMPLER: 4.25"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: Lee Evans,AESI w DESCRIPTION OF MATERIALS F°o oz F OTHER FIELD OR w o w x z O Important Note: SAMPLE INFORMATION x a v a F w Wp The beginning and ending depths of then o Reviewed By: LSE,3/11/20 Ca individual soil layers are approximate. z �, U {0.0'-0.25'): Asphalt (3"Thick) S3-A Start Depth of Sampler: 0.25' @ 0.25' 35 18" N/A End Depth of Sampler: 1.75' [0.25'-1XI: Gravel Section Materials (SSS*) Blow Counts: 15/18/17 Dense;brown;sandy GRAVEL("clean"roadmix and pitrun gravel);slightly moist. S3-B Start Depth of Sampler: 2.0' 2 Notes: @ 2.0' 50 18" N/A End Depth of Sampler: 3.5' -Difficult to identify depth where gravel section (SSS*) Blow Counts: 10/23/27 changes from roadmix to pitrun in a borehole. O -Upper portion: 1.5"-minus base course. U -Lower portion: 2"to 3"-minus sub-base course. o n -Based on TPs,base course thickness likely 3"-6". LOCATION NOTES: 4 {1.3'-2.6'1: Gravelly Silt/Clay Will?) 1) Drilled at Sta. 19+10(+/-). Stiff to very stiff,dark brown to brown;sandy 2) Drilled in east half of existing road. SILT to sandy lean CLAY w/gravels;moist. 3) Drilled in center of northbound lane. Notes: -This is not a"dirty"pitrun gravel. -Predominantly silt/clay w/gravel. 6 -Could be roadbed fill? -Or could be native? (2.6'-3.5'): Native Sandy Gravel Dense;brown;sandy GRAVEL w/abundant gravels and scattered cobbles;slightly moist. 8 Notes: -"Clean"sandy gravel. Bottom of borehole @ 3.5' 10 Drill Action Observations and Notes: 1) From 0.25'to 1.3': Grinding noise/vibrations. 2) From 1.3'to 2.0': Minor grinding only. 12 Split Spoon Sampler Information: *Standard Penetration Test Sampler 14 (Dimensions: 2"o.d.and 1.375"i.d.) Civil Engineering Bozeman, Discovery Drive ozean,MT 59718 Geo[echnical Engineering FIELD LOG OF BORING f�lINEER1 Phone:(406)582-0221 IXIKEERfNGGr =new=, Land Surveying Fax:(406)582-5770 °ne,awoRs PROJECT: Manley Road JOB#: 18-024 DATE: 11/13/19 BORING: BH-4 PAGE: 1 of 1 LOCATION: See Figures 1 &2 ELEVATION: 4708.28' TOTAL DEPTH: 3.5' DEPTH TO GW: Dry for Surveyed Location 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 Malkovich,O'Keefe Drilling(Butte,MT) FIELD ENGINEER: Lee Evans,AESI DESCRIPTION OF MATERIALS Q o o u� E~ OTHER FIELD OR (� W p a w W SAMPLE INFORMATION x O Important Note: a v a wp The beginning and ending depths of the o z Reviewed By: LSE,3/11/20 G] individual soil layers are approximate. z 01 {0.01-0.21'}: Asphalt (2.5"Thick) S4-A Start Depth of Sampler: 0.21' @ 0.21' 34 18" N/A End Depth of Sampler: 1.71' 10.21'-1.5'}: Gravel Section Materials (SSS+) Blow Counts: 17/20/14 Dense;brown;sandy GRAVEL("clean"roadmix and pitrun gravel);slightly moist. _ S4-B Start Depth of Sampler: 2.0' 2 — Notes: @ 2.0' 18 18" N/A End Depth of Sampler: 3.5' -Difficult to identify depth where gravel section (SSS•) Blow Counts: 9/9/9 changes from roadmix to pitrun in a borehole. -Upper portion: 1.5"-minus base course. -Lower portion: 2"to 3"-minus sub-base course. -Based on TPs,base course thickness likely 3"-6". LOCATION NOTES: 4 {1.5'-3.5'}: Gravelly Silt/Clay(Fill?) .1) Drilled at Sta. hallo (exist Stiff to verystiff,dark brown to brown;sand 2) Drilled in east half of existing road. y 3) Drilled in center of northbound lane. SILT to sandy lean CLAY w/gravels;moist. Notes: -This is not a"dirty"pitrun gravel. -Predominantly silt/clay-%v/gravel. 6 -Could be roadbed fill? -Or could be native? Bottom ofborehole @ 3.5' 8 Drill Action Observations and Notes: 1) From 0.21'to 1.5': Grinding noise/vibrations. 2) From 1.5'to 2.0': Minor grinding only. 10 12 Split Spoon Sampler Information.- Standard Penetration Test Sampler (Dimensions: 2"o.d.and 1.375"i.d.) 14 Civil Engineering 32 Discovery Drive s ' Bozeman,MT 59718 s GeotechniealEagineering FIELD LOG OF BORING ALLIED �' Phone:(406)582-0221 Land surveying Fax:(406)582-5770 PROJECT: Manley Road JOB#: 18-024 DATE: 11/13/19 BORING: BH-5 PAGE: 1 of 1 LOCATION: See Figures 1 &2 ELEVATION: 4707.451 TOTAL DEPTH: 3.5' DEPTH TO GW: Dry for Surveyed Location 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 Malkovich,O'Keefe Drilling(Butte,MT) FIELD ENGINEER: Lee Evans,AESI w DESCRIPTION OF MATERIALS Q o o OTHER FIELD OR W o x O Important Note SAMPLE INFORMATION : v w�w E W wp The beginning and ending depths of then p o Reviewed By: LSE,3/11/20 Ca individual soil layers are approximate. to z 14 ew 14 U 10.0'-0.25'}: Asphalt (3"Thick) S5-A Start Depth of Sampler: 0.25' @ 0.25' 25 18" N/A End Depth of Sampler: 1.75' (0.251-1.2'}: Gravel Section Materials (SSS*) Blow Counts: 17/16/9 Dense;brown;sandy GRAVEL("clean"roadmix and pitrun gravel);slightly moist. S5-B Start Depth of Sampler: 2.0' 2 _ Notes: @ 2.0' 52 18" N/A End Depth of Sampler: 3.5' -Difficult to identify depth where gravel section (SSS*) Blow Counts: 5/18/34 changes from roadmix to pitrun in a borehole. -Upper portion: 1.5"-minus base course. -Lower portion: 2"to 3"-minus sub-base course. b -Based on TPs,base course thickness likely 3"-6". LOCATION NOTES: 4 (1.2'-3.0'): Native Silt/Clay .1) Drilled at Sta.23+40(+/-). Stiff to very stiff;dark brown to brown;sandy 2) Drilled in east half of existing road. SILT to sandy lean CLAY w/few gravels;moist. 3) Drilled in center of northbound lane. Notes: -Mostly silt/clay. Not much for gravel. 6 13.0'-3.5'}: Native Sandy Gravel Dense;brown;sandy GRAVEL w/abundant gravels and scattered cobbles;slightly moist. Notes: -"Clean"sandy gravel. 8 Bottom ofborehole @ 3.5' Drill Action Observations and Notes: 10 1) From 0.25'to 1.2': Grinding noise/vibrations. 2) From 1.2'to 2.0': Pretty smooth. 12 Split Spoon Sampler Information: *Standard Penetration Test Sampler 14 (Dimensions: 2"o.d.and 1.375"i.d.) ` Civil Engineering 32 Discovery Drive .� Bozeman,MT 59718 FIELD LOG OF BORING Geotechnical Engineering Phone:(406)582-0221 i�Clh`EEa1tiG . _ Land Surveying Fax:(406)582-5770 �heisc�i^K S� PROJECT: Manley Road JOB#: 18-024 DATE: 11/13/19 BORING: BH-6 PAGE: 1 of 1 LOCATION: See Figures 1 &2 ELEVATION: 4703.46' TOTAL DEPTH: 3.5' DEPTH TO GW: Dry for Surveyed Location DRILL TYPE: Trucic-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 Malkovich,O'Keefe Drilling(Butte,MT) FIELD ENGINEER: Lee Evans,AESI } DESCRIPTION OF MATERIALS o 7- u�F OTHER FIELD OR w� �W SAMPLE INFORMATION x O Important Note: a U' a N rn F a O The beginning and ending depths of the -o a06 Reviewed By: LSE,3/11/20 Qindividual soil layers are approximate. rn z PQ rn U {0.0'-0.25'}: Asphalt (3"Thick) 36_A Start Depth of Sampler: 0.25' @ 0.25' 24 18" N/A End Depth of Sampler: 1.75' 10.25'-1.3'1: Gravel Section Materials (SSS*) Blow Counts: 12/17/7 Dense;brown;sandy GRAVEL("clean"roadmix __-- and pitrun gravel);slightly moist. S6-B Start Depth of Sampler: 2.0' N/A End Depth of Sampler: 3.5' 2 Notes: @ 2.0' 11 18" Difficult to identify depth where gravel section (SSS') Blow Comets: 5/5/6 - _ changes from roadmix to pitrun in a borehole. Upper portion: 1.5"-minus base course. INotes: Lower portion: 2"to 3"-minus sub-base course. Based on TPs,base course thickness likely 3"-6". LOCATION NOTES: 1) Drilled at Sta.27+70(+/-). 41.3'-3.5' : Native Silt/ClayMedium stiff to stiff;dark brown to brown;sandy 2) Drilled in east half of existing road. 3) Drilled in center ofnorthbound lane. SILT to sandy lean CLAY w/some pebbles;moist. -Mostly silt/clay. Some pebble-sized gravels. --------------------------------------------------------------- 6 Bottom of borehole @ 3.5' Drill Action Observations and Notes: 8 .1) From 0.25'to 1.3': Grinding noise/vibrations. 2) From 1.3'to 2.0': Pretty smooth. 10 12 Split Spoon Sampler Information: *Standard Penetration Test Sampler (Dimensions: 2"o.d.and 1.375"i.d.) 14 2 Civil Engineering 32 Discovery Drive G-technical Engineering�L •x Bozeman, 59718 Phone:(406)582-0221 FIELD LOG OF BORING ENGih'EERING {g. 6) 22 �Q^�• - Land Surveying Fax:(406)582-5770 vioN`4•. PROJECT: Manley Road JOB#: 18-024 DATE: 11/13/19 BORING: BH-7 PAGE: 1 of 1 LOCATION: See Figures 1&2 ELEVATION: 4699.38' TOTAL DEPTH: 3.5' DEPTH TO GW: Dry for Surveyed Location 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 Malkovich,O'Keefe Drilling(Butte,MT) FIELD ENGINEER: Lee Evans,AESI w DESCRIPTION OF MATERIALS 2 f o o H OTHER FIELD OR W o w a z SAMPLE INFORMATION x O Important Note: a O The beginning and ending depths of the3 w - Reviewed B LSE 3/11/20 Qindividual soil layers are approximate. rn z m a U y ' {0.0'-0.25'}: Asphalt (3"Thick) S7-A Start Depth of Sampler: 0.25' @ 0.25' 13 18" N/A End Depth of Sampler: 1.75' (0.25'-1.0'}: Gravel Section Materials (SSS•) Blow Counts: 9/6/7 - Dense;brown;sandy GRAVEL("clean"roadmix _ and pitrun gravel);slightly moist. - S7-B Start Depth of Sampler: 2.0' 2 Notes: @ 2.0' 8 18" N/A End Depth of Sampler: 3.5' Difficult to identify depth where gravel section (SSS*) Blow Counts: 3/4/4 changes from roadmix to pitrun in a borehole. _ -Upper portion: 1.5"-minus base course. -Lower portion: 2"to 3"-minus sub-base course. -- -Based on TPs,base course thickness likely 3"-6". LOCATION NOTES: 4 {1.0'-3.5'}: Native Silt/Clay 1) Drilled at Sta.31+00(+/-). 2) Drilled in east half of existing road. Medium stiff to stiff,dark brown to brown;sandy 3) Drilled in center of northbound lane. SILT to sandy lean CLAY w/few gravels;moist. Notes: -Mostly silt/clay. Not much for gravel. --------------------------------------------------------------- 6 Bottom of borehole @ 3.5' Drill Action Observations and Notes: 8 1) From 0.25'to 1.0': Grinding noise/vibrations. 2) From 1.0'to 2.0': Pretty smooth. 10 12 Split Spoon Sampler Information: *Standard Penetration Test Sampler 14 (Dimensions: 2"o.d.and 1.375"i.d.) Civil Engineering 32 Discovery Drive Bozeman,MT 59718 Geotechuical Engineering Phone:(406)582-0221 FIELD LOG OF BORING �1t.LfEC� � exinemrrc ff - •• - Land Surveying Fax:(406)582-5770 PROJECT: Manley Road JOB#: 18-024 DATE: 11/13/19 BORING: BH-8 PAGE: 1 of 1 LOCATION: See Figures I &2 ELEVATION: 4698.02' TOTAL DEPTH: 3.5' DEPTH TO GW: Dry for Surveyed Location 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 Malkovich,O'Keefe Drilling(Butte,MT) FIELD ENGINEER: Lee Evans,AESI y. DESCRIPTION OF MATERIALS o o F OTHER FIELD OR (� W p o 4 H Z SAMPLE INFORMATION x O Important Note: a a w F, w Wp The beginning and ending depths of the o o Reviewed By: LSE,3/11/20 La individual soil layers are approximate. Z a v a U {0.0'-0..21')-. Asphalt (2.5"Thick) SS-A Start Depth of Sampler: 0.21' @ 0.21' 18 18" N/A End Depth of Sampler: 1.71' {0.21'-1.3'): Gravel Section Materials (SSS*) Blow Counts: 11/9/9 Dense;brown;sandy GRAVEL("clean"roadmix and pitrun gravel);slightly moist. S8_B Start Depth of Sampler: 2.0' 2 — Notes: a@ 2.0' 8 W, N/A End Depth of Sampler: 3.5' - -Difficult to identify depth where gravel section (SSS*) Blow Counts: 4/3/5 changes from roadmix to pitrim in a borehole. _ -Upper portion: 1.5"-minus base course. -Lower portion: 2"to 3"-minus sub-base course. -— -Based on TPs,base course thickness likely 3"-6". LOCATION NOTES: 4 (1.3'-2.0'): Gravelly Silt/Clay(Fill?) 1) Drilled at Sta.half (exist 2) Drilled in east half of existing road. Stiff to very stiff;dark brown to brown;sandy 3) Drilled in center of northbound lane. SILT to sandy lean CLAY w/gravels;moist. Notes: -This is not a"dirty"pitrun gravel. -Predominantly silt/clay w/gravel. 6 -Could be roadbed fill? -Or could be native? 12.0'-3.5'): Native Silt/Clay Medium stiff to stiff;dark brown to brown;sandy SILT to sandy lean CLAY w/some pebbles;moist. 8 Notes: -Mostly silt/clay. Some pebble-sized gravels. Bottom of borehole @ 3.5' 10 Drill Action Observations and Notes: 1) From 0.25'to 1.3': Grinding noise/vibrations. 2) From 1.3'to 2.0': Similar grinding to above. 12 Split Spoon Sampler information: *Standard Penetration Test Sampler (Dimensions: 2"o.d.and 1.375"i.d.) 14 Civil Engineering 32 Discovery Drive Bozeman, 59718FIELD LOG OF BORING Geotechnical Engineering ALLIED Phone:Phone:(406)6)582-0220221 ENGINEERING - - `` Land Surveying Fax:(406)582-5770 croP"'s PROJECT: Manley Road JOB#: 18-024 DATE: 11/13/19 BORING: BH-9 PAGE: 1 of 1 LOCATION: See Figures 1 &2 ELEVATION: 4695.85' TOTAL DEPTH: 3.5' DEPTH TO GW: Dry for Surveyed Location 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 Malkovich,O'Keefe Drilling(Butte,MT) FIELD ENGINEER: Lee Evans,AESI w DESCRIPTION OF MATERIALS o o � F, OTHER FIELD OR w o w P4 SAMPLE INFORMATION x O Important Note: a U w F W a p The beginning and ending depths of the3 Z Reviewed By: LSE,3/11/20 Qindividual soil layers are approximate. z O 10.0'-0.25'}: Asphalt (3"Thick) S9-A Start Depth of Sampler: 0.25' @ 0.25' 7 18" N/A End Depth of Sampler: 1.75' {0.25'-0.5'}: Gravel Section Materials (SSS*) Blow Counts: 6/4/3 - Dense;brown;sandy GRAVEL("clean"roadmix __-� -- gravel);slightly moist. - S9-B Start Depth of Sampler: 2.0' 2 Notes: a @ 2.0' 5 18" N/A End Depth of Sampler: 3.5' -There does not appear to be any sub-base pitrun (SSS*) Blow Counts: 2/2/3 _ gravel at this drill location. - {0.5'-1.0'}: Gravelly Silt/Clay_(Fill?) _ Medium stiff to stiff;dark brown to brown;sandy LOCATION NOTES: SILT to sandy lean CLAY w/gravels;moist. 1 Drilled at Sta.35+65 +/-. 4 ) ( ) 2) Drilled in east half of existing road. Notes: 3) Drilled in center of northbound lane. -This is not a"dirty"pitrun gravel. -Predominantly silt/clay w/gravel. -Could be roadbed fill? -Or could be native? 6 {1.0'-3.5'}: Native Silt/Clay Soft to medium stiff;black to dark brown;sandy SILT to sandy lean CLAY w/some pebbles-,very moist to wet. Notes: 8 -Mostly silt/clay. Some pebble-sized gravels. --------------------------------------------------------------- Bottom of borehole @ 3.5' Drill Action Observations and Notes: 10 1) From 0.25'to 1.0': Minor grinding only. 2) From 1.0'to 2.0': Pretty smooth. 12 Split Spoon Sampler Information: *Standard Penetration Test Sampler 14 (Dimensions: 2"o.d.and 1.375"i.d.) Civil Engineering 32 Discovery Drive .3 Bozeman,MT 59718 FIELD LOG OF BORING ALLIED Geotechnical Engineering Phone:(406)582-0221 iC/fiEER1YG -`F Land Surveying Fax:(406)582-5770 �h2n.Gtci°d , PROJECT: Manley Road JOB#: 18-024 DATE: 11/13/19 BORING: BH-11 PAGE: 1 of 1 LOCATION: See Figures 1 &2 ELEVATION: 4690.23' TOTAL DEPTH: 3.5' DEPTH TO GW: Dry for Surveyed Location DRILL TYPE: Truck-Mounted CASING/IIAMMER/SAMPLER: 4.25"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: Lee Evans,AESI o o OTHER FIELD OR w DESCRIPTION OF MATERIALS 9 o �F• W p o 4 2 SAMPLE INFORMATION x O Important Note: a v a F H a p The beginning and ending depths of the3 Z Reviewed By: LSE,3/11/20 Q individual soil layers are approximate. zCQ CIO {0.01-0.25'}: Asphalt (3"Thick) S11-A Start Depth of Sampler: 0.25' @ 0.25' 30 18" N/A End Depth of Sampler: 1.75' {0.251-1.3'}: Gravel Section Materials (SSS*) Blow Counts: 17/18/12 Dense;brown;sandy GRAVEL("clean"roadmix " and pitrun gravel);slightly moist. - S l l-B Start Depth of Sampler: 2.0' @ 2.0' 12 18" N/A End Depth of Sampler: 3.5' 2 Notes: - -Difficult to identify depth where gravel section (SSS*) Blow Counts: 4/5/7 changes from roadmix to pitrun in a borehole. -Upper portion: 1.5"-minus base course. _ -Lower portion: 2"to 3"-minus sub-base course. - -Based on TPs,base course thickness likely 3"-6". LOCATION NOTES: 1) Drilled at Sta.39+70(+/-). 4 1.3'-3.5' : Native Silt/Clay { } 2) Drilled in east half of existing road. Medium stiff to stiff,black to dark brown;sandy 3) Drilled in center of northbound lane. SILT to sandy lean CLAY w/some pebbles;moist. Notes: -Mostly silt/clay. Some pebble-sized gravels. 6 Bottom of borehole @ 3.5' Drill Action Observations and Notes: 8 1) From 0.25'to 1.3': Grinding noise/vibrations. 2) From 1.3'to 2.0': Pretty smooth. 10 12 Split Spoon Sampler Information: *Standard Penetration Test Sampler (Dimensions: 2"o.d.and 1.375"i.d.) 14 f --- Civil Engineering 32 Discovery Drive �" Phone:Bozeman,MT 59028 FIELD LOG OF BORING Geotechnical Engineering {ALLIED Phone:(406)ssz-ozzl ERYG�ItifERlfi6 j(1,� Land Surve3ing Fax:(406)582-5770 PROJECT: Manley Road JOB#: 18-024 DATE: 11/13/19 BORING: BH-12 PAGE: 1 of 1 LOCATION: See Figures 1 &2 ELEVATION: 4686.76' TOTAL DEPTH: 3.5' DEPTH TO GW: Dry for Surveyed Location 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 Malkovich,O'Keefe Drilling(Butte,MT) FIELD ENGINEER: Lee Evans,AESI w DESCRIPTION OF MATERIALS F°o o E• OTHER FIELD OR w o K x O Important Note E z SAMPLE INFORMATION : U w w aE" a0 The beginning and ending depths of the 3 1z' Z Reviewed By: LSE,3/11/20 Q individual soil layers are approximate. z 0 O P. 0 O 10.0'-0.25'}: Asphalt (3"Thick) S12-A Start Depth of Sampler: 0.25' @ 0.25' 31 18" N/A End Depth of Sampler: 1.753 {0.251-1.5'}: Gravel Section Materials (SSS*) Blow Counts: 17/21/10 Dense;brown;sandy GRAVEL("clean"roadmix and pitrun gravel);slightly moist. _ S12-B Start Depth of Sampler: 2.0' 2 Notes: @ 2.0' 10 18" N/A End Depth of Sampler: 3.5' Difficult to identify depth where gravel section (SSS*) Blow counts: 2/5/5 changes from roadmix to pitrun in a borehole. -Upper portion: 1.5"-minus base course. -Lower portion: 2"to 3"-minus sub-base course. _ -- -Based on TPs,base course thickness likely 3"-6". LOCATION NOTES: 4 {1.5'-3.5'}: Native Silt/Clav 1) Drilled at Sta.42+80 Medium stiff to stiff;black to dark brown;sandy 2) Drilled in east half of existing road. SILT to sandy lean CLAY w/some pebbles;moist. 3) Drilled in center of northbound lane. Notes: -Mostly silticlay. Some pebble-sized gravels. .............................................................. 6 Bottom ofborehole n 3.5' IDrill Action Observations and Notes: 8 I .1) From 0.25'to 1.5': Grinding noise/vibrations. From 1.5'to 2.0': Pretty smooth. 10 12 Split Spoon Sampler Infonnatiow, *Standard Penetration Test Sampler Ll 4 (Dimensions: 2"o.d.and 1.375"i.d.) Civil Engineering 32 Discovery Drive zBozeman, 59718 Geotechncangineerng FIELD LOG OF BORING il Engineering Phone:(406)6)582-0220221 EG'hiEErRftfG t_ - Land Surveying Fax:(406)582-5770 ner.eitol�yLv PROJECT: Manley Road JOB#: 18-024 DATE: 11/13/19 BORING: BH-13 PAGE: 1 of 1 1 LOCATION: See Figures 1 &2 ELEVATION: 4685.01' TOTAL DEPTH: 3.5' DEPTH TO GW: Dry for Surveyed Location 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 Malkovich,O'Keefe Drilling(Butte,MT) FIELD ENGINEER: Lee Evans,AESI I >. DESCRIPTION OF MATERIALS Q o o F OTHER FIELD OR `✓ C7 w O w x z SAMPLE INFORMATION x O Important Note: a Uc: a w W W The beginning and ending depths of the n z O 0 Reviewed By: LSE,3/11120 } A individual soil layers are approximate. Z �O {0.01-0.29'): Asphalt (3.5"Thick) S13-A StartDepthofSampler: 0.29' 1 Q 0.25' 16 18" N/A End Depth of Sampler: 1.79' {0.291-1.3'}: Gravel Section Materials (SSS*) Blow Counts: 12/12/4 Dense;brown;sandy GRAVEL("clean"roadmix and pitrun gravel);slightly moist. S13-B Start Depth of Sampler: 2.0' 2 Notes: Q 2.0' 3 18" N/A End Depth of Sampler: 3.5' -Difficult to identify depth where gravel section (SSS*) Blow Counts: 3/4/4 changes from roadmix to pitrun in a borehole. j - -Upper portion: 1.5"-minus base course. -Lower portion: 2"to 3"-minus sub-base course. j -Based on TPs,base course thickness likely 3"-6". LOCATION NOTES: } 4 (LY-3.51: Native Silt/Clay .1) Drilled at Sta.45+30(+/-). Medium stiff to stiff;black to dark brown;sandy 2) Drilled in east half of existing road. SILT to sandy lean CLAY w/some pebbles;moist. 3) Drilled in center of northbound lane. Notes: -Mostly silt/clay. Some pebble-sized gravels. 6 Bottom of borehole(a)3.5' } Drill Action Observations and Notes: } 8 1) From 0.25'to 1.3': Grinding noise/vibrations. } 2) From 1.3'to 2.0': Pretty smooth. 10 ) ' 12 ) Split Spoon Sampler Information: 1 *Standard Penetration Test Sampler (Dimensions: 2"o.d.and 1.375"i.d.) 14 1 —_ Intentionally Left Blank A PPEN DID M B Test Pit togs, and Photos, Li 11 Test Pit Logs (TP-1, TP-2,.—through TP41) 13 Test Pit Photos (Excavation Sidewalls and Spoil Piles) Intentionally Left Blank I Reviewed By: LSE,3/10/20 ) o D U U 0 � 1 � N �t•aH � tfj�'J�J-I � n a ° O O 00 f rJ' .1 O O o ° q bA O ° a Q 74 rj' i if ° C7 ° ❑b❑ } a J C7 .a ) +. + D a� V tv 0 t n � .11 .a• , Q •�• 'f i?1' , ' I o o O D D Q cd o� o n •• � � N ;J� I Q ❑ � 4�,E'_ ° .dn•�� t�'rI J�J I ° C� o � o ° ° O o CD 1 W �J �o a p o Q o i 1 e> f p m p p o D + ° a ° ° Qom-. � .Q .y p + CJ bA o O ❑ ❑ t�i H C/� O p W U,;. o D ao ;� o rO r u a o (Ld)H.LdaQ r, S�IdY�I�S ^`" � ❑ .Lua.LKOD Xa LVAA1% CIA N a o0 Io bn • + av Q o q E ^d •^ °Ain sue. A O N V" ? y m q W 3 to E o .. z Zn 0 p A rzkz GCl ca O U " b,o ca x caw s. N S ; 'C >o 4z••'� U O q .� d +�•' o y, vim, '°N' o >.. ca in q p �'' +� U �' O / w a C/� c d b w O Z bi) o OI a Ey v a O o O �" Z t 9 O Z t c O au Z t J .t V A m E Z E-+ \ C7 Ijl CC 4�.a O O O O I Reviewed By: LSE,3/10/20 W Fj E axi o a o °z3 � a O {a conF J j D c Q yy �U ram+ v 0 V° (D U [n r [� oo r ' � +� u a U ❑❑� o flp Cl) n o D O o a C ! i D CIO CD d [ D ° n0 O y oa W O ? > q o p o j PO a W a v j o c vi a u �•+ W fl o ° o W U o ° a p CDP Q C/� W .� U U C7 �1J)HLdaQ N 1p 00 O N pq m SH'1d1n1VS vN va m v @fro .LI�I�.LNOO 'EUVik1% Cd CID, N �y Y O � � rn >, by o > 44 by ca cqa ca U `*. ea {tea w z a r i+ p W a �+ � ctia a u :: cd �. ey ^" [i P. 'd; ,q v, ❑� q o � u � o � � kn .G �;, by o � p ,•dUr �•'� Onu N ii bp +•' o wo >AOE-+ yN z r r A aS z O O O C't O Reviewed By: LSE,3/10/20 4 o ° s s b 00 N F�111.'lil cn tm foil".1; .q 'C ao o iJ aHbH m if O N Cl) 'd' Cn CO , r ti i i.l fp A T ;• ; f � a > q b y Lam. M >>1 b H u Z f > Zf, ! f !l i '> W 3 c 0O W CIO W N Q p O Q F-4 r z f' � , m Z O 1 J f `1 1j' 1, Q �•f F�4 IT, . r ❑ V] r-I bA00 Frl Q i i J O (13)x.I.da(I N 00 N cq as a S�IdY�IF�S papalloE)saldtueS oN .LI�Iff.LN00 2IHIVAN% N COO 'm — o oacl s~ U U " U y y om❑ a % [W " " a a q d n p q d n q ��', +° 'Ocl v] toLn A w u Fen 4 ca f >, C fa � •ovo b >'ap 'r? " Nq M a rig " cqa C% in a m ,;.; ma •� W �+ F" ] . c t~ E v, op "y,"� �° y ^r,..� ,�q Q' .q�y M,,,,� • a�"' •y� r Ca 'J��yy .•L^.A zfV ,Z: „qp '. -bA • - 0O �Dj . O "'1-0 > WW �7 �+ M m W 4z 1 .�z� oR W � �A v bA �� rn � •...•A u do •,�� v, v, •,,•A u b,0 �rn m v, � Reviewed By: LSE,3/10/20 ej wcu a o d x O o 05 ft QI F-I U z . I JJ •! a 'a a O I T !••fi'I� ' T?,•fi I� ice., r Cd 'C3 .f CA O U r`n'I l••f t I? � If; !� o d .fir � � �j f Fi I--i CQ S`nr ! i av•i 1 i bA ^� O W a'' � � !•f;'I� t r •f if' I o U W W I 'f O O W a Q d , o U U 0 CLJ)11i d. -T 00 o cv 0 ,LI�Iff.LI�IO� 2IH.LVA1% 0o N }j C/] fa N a F.I d 00 z ca ~ W z y W a s 3 ^ W W )II.-.1 yIR rw ��. ccl vi I nDO a Z E-+!�I s_r O O O O O Reviewed By: LSE,3/10/20 o d - ° b 42 > o � y, y eq bk bb � 00 , 1 Zbw � ` Jf ; tn o o a Q + bA 00 m o as f t '! •, +� N UaoUflrf(( o b O U �+ c� a E-4 Cd V I + +i 0 04 a �n J o U o r,� 'i •' 'i a '� y U �. 1 OO v H � W C7 Q s. bn [-� cn U a z F Ny � a + ` O O Q w N x Q U U 0 o (.Ld)H.LdgQ N 1O 00 o N a�5z a� S�IdYQFIS N b N .LN3.LI�IO� 'da,LUM% '4 a m a ° o Q ``' sc°• p p �' °' b° o �+ W J z o Q aa � a rn � a o z ow � 'E o b a H ° z �.,O .G >a O N rn �-• C 1 �+ C.o O 'J .p m �r. a-. y r+ O ,11 '' .. •• cC w a n1°On c c �, u o o N L. v? +°� W W U P. N O .+� U' 1--1 N O C b C U Q �+ c> d t ws• O O /O� O O /�� O 1OI In Z. P•1 U Zil '�°I U O �N�r—r��1 W ti� ��A U bA �.•�A U bA Z 1 1 1 1 �.•� y 1 1 1 ••+� ce Vl 1 (/� V ��51 �u� Reviewed By: LSE,3/10/20 c�a ^q ze •v s y W ''"' .•fix 'q t.' �i � 00 00 ,a '`q � tm3a j' ' ir kn Z O y d q J. i:'I:j m W O Q + eu 00 � � a o o. � d 'fl 'r' ; d ++ O. o c cn n x C,4 U � C4n O z , „ ° > f OO v� i wo ca J rn t ca O CIO E-+ x U u � (L3)H Ld'JQ Sa'Id➢ vs papalloD saldmuS oK .LNa. moo 2IH.VAk% 3. C,J q .a V Q .'.. 'v'i n M w w w F M � ❑ .\�.. +°. m qp w4a � QDa , el � � � � M � � � M �a � � � P. c aC7 :.... ' ' c� o rn ca ce Q' n a� ai m a� �+ 45 v M ci^t7 Qr O in a r q a M w •o ° M V � a A en r ri�J b Q 0 Reviewed By: LSE,3/10/20 � y b 00 i�i j q ed Vl > °' + U + b�A �• w O > a Q oj v1 -v Oa � � q l -►a H b H Cd � i !i 0 r "Cq lz O U U •" > cl W Q Q cn L--� a, F-4 OO Ox AW x Q U U 0 (IJ)HLdHG N O °° N m O l SHIdWVS papalloD saldwuS oK .LI�I�.LNOO 2Ia.LVM% 4 bU LS _U QCOO A � W U w ti z � � W � QcW Z4 c tr. H y C7 d O Ilu O O O >~ O O ! N 'J 01, .X nw- �,-�A U bA A J bA y Z. r Reviewed By: LSE,3/10/20 y 6� 00 W a y x c � c C4 o o u .b oo o Un \ `4 O6 � U cati ;; o N w Co ril U �raH "t7F+ cd r N 00 ^ W C7 z o CZ cn 7 Q as 0 W O rn E� cn W W a ,` r O O AW EW-a x d ; x xx U U 0 Ud)Hldaa � Oa SH'idlvs INalmoD 2IH.I.dlr1% o � K c`a 75w � o Gy 3r T A C.15 M m w Vy O � Q: W z w W H .o O n �n rj Pam. ~ GYr W Reviewed By: LSE,3/10/20 'vE O .0 i4 C L7 O ,.r� 00 W ►4 x i+ �' 00 7, O i7 -C o u 'W N O d it IS �•.+ rn ❑ r a 44. o 4. y a Q 1 + Cl ��i"+ uw oj � � + W z O Q Z ^ W/ •,•,- V u u 0 -4 0 H � • �' � ,i 'r�/� �i � Fes-+ O �••� GL3)HJ.daQ 00 Sa-IdWVS .LNFUMOO 2IA.LHAA.% cq 1/ o � a 6 Q V y � '> ^' y a .G a N O Q y i. �•.r❑"i O � > -o cl y lam. V .a V ai p O ca H cn ca a c o ens, > = " c �° Qo 04-3 o y +' a o v �+ OJ'y wu c� O d CQ .4 a ;-� u T R � O ' ' L. n F N u b ff� � a a N c ra y U Q 1 Z .<.;, U C irn vOi tom'. i Q ,' O+ ' p� w G4 o Q w O O O Ly O .'y L Zi QI bA rf ++ M l,- o W .r A u en �A yr .� bA z f f f f •r rQ v Fa f f f V A U bA u u t ) Reviewed By: LSE,3/10120 zs r, ,ti o q °'" 'd a d x bD o O O F. • O aUi 0r N O W + ao 0o O � w o ( f tlrif " ti a A N w m �r-•r � o O. rn F fl i i � U V - � T 04 a-' 7 C•'r O z o �' r 0 W cn N o w' y W p-1 r� c, ,, rn � ,ri,' O Ox A U U C7 (s.3)xidaa N r" o C, o salici vs papaiioa sajdiunS oN .LmaINOD UffIVM% y ao No � 'a � fr _ •F+ N c F 4cl 4 '0 ON MW y 'n i. O C U .y n 0 �h M ro a w •. V S a y� '� I••i b�A' 4. �a +�^+ O CO ri� Fa > en •�". U y Cd .0 y ❑ d C (/� 'O ,-r 'O d zt y ca eF e e d O CV � ..i � ra a•.. �./ .�. �.' Cy0 •.. •� O v' � "d �+ � � .'�.. b~A w Z cn o U U d c� v, ; w ca Od,. � '. � Cd � p .G � r� � � �--+ 00 -a ,U•;.;:,: PHr r�n`! or .a� UU' ^�mb-D� Nr Ucyd r^b-A � CD vi 0U. �M.1. Ow Ea3 - CFbr.D •raC.a N> �o o�. �++ �'L3 t� WU WA .. y tm d' rd W Q U N da)D zI r+ r Cr Or M N-rr� ria v. b.ce ,�h r rr7 •r.n,r••AN•tc77 CUrn) �v.� dr O UZ Pr U F4 in H C7 ) Reviewed By: LSE,3/10/20 t N 0000 0 � O Frill ! f n% con CA it w , O Uri Ld 0 i (•'+ r ) � .•>> I I I I I I I I I I I I I I J ?.,r+,I I IIIIIII I I I r� , > y !i : w % I IFf > ! � > z as I UCA � � r Q I I p >� a a o �° I � � I I ;;cri w w w } x I I I I I IJ, :' N sazawvs } .LI almoo IdHI dM% vt o CIO w a w [� uItt •��-y n U �C)i w Uj 't3 ,',O >, ,'a� ca ewe :i w o-a !' c H C �.,/ y >. CC �C. h p n, z e / � Q U .. , a N C •, > ,p q ,� ,a ,a •� > H ei d n y b .n. c� i >,* m • Q W o o °7 0 ►`�, c � a ozHaUOcl. z . ) i 1 7 - R, qp r` b yy� yky�. ;.. _ i ✓ Jf�w 4 i (?J a• is v 3 i l I 1 L •. , v - -4' 1#11 ze- 1 s All YZE t •i, f A k t } + �� S s rr✓ Fj ; # t 1 AJ _ _ t sr 3 r i x f 3 Y a f s ) � rtit. •f 1 �p�•'2�.�` ��.f "`�.Fp' r � ,,�_�.}/t -,ga*1 a F rJ rA �( �{ �r , t y Je Y �_ FJ 7 t i Y - ! r A. _ (IV r i i 10 ID a_-+ 3 V 77 Oro JF 44 ) .f j 5 xis. y� in 19 VI efr Txµ !• t�+- 9 i d x 5 _. - 4 r y7k ') Y.��{x 6}' f•17�{`S_ •��. �P f t�+� ta.2 ^�— �fd i � 9 0 ilk 4 � �f 1 I s QDJ e. �4 = 1 F 000 r e 1' 1 � 4 , tiJ1 + .\4s�af --kll 16 14 W7 -iu U UU 1 t �r j t _ 0 CIO 44 F ' # _ — fo ma aitA i ) NO � �u r ka Y �r `r �• .4 I kip ell— iL e.• Y � l 3 5' + r fir:("� ��4"ti,�L• m. .,,y� ��: ��pT�'} x�., > i r f 3 1 � - r �. 5 c APPENDIX C Areao.S it and, Groundwat.ier [*r;m. ation u Excerpt from 2003 AESI Geotechnical Report for Lot I of Minor Subdivision No, 154 u Excerpt includes a TP Location Map and 7 TP Logs u Note. This is now the site of the Glen Lake Commerce Sula, located on the NW corner of Manley Rd. and Griffin Dr. Intentionally Left Blank I I' ) s GEOTEC HNICAL RE PORT FOR: } SOB TRAN STATION L t 11 MAP* o .--inor Subdivislon No. 154 East Griffis Drive -nozeman M March 2003 (This is now the site he Glen Lake onu-ne ce u bdlvd�ul, locates; < < , [, '° ' corner �; Manley6 an 601 x_ R, 1. 1 Prepared bye ALL IE32 ENGINEERING j� �E�`✓1�ES; 1�c; Di covery 'T rX Dozeman, MT 59718 Phone(406).582-0221 > Fax (406) 582-5770 ) i Intentionally Left Blank I 2 7 .� -. s It f-tjI P6 .3 \ X !. /f �t 4C �y s 1 8: y (A W E a. tD L {. � 5 � � � L �. a +.4 z = t - Lys I ... 5I ISIIl � i I11lIi � $zx m 1 c -` '�" :n ,-, i'1= S p `^� Ot'• ice"- � � « Q `J •• { )3 t ` fti t k t 1 r! r O C_S a cFa {�} `'\J\\ff! -Q meµ' ..�a l�+ l to <� ' '�) � �•t -~t.��,,, �a T��'i � � e ��Ci �", t _ � � � to , J- rOl 1 r7oc cl C- ia- 13 D.0�C�. 4- a Q. a ,.-• n C !J O +4 O4�+ p T —�. � 'i {,� e� ��o � �tt ❑, � � c� � _� In � � a �. ��., �, .«•i I `:�, ri Q n. r r a C> 0 O. FM. ."f 1 •\ } ��� ��� ). 'mil ? jj � :� / ,: �" �-=^ .� > � E.. 1<� � L�,� I � b G t b�S n ❑ p '�'?` ❑ 6�_1 ❑ � i!�� ❑ G �. i r �7 4 b' �� �. r.�-:Q t�1..I c O s� � r n 6 }�] �'e. o •?.. �{ 1� c... � _�. i j g. a s �; O C i"' � -��'.• t+ � r3 � n ❑ e CS.. � .> ❑. P l�; a �' cr ° o ,�:° � f`l Ua, ;: !••� o 0 [} �F� /�-� [tJ• % ! � '.j l'�n �G" A �+ �� G [jt, � e b<? a �'�'3 Ce ('�� �g r"'> �� w. t3 CIO ( / I a.., � Clow ,- f .E j S l Idf vs I ti 11.KIOD _ z1 I I VA!rn : - te, 4 F-{ y. .�` �' C L`-rh>�..1 - L W K e=+ •� �h,,. b4 CU '� 'a `n_4 �- d J. v, to � O F w ra r-. O '.w c... Cy? U C sR '"'+ to St J 'T 'C3. � ,""„ y i.4 1:Z tL C t� pp' ` oc:`, �• as W a cr ocj a .L Cx, to_ o n.s a H c41 a 0, � , Q. it= : r 0 0: cp C' 40.- d. S5 U -in IT A x G a o S7' .6 P o- z# a ia OF r a' ✓ 60 J� a �; ❑ !s n: q, Q. is- c r( sg as -,� ��'ri !t p - c�-• cr s+' �y +,..t t- - 1 P° 0. 6 P it c b.�, 0 t-7�Ia Iw— r .!� �,s�. ./Y Et Ap 3 1` �, �T A � �� y• �.' °Y tl 'i l 6� � a �� � � O � Kt. Cgej'- Ul As ... �Jatws f� CQ cq ' a- �: n r3 .: iy: N'S J r O ..L' �' �' }: C`. �b C rn J L1 vL• -a!' .:' S`r t.. 7} Lhi'' ia £ J C-. r,,,,t• ,jzj.'6gjCr 6r L•+ E"`. .-�. —P.M,-1..1. LA ►._ r/! G.. Onj � c- sc `rr 4A{`r'..�� O .� �, ,� �"` f-� G-d ^ti7:_ � ;:s ,.,► T.f.°+ � -.mac.. ,.^�y - ��,t ru•cy: ?+ � r"`- r,% K IC ci y r ' ,...:" ,....s;' 1, C.'{ }, w f.7U. ;..,�. f:. p L: .,' ..C} O W -L^ J, • _ r -';y sr- {Z, r•'" � �-- �" •'�` �, Gp '' '�4- 40 sue,+ `L'!'.�. `� n•�;�, '� ',73' a � ins J yr t� �':J �' � Q cat T r• � Uu :� bP +tom} t1 r ,7 >: g `" 9 "'{ OA i .� 'SX".� i i, , rf,t: :n a �, `x� �J }' rciff IL `. In off: tf � Ea. a ° 4 a I EEj : ff a S ,� i. tom, E, 'y �i y� .t � � u £.�� a 3 x- Q � � 3 `t >' � .. �jt .a -.�'�1•�c�� P-4 �� - t 9,q F` u - is � r7 :Y � R � s_=5. n � �,t, �" w �.�� I'r,•-; I' �' �' ,--� a t J. o a�.,� o' O '. 10� Ck 00 . i n n n c o o; x ri b o.:• .sw A p ' sit q� r f' �}.-�}. � �;'U � ✓ a. a �7 t] � n C �� C' o v r j, i :3. { ;r r :l Ly r. Cri IT r?`_.o 0 n v 0e ] C• Y f� i 3 n_ <'> o c { _ clP ff > r fff� i,77j e l S �. [ ✓ a a 4 �' q D..G .0 G Li U ..�o pC7' Gr_�i /} nl t E tr(t E _ c 00 ,n a a OD 0. b_ 0 �.�J 4 _0 4 P73. L...lt t'- x r � aEt f r a s o c c - II LI:iIICI -- ,,/.. .� r'Si .ram.• 'n •t2 4. � G r U fah r3 � '�. •�_ .r .�i O .ION n C h aj CYCOD L7 o yii � v Ct S :t u .c- L: .,- s"`•,,-� n .. ".J-. _ Ci •.``- M ^� N .w is.Ct u '•.!s ,.t ram•+, - - � - � � .�� r' V `�' '� ..• 4.tt C Vim+ � � •D" � ti CS .�.y ;n � ,A�-,G � �'f'} � w " e2- r` ��+ � t~i �. O'*- G7 +x �? C � - r t� � � �eY t•.,Q rn ��^„ '� r O tc•S r J ,n 6, €�- GS .�'•� Q 1-i . �14 C .O 14D K y '�' o:•CL �G -.•" p�_ vi J= 5k .L f"' d W u c-7 r�7 oX /-�s3 Y n n . /��Q v cs C Cc, 9 . + lob cn x €r 1 q aej ia ` 'u C 6 0- ID -- Q D 4 'o rt ti- q. a ❑ n x'c it o 4 Ct bi �, ✓g � tJ �7'� a o '; a c 6� � g° C� .0 a o � �'�-�` ,�, oP, . .�, .¢ a n,. - � _� 4. a a .-a a L7 C7 OJ Oo cl 0 .O CS �sj7 L _ : {1 �Ii�.ti�t1 r� car cs Q of IMINTOD fir_ '� �• �' ry+ �}-iJ r.� h W �. ` U. Cd y .- ►�1 CtC N' "� U{.yt�'; J +`�.1 tL - ` a X. t C3IS Pm s.., L. :rs'k+' sU :�.•�' ?� [j'-. Im fj th vi C: n4yJI Ln 46 v vz oQ f� � r1 .. ... �7 3 W �f3-.-C�'� }Y1 CJ ✓; .....*� ., SY:"ii .�.�'.--3.E �/. �� �' +'y.i.� Jl..� � �`1-3.• S3. �'.AY�"! .�� .L��.t :� �,: �'� C t) 7. - ""� �s. � .7.') j `"J- " 1 ° �_ a �I r. a 1 i •C7 '�? a `l a-. �{r �t3- s � 00 ro � r4 {! O ❑ a c '�- s a '' �' ❑ q, c e _ q n c, 4 e o ° '� ,��ff i I t r [ 4r3 a, + 0 1 C? 0, _p C � ''� � �z{r>)) �, �, � �: •i C! C7 c� � �v`E r" ° O �3 4 F �, �} r+ p o o 4 t u z> �+.. v 44 C ttr (fr): o r } yy tf } �3 f 2 CT ? ! lY r le 4` r3 X 10 P tttf r U a a �J a .r n o. t7 1 a ❑'. d {-+ r�-t (?.l t i} j t"t �.� �y� C. C»' t;i��.❑ ��_ C-.1" G�i" � � a� �i �' o -!^� > a .CLA- in PCh Ao � � }. � ':;,; 4�-r J C.. t0_ Y•+- L ,_r '� •'+ 'L7 W ^3 L L ..-�.'-.i 1* .,� R �,Y' `tn w. r - i+'i is J '». 'Or• A.. .;: ; �: ,� _ c7 � rCii. +'C•r r � � � T ,� ..1. DA �-� : „-. �. r= V ,^�. i .1..� �. r:{ ca U, A r v:- �-yy O :n"'�� er c ;y 'i: ..., 'r. G`..: '� t-> a r.•n A .fin t..� � ••� r ;�., � e� � ,j �'a .-1 r :✓ = '; �". �+ +' rt bL'^-'q �.es cr� .7] y t. -M-� �. �' ;.` J '4 .» '1It._ F.'- .-•, �} rh 'O C 1'`? O-- - O 'T � 4 •7 � C O {� nr. r5 ., 4 ;n Sl » F 01 0 0 ,,^^yY L a a Cs 8 .. ' F r t a tF �t c u C3" ti a 0 0 Q Co s 0f.. CO lip �t ate- — ? 7 .C,". OOP " t b a 4€ " 4 � _ s# C cn .�� �'• Y- a fit F d � -r-J' ff. q: � Ff I^i q!. � �� � ° cE f.`a 4 'J �. �Q f i F a t� f: � £ �` b ,n"•a � n, is rk� � ;iz o a � 4 a• cs. � � FN F+k�M ,J r 7. W Q- �•_ �'. - t�'2 ,'>Ci ate`'4 ¢ D 05i CA - -4 Fr 1•. P. OF �-�. 4 f i J!J Ij g ,r K3 0 � b a a a � � �; � a„ 4 @. a '►�' � �" i L I l$ItI 7G1i' PQ c3 �" AM, . .`.. o _ i '" m r?: Q ^5 -ate :ir'R L'.a Ch- L`Y-Y e:! S.. ,.i q tip... "� a., 40 �^' ,.. ✓F ,4. �D. tY: s.. @' w k.A b4 "�- s:.• E.° , �+ d ' r / � r4 fl *aasZ anuss � m n ori owt > c0. M OD C a cal asp cc � u C� � a a Va .J .G 47 d d w sn Cf ca .�l ' ` ;�c 'rt ST n -r�s i-± d••.' '+� ty C].a .t C'7 �^ C�. �r '� r r•! ��i "'t. CC e":�. .-� :u +" Cy-4 ra. Cv -a}:,`� •� F! ,�,,fi�tt r pa 45. t"- .". `p j 'ill •�..•.r ct .:_ r•1cn Alwg to-...?: �- S - y L1fi.,`�. '; Q �`' :+i ,.�. W ..�;�} rn y -�': h{ '` - ` `� � i '",. � c7 ♦ � rC]j, iw� cs" 46 u. Rr t; i. O C1( [+S cti n'i + .: v i7 _ 'A s-{k . m F �. o r. y ca .O H i-� a+� �•-'S7..., :0-: JS O vr'` -+.�U}` i+ +n, ,q �.r .a '�'�.r .0 An •d. �'�.-i u 17 i 1"�'+ �. r. . � u a w cl tr 15 :J ri..t �y >� pro; n s�i .c r' y r5 l�}L% _° ♦mat, 0 rs.Q iy:4 ,� - �j �' '�T�• PQ oq ob 13 Cl AA jr-�•, :��ua �� ..� �fs.�T, y.ti ° C� �t e ��� 1C�� y ,t:_) �e-_ �(�.�a L_ - :'Sr! 'f-:T O_: G q L.: U t. a p... S? 6 6 i� - Po o. µ. C#, o r ot7 e, r: .p r1 L3. Cj o r,� � C3 4 °.a p s ° o � ° p 4 c n y r a o o Cl +J rs C) T r3 ,. o ° t�._j a _° a r�Ciri C? U Q a C) �? L:,� � 4'N ..;.. ° � `^��❑ '�'_'p: .s �Q �a k k' r:,: �' _ r. -r- �,� �'t o- � � � C,r. :/�: n S'Q O 2.' Q. �. o a L AO L7_ 2la.i�r11_o,Jn. _ _ - r L c s-j t (-- f ✓ J N k _L." .6:..ic'le �--- '' - '"' u �' c- � � r- yA �'^'� ��j. Ca �. �Q. S7h a.,:� '� :.i �� :""._ � ,.� � .� ✓ � ` �'� ~ J�.r. W y +ry En 00, Vi ;r .+ A.I,�� f--. u; .A r.',� � M� ✓- O '� � 'vI7 r � d � - 1 - U O !"! .: G G sa �'- J f .n-r yam•- C rt' J Cr c t L C+ r cj NMI ri u'ti ,-� '-• �'. :{}� (f ry t�.� Intentionally Left Blank APPENDIX D Laboratory..,, Testing ❑ Composite "A" (Native Silt/Clay) > Standard Proctor ❑ Composite "B" (Native Silt/Clay) ➢ Standard Proctor ❑ Note: Composite "A" is from TPs located in the south half of the project corridor length. o Note: Composite "B" is from TPs located in the north half of the project corridor length. Intentionally Left Blank COMPACTION TEST REPORT 107 17.30a 106.2 c 106 105 U a T N C N 104 ZAV for Sp.G._ 2.65 103 102 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. %> Sp.G. LL PI 3/8 in. No.200 Depth USCS AASHTO Moist. 2.65 3.8 TEST RESULTS MATERIAL DESCRIPTION Lean Clay,CL,(Visual Classification) Maximum dry density= 106.2 pcf Optimum moisture= 17.3 % Project No. Client: Allied Engineering Remarks: Project: General Testing 2018 Tested 5-21-18 0Source:Manley Road#18-024 Sample No.: CompositeX(G18221) (aka Composite A) Pioneer Technical Services, Inc. 106 Pronghorn Trail, Suite A- Bozeman, MT 59718 Ph. 406-388-8578 - Fax 406-388-8579 Figure Tested By: GG COMPACTION TEST REPORT 107 105 18.5°0 103.1 c ,6 103 U d C U 101 ZAV for 99 Sp.G._ 2.65 97 1 1 1--J 1-17 1 13 15 17 19 21 23 25 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 TEST RESULTS MATERIAL DESCRIPTION Maximum dry density= 103.1 pcf Lean Clay to Silt(Visual) Optimum moisture= 18.5 % Project No. Client: Allied Engineering Remarks: Project: General Testing 2018 Tested on 5-18-18 OSource:Matfley Road#18-024 Sample No.: CompositeY(G18222) (aka Composite B) Pioneer Technical Services, Inc. 106 Pronghorn Trail, Suite A- Bozeman, MT 59718 Ph. 406-388-8578 - Fax 406-388-8579 Figure Tested By: LPS Checked By: NG APPENDIX E Asphalt Pavement section De.5igna. u Manley Road - Unreinforced Subgrade (ESALs= 550,000) >- AES1 Pavement Design Spreadsheet u Manley Road - Reinforced Subgrade (ESALs = 3,882,738) );,- Reinforcement = Mirafi RS580i High Strength Geosynthetic >- Design Report prepared by Mirafi Design Software u Manley Road - Reinforced Subgrade (ESALs =3,519000) Reinforcement = Tensar TX-5 Triaxial Geogrid 11 > Design. Report prepared by Tensar Design Software u Side Roads/Driveways - Unreinforced Subgrade (ESALs = 150,000) AES1 Pavement Design Spreadsheet Intentionally Left Blank PAVEMENT SECTION DESIGN - Manley Road (Note: This unreinforced design is applicable for stable subgrade conditions (ie. dry, hard,compacted). Project: Manley Road - Bozeman, MT ` Project Number: 18-024 `M Date: March 13, 2020 ALL Prepared By: Lee Evans ENGIIVrEal SERVICES,INC. bso � Proje��s' Important Notes: ��etse 1) Sub-base course shall be comprised of import 6"-minus, sandy pitrun gravel. 2) Salvaged materials (asphalt, base, sub-base) shall be re-used as part of sub-base section. DESIGN INPUT PARAMETERS ESALs (total) 550,000 Subgrade CBR, (%) 2.50 Subgrade Resilient Modulus, MR (psi) 3,750 Reliability, R (%) 90 Standard Normal Deviate, ZR -1.282 Overall Standard Deviation, So 0.45 Initial Serviceability, po 4.2 Terminal Serviceability, pt 2.0 DESIGN EQUATION Design Serviceability Loss, (PSI) 2.2 5.74036 = left side Required Structural Number, RSN .E} 5.7367 = right side (Manipulate RSN such that the left and right side of equation match.) Asphalt Concrete Layer Coefficient, a1 0.41 Base Course Layer Structural Coefficient, a2 0.14 Base Course Layer Drainage Coefficient, m2 0.90 Sub-Base Course Layer Structural Coefficient, a3 0.09 Sub-Base Course Layer Drainage Coefficient, m3 0.90 DESIGN PAVEMENT SECTION Asphalt Concrete Thickness, Dl (in) 4.0 Granular Base Course Thickness, D2 (in) 6.0 Granular Sub-Base Course Thickness, D3 (in) 18.0 Calculated Structural Number, CSN 1! (Manipulate layer thicknesses such that CSN matches or exceeds RSN.) Pavement Section Design: Page 1 of 1 3/1 312 0 2 0 Project Analysis TENCATE TenCate thetics t ��, North America Flexible Pavement Analysis Report Project Name:Manley Road SID j 2020 Analysis-4,6, 18, RS580i Report Date:3/13/2020 Report Run By: Lee Evans ;l Initial Road Data(Pre-Reinforcement) Subgrade Strength Value Strength Parameter Subgrade CBR 3,750 Resilient Modulus(Mr)(psi)(AASHT093) 2.50 Structural Number(SN) Traffic Volume(ESALs) 3.85 545,381 Traffic Volume Calculator Data(ESALs) Initial Serviceability(po) Terminal Serviceability(pt) Serviceability Loss(APSI) 4.2 2.0 2.2 Reliability% (R) Standard Deviation(Sp) Standard Normal Deviate(ZR) 90 0.45 -1.282 Resilient Modulus(Mr)(psi) Unreinforced ESALs Reinforced ESALs 3,750 545,381 3,882,738 No Reinforcement/Stabilization Layer No. Material Description Structural Drainage Thickness(in) Structural Number Coefficient Coefficient (Unreinforced) 1 Asphalt Base 0.41 1.00 4.00 1.64 2 Base 0.14 0.90 6.00 0.76 3 Sub-Base 0.09 0.90 18.00 1.46 Subgrade CBR: 2.50 3.85 Reinforced/Stabilized-Geosynthetic Used: Mirafi® RS580i CSI specifications: https:/Iwww.teneategeo.us/en-us/resources/knowledge-library/CSI-Specs Structural Drainage Structural Number Layer No. Material Description Coefficient Coefficient Thickness(in) (Unreinforced) 1 Asphalt Base 0.41 1.00 4.00 1.64 2 Base 0.14 0.90 6.00 0.76 3 Sub-Base(Reinforced) 0.16 0.90 18.00 2.67 TenCate MirafiO RS580i Geosynthetic Subgrade CBR: 2.50 5.06 NOTE:Structural Numbers represent the results of calculations prior to the rounding of thicknesses and therefore may be slightly different than manual calculations done using the reported thicknesses. fpd.tcmirafi.net/Report.aspx?ProjectlD=76278&CalclD=85538&ReportType=Analysis 1/2 3/13/2020 Project Analysis Unrei€forced Reinforced uvt RS580i SN:3.85 SN:5.06 n5ALs:545,381 ESALs:3,882,738 0.00 4.005,00 4.00 6.00 6.00 c 10.00 - r E. 18.00 � 18.00 sn j. 15.00 _ w 20.00 25.00 i 30.00 Asphalt Base Base Sub-Base RS580i Comparative Gq,st Analysis Total Estimated Quantity(yd2) 16,723 Unreinforced Reinforced Unreinforcga Reinforced �`- Vnit Cost Thickness(in) SPedon Cost dz Asphalt Base $65.0 Eton 4.00 4.00 $14.63 $14.63 Base $20.00 per to 6.00 6 00 $6.00 $6.00 Sub-Base $15.00 per ton ikcie 18.00 $13.50 $13.50 Excavation and Removal $7.00 per ton 28.0 28.00 _ $9.80 $9.80 _ a -------------------- RS580i $4.00 per yd2 4 �.,--- --. ---------- - Total Section Cost( u2 $43.93 $47.93 Project Cost $734;641 $801,533 1 Project Savings -$66 892 Cost Savings y % f The Information herein Is accurate to the best of our knowledge.TenCale Geosynthelics North America assumes no liability for the accuracy or completeness of this Information or for the ultimate use by the purchaser.TENCATE GEOSYNTHETICS NORTH AMERICA DISCLAIMS ANY AND ALL EXPRESS,IMPLIED,OR STATUTORY STANDARDS,WARRANTIES,OR GUARANTEES,INCLUDING WITHOUT LIMITATION ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE 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.Users should satisfy themselves through independent investigation that these materials might be used safely. No warranty or guarantee,expressed or implied,Is made regarding the performance of any product,since the manner of use and handling are beyond our control.Any and all design related to a product will br the responsibility of the project engineer and/or registered engineer of record, t 365 South Holland Drive Tel 706 693 2226 Fax 706 693 4400 Kraft" Pendergrass,GA 30567 Tel 888 795 0808 www.mirafi.com R r ) ) 1 fpd.tcmiraf.net/Report.aspx?ProjectlD=76278&CalclD=85538&ReportType=Analysis 2/2 1 Pavement Optimization Design Analysis Design Parameters for AASHTO(1993)Equation Aggregate fill shall conform to following requirement: Reliability 90 Initial Serviceability =4.2 D50—27mm(Base course) Standard Normal Deviate =-1.282 Terminal Serviceability =2.0 Standard Deviation =0.45 Change in Serviceability =2.2 Unstabilized Section Material Properties Stabilized Section Material Properties Layer Description Cost Layer Drainage Layer Drainage �Iton) coefficient Layer Description Cost) coefficient factor factor 4/ton Asphalt Wearing Asphalt Wearing Aggregate Base Mechanically 0.177 SBC Subbase Course 16_ 0.090 SBC Subbase Course 1/ 16 0.090 - Unstabilized Pavement Stabilized Pavement P. MSL Subgrade Modulus 3,750 (psi) Subgrade Modulus 3,750 (psi) Structural Number 3.854 Structural Number 4.993 Calculated Traffic (ESALs) 550,000 Calculated Traffic (ESALs) 3,519,000 LIMITATIONS OF THE REPORT The designs, illustrations, information and other content included in this report are necessarily general and conceptual in nature, and do not constitute engineering advice or any design intended for actual construction. Specific design recommendations can be provided as the project develops. Project Name Manley Road Company Name Allied Engineering Services, Inc. Designer Lee Evans Date 03.13.20 This document Version 4.o.1 Developed by Tensar International Corporation Copyright 1998-2014,All Rights Reserved. You created this PDF from an application that is not licensed to print to novaPDF printer PAVEMENT SECTION DESIGN - Side Roads and Driveways (Note: This unreinforced design is applicable for stable subgrade conditions (ie. dry, hard,compacted). Project: Manley Road - Bozeman, MT _ Project Number: 18-024 Date: March 13, 2020 ALLIED Prepared By: Lee Evans ENG►tVEL'RING SERVICES,INC. s3 Important Notes: �r�ersepro�ec 1) Sub-base course shall be comprised of import 6"-minus, sandy pitrun gravel. 2) Salvaged materials (asphalt, base, sub-base) shall be re-used as part of sub-base section. DESIGN INPUT PARAMETERS ESALs (total) 150,000 Subgrade CBR, K 2.50 Subgrade Resilient Modulus, MR (psi) 3,750 Reliability, R (%) 90 Standard Normal Deviate, ZR -1.282 Overall Standard Deviation, S. 0.45 Initial Serviceability, po 4.2 Terminal Serviceability, pt 2.0 DESIGN EQUATION Design Serviceability Loss, (PSI) 2.2 5.17609 = left side Required Structural Number, RSN a.20 5.1927 = right side (Manipulate RSN such that the left and right side of equation match.) Asphalt Concrete Layer Coefficient, a1 0.41 Base Course Layer Structural Coefficient, a2 0.14 Base Course Layer Drainage Coefficient, m2 0.90 Sub-Base Course Layer Structural Coefficient, a3 0.09 Sub-Base Course Layer Drainage Coefficient, m3 0.90 DESIGN PAVEMENT SECTION Asphalt Concrete Thickness, Dl(in) 3.0 Granular Base Course Thickness, D2 (in) 6.0 Granular Sub-Base Course Thickness, D3 (in) 15.0 Calculated Structural Number, CSN =.a1) (Manipulate layer thicknesses such that CSN matches or exceeds RSN.) Pavement Section Design: Page 1 of 1 Intentionally Left Blank APPENDIX F Prod wets u Mirafi RS580i High Strength Geosynthetic ❑ Mirafi 60OX Woven Fabric ❑ Mirafi 18ON Non-Woven Fabric ❑ TensarTX-5Triaxia[ Geogrid I Intentionally Left Blank ) MOO- t. TE -Afiz i NQATE GE SYNT;I tI TICS W. �. Americas � �� � I "" w MirafiO RS580r`is a'revolutionary geosynthetic with grange identification yarns and super high- tenacity polypropylene, filaments farmed into an innovative weave to provide superior reinforcement strength and soil interaction integrated with high water flaw and soil retention capabilities. TenCate Geosyrlthetics Americas Laboratories are accredited by Geosyr thetic Accreditation Institute—Laborat pry AcoredOtlon Program Performance Properties 'Test Method Unit Typical Minttl urrtAveragie Roll Value Rats Value Tensile Stren th 2%strai MD ASTM D4595 lb§/ft kNtm 540 TSI 480 UM Tensile Stren th @ 2%strain CD ASTM D4.595 Ibs/ft kNlm 2160 31.5 : 180t 26.3 -. - - Tensile Stren th 5%strain MD ASTM D4595 lostft kN/rii 1560 22.8 1440 21:0 - -- -- Tensile Strdn* th 5%strain CD ASTM D4595 lbs/ft kN/iii 4920 71;8 4380 69.3 gailmin/ft? 90 366 75{3056 1. Flom Rate ASTM L4491 Umin/rrt } } Permittivity ASTM D4491 sett. 1,2 1,01- Typical Roll Value Pore'Size 095, ASTM D6767 microns 337 Pore Size 0so _ ASTM D6767 micraiis 1 - -- index PropertiesPro erties LO. itiiuna 4 enin Size -nt O enin Size AOS ASTM D4751 U,S Sieve mm 50 ` 49 . , Minimum Test Value Interaction Coefficient:2: ASTM 06706 -- 0.9 Factory Seam Stren`th ASTM D4884 I li s/ft kN/ni 3000 43.8 UV Resistance �/e strength 90 at 600 hours ASTM G4355 retained i rmaimum Roo Value ?tnteraction Coefficient value is forsand or gravel based on testing conducted by SGI Testing.Services. - Physical tiro. sties Unit Roli 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 -- --- 50.0 4i8 - ---... 567 474 US,Patent 8,333,220 and 8,590,054 i Disclaimer. TenCate assumes no rrawity,for the accuracy or coropieteness of this information or for the ultimate use by the purchaser. TenCate disclaims any and all express,tmpoed,or statutory standards,warranties or guaranteds;including without limitation any implied warranty as to nierchantability or fitness for a particular pu-rpose or arising fiom a course of dealing or usage of trade alit arnt equipment,materials,or informafiori furnshed herewith. This document should not be construed as ortgimering ddv„ce. MlrafiD is a mgisfered trademark of Nicoton Corporation copyright 0 2016 Nicolon Corporation.All Rights Reserued. 1 f` -�1 i ,yuruiry tyt OO- FGS000703t>t l' t t)•tctrtatR + _ itt� ts� �tJelt tr r�Unr 1eo� r—v�t4sitl� lytzf e ids Mtrawoo t � AALTENCATE TENCATE GEOSYNTHETICS Atn�neas _ — sZP�ru+naw MirafiO 60OX geotexti(e is composed. of high-tenacity polypropylene. yarns, which are woven into a stable network such that the yarns retain their relative position. Miraf e 60OX Oectextile is inert to biological degradation and resistant to. naturally encountered chemicals, alkalis, and acids. TehCate Geosynthetics Americas Laboratory is accredited Geosynthetic Accreditation Institute —Laboratory Accreditation Program (GAl-LAP). Minimum Average Mechanical Properties Test Method unit Roll Value MD CD Grab Tensile.Strength ASTM D4632 ills N 315 1402 315 1402 Grab Tensile Elongation ASTM D4632 % 15 Trapezoid Tear Strength ASTM 04533 1 Ibs N 120 534 120 534 CBR.Puncttre Stren th ASTiv1 Q6241 lt ' N` 900 4005 Maximum C? enin Size 3 Ap anent©gerlin Size AQS)^� ASTM t]4751 U.S.Sleve mm 40 0,425 Minimum Roll Value Permittivity ASTM D4491 see" 0.05` Flow gate ASTM 04491 gal/min/ft 4.t1(153) - Minimum Test.Value UV Resistance at.500 hours ASTM D4355 %strength retained 70 Physlcal Properties Unit Roll Sizes 15 x 300 17.5 x 258 IoII Dimensions (width x length) 1t(tit} 12 5 x.360 3.8 x t 10 4.6 x 91 5.3 x 78.7 Roll Area yd2(m2) -- 500 (418) 7� c6:s 1+1y �} fale �i Ccc `{i,} is `c �aQX S�j G}NciTl�rta f)tsetatr : TenCate assumes no liability fafi the ac unsay or completeness of this inforrn60ori orfor the Ultimate use by the purchaser,TeriCate disclaims any ar,,n_ xprass.implied,or statutory standards,warranties or guarantees,including without limitation any Implied warranty as to merchantability or fitness for r irticutar purpose or arising(torn a course of deating or usage of trade as to any equipment,materials,or information furnished herewith, This docui.ae, houtd not be construed as engine &q advice; Mirafr°is a re tistc I trademark of N!colon.Corporation. Copyright 02015 Nicolo(t Corporation.Alt Rights Reserved, 365 South Holland Dive -Tel 505 693 26 Fax 706 600 44t}0 Pendergrass,GA 30567 Tel $88 795 0808 t .tecacate,cca)n ��Atr'tr FGSD00393 ETQR39- f ram. [W_-LAP-25:97 i TENGAT`E GEOSYNTNETICS. M rOR diAmericas > r i - � --1 Niirafi°18ON is a needlepunched nonwoven geotextile composed of polypropylene fibers, which are formed into a stable network such that the fibers retain their relative position. MIraf 0 i 8QN is inert to biological degradation and resists naturally encountered l Chemicals,.alkalis, and acids.. Mlrafi°I BON meets AASHTO 1titM288 Class 1 for Elongefflon 50%. ) TenCate Geosynthetics Americas Laboratories are accredited by Geosynthetic j Accreditation Institute— Laboratory Accreditation grogram (GAI LA )s NTP Listed Minimum Average Mechanical Properties Teest Method t)nit Roil Value_ MD CD ~ Grab Tensile Stan th ASl M 04632 INN 205 9i2 2 912 Grab Tensile Elongation ASTM 04632 % 50 05 50 Tra ezeid Tear Strength _- ASTM D4533 Ibs N - _ 80 356 80 356 GBR Puncture Strength ASTM D6241 Ibs N. 500 2224 Maximum Opening Size A arent Opening Size ADS ASTM D4751 U,S Sieve mm 80 0.18 j Minimum Roll Value Permittivity --_---._ - ASTM D4491 _ -_- __sec-1 __. 1.4 Flow Rate ASTM D4491 allmin/W I/minim2 - _ 95 3870 - Minimum Test Value iJV Resistance_ at 600 hours ASTM-�4355- ---%strength retained _ - _-- 70-__-.--. Physcal.lxroperties Unit Rail Sizes Roll Dimensions(Width x length). ft(rn) 72.6 x 360(3.8 it 110j 15 x 300(4,57.x 91.4). Roll Area yd2(m2) 500(418) A�it"C4. �Fi .�t u� M4 Gzc-tec 't i I'l`rC. ;{ }. jC?: .5(��a) Jc ''a � j o1 cfalmor: Tencata assumes no liability for the accuracy or completeness of this information or far.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 merchenta.wity or tit{ic s for a particutac prpose_or wising.from acourse of.dealing or usage of trade as to any equipment,tttatsrfafs,orirtformation furnished herewith. This document should not be construed as engineering advice. Mirarit is R registei d trademark of Nicolon G6rpbration, copyright 026115 Wolon Corp¢reifon:liit Rights t2eserve {W- 365 South Holland Dnvo Tel 706 603 2226 Fax 706 6934400 t Pendergrass,GA 30567. Tel 8$8 795,G808 } ,trtt ales . T'�itni��v� .ter.• 6dsccos5l ETt�R�2 l l r 1�� },�.� tw+ 'fr zc! �s ���f.CtF�'hlt$Ft 1P 1'<; �.�'sG7 !.. S.��rti c�.s�#+t'�+={')C; `,-wtl€i rd F:ii i o sit'. .i,�s}-s.�i_.S.l"ae- j A Product 5pedfica#ion THAx.1"X5 Geogr[d Tensar International corporation reserves the right:to change Its product Specifications at anytime.itis the fesponsibility of the person specifying the use of this product and of the purchaser to ensure that productspeclfkatlans relled upon for design or procuremc t purposes are current and that the product Is suitable for its intendr'd use iri each Ifistarce. General Tensar TeiAxl*Geogrid i. The geogr(d is manufactured from a punched polypropylene sheet;which Is then odented to Or& substantially equilateral directions so.that the resulting ribs shall Have a high degree of molecular orientation,which continues at least In part through the mass of the[ntegral node. - 2. The properties contributing to the performance of a mechanically stabilized layer include the followings Index.Properties Longitudinal Diagonal Transverse General ■ ilia pitch"),mm(in) 40(1.50) Ott(1.f 0) - • Mid-rib depthltl,mm(in) - 1.8(0.05) 1.2(0.05) ■ Mid-rib widthl'i,mm(in) 0,9(0,04) U(OZ) or Rib shape Rectangular ■ Aperture shape Triangular Dimensions and Delivery The TX geogrid shall be delivered to the johsite in roll form with each roll Individually Idemified and norninally measuring 3.0 meters(9.8 feet) and/fir 4.0 meters(13.1feet)In width and 75 meters(z4 feet)in length. Note-' 3, Nr final tiimenslons. m } ,t th+;CLa �s ir-, LttU ° tn1 � 3cs t iA "�.. .aA-r,tI.., vile, 6-ees S�'7 n--11,,E.�yl cod (1,e `I"X-'.r� _3�jaxi�./t. t`k U rs 6 Z i3 L C t`L —fKyis � > or.1i� 'Apr roof P-10ror"( rV fir- (`y.tr.��2 � ��� G tensartntecnafionaiGorparatio_n ?hrssp¢(ElcdtFpnsup rse9esaryanda;Ipriorsp2crfic tia srertfteproductQesl4natfd sbom and i rdappfitab€e.ta am,pre-duct 25QONOrihwindsRk _ , P ttbFcbrcfa+yt,Zott,Tensar3rxtTuAx..ctradenwkiaf'refisarioterklfl alto ar�tlortcclts�fif�Gafes,h the €s and Marty SNy tthercounttiet.r x geegdda r3Neu3eihereLfareprntectedlryU.S,Patentti6.7 01,it7.Ratentsorpatent�ppGcatipnsalsoexist Atlanta,Georgia30009 inoihertaurt+es Fr:.aiilrterrrntFatiatthe5cxtabfttyeEiheatGvezntri(dnt Into atttiiorprodigtf5rlicusetvnfEtri¢€ete3, ti Its manner of useae the sole responsibleiyof itia ow,Tow,loternatronal[o:i rra ,n disclaims anp and all express;impFod or Pht;!t1et SOaI-TEN9AR-1 Statutorywarf. .br,inctudleglruttnot limited_to.any wwrw.y.6f.tra.fLfiaatabl!ityorMne>x for apattiuriar purpose rdlxani tgthis YVM4 4r.t8rt5grC9t�I.trSnl predarttor(heconpan'tt other produ;ts,trchnatagrtsorservto#.Tfizofomalioncontainedherein duet hot wrWitutee0glo eririi APPENDIX G L' Ufa tax of o Im y-,ur Gie;atechnkal Re-part Intentionally Left Blank ) AL J ENGINEERING SERVIEES,INC. 4 'erse ) 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 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 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 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 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 of practice 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. Allier/Engineering Services,Inc. page 2 APPENDIX C TYPICAL ENVIRONMENTAL PERMIT REQUIREMENTS Intentionally Left Blank Effective 19 March 2017 Nationwide Permit 14 Linear Transportation Projects 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. Spawning 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: htto://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:H www.fws.gov/ipac and http:H 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 140-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 'V2- 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(1)(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 1/10-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 12-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 peatlands. 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. 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?�22,24-27,28-36,38-44 and 46-51. B.Special Conditions for Specific Nationwide Permits 1)DEQ is granting certification for Nationwide Permits 43,#14,and#23 with the following additional condition:DEQ Water Protection Bureau—Discharge Permitting Program must be notified by the permittee within 48 hours of commencement of the regulated activity.Notification.must be sent to DEQWPBPublicComments@mt.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 Iine 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 i 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 Pen-nit#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 detriiriental 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 Quality'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. 6)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 teens and conditions as appropriate to carry out its responsibilities with respect to water quality throughout-the five year Nationwide Permit Cycle. cWogtaga Tisk9 %*UdWe 8� Varf@ Fisheries Management, 1400 S. 19th. Ave,Bozeman,MT 59718 Phone: (406) 577-7871 email: mike.duncan@mt.gov Stream Protection Act(SPA 124)Permit Date: 3/30/20 Applicant Name: Kellen Gamradt, City of Bozeman Address: PO Box 1230 Bozeman,Montana 59771-1230 Permit#: 4-2020-MG-R3 Waterbody: Glen Lake Outflow Project Name: Glen Lake Outflow Project Description: This project includes the widening of Manley Road,installation of shared use paths,curb and gutter, catchment basins,storm drain pipes/facilities.The installation of PVC piping to convey stormwater will help to reduce sedimentation,which currently occurs along the ditch.A portion of new stream channel will be constructed to convey outflow from Glen Lake to the ditch.The new stream channel will have form and functionality like a natural channel. Montana Fish, Wildlife&Parks has reviewed the proposed project.The project is approved provided it is carried out in accordance with the information supplied in the PP application, all general conditions listed on page 3 of this permit, and any special conditions listed below. Expiration: This permit is valid for 1 year(s) from the date of issuance. Timing Restrictions: No & Yes 0 if yes see below. No in-stream work between and Special Conditions: 1)Construction of the new stream channel and adjacent detention basins will only occur while the areas are disconnected from Glen Lake discharges,which can be accomplished by damming the outflow and pumping water around the project area. 318 Authorization Review I have reviewed the above project on behalf of the Montana Department of Environmental Quality(DEQ)pursuant to the Montana Water Quality Act Short-term Water Quality Standards for Turbidity 75-5-318 MCA: This project will not increase turbidity if completed according to the conditions listed in the 310 or 124 permit. Therefore, application to DEQ for a 318 authorization is not required. Impacts to the physical and biological environment from turbidity generated as a result of this project are uncertain. Therefore,the applicant must contact the Montana 0 Department of Environmental Quality, 1520 East Sixth Avenue, Box 200901,Helena, MT 59620-0901, (406 444-3080)to determine project specific narrative conditions required to meet short-term water quality standards and protect aquatic biota. Turbidity generated from this project is expected to be short-term and have only temporary and minor impacts on the physical and biological environment.Therefore, compliance with the conditions stated in the attached letter outlining DEQ's Short Term Water Quality Standard for Turbidity Related to Construction Activity, as well as other conditions listed in the 310 or 124 permit, are appropriate for this proj ect. Issuing Biologist: Mike Duncan Signature: 7�G�tC 2 Stream Protection Act 124 Permit General Conditions 1. Complete work affecting a streambed or stream bank in an expeditious manner to avoid unnecessary impacts to the stream. 2. Limit the clearing of vegetation to that which is absolutely necessary for construction of the project.Take precautions to preserve existing riparian vegetation. Salvage and reuse native vegetation where possible. 3. Install and maintain erosion control measures where appropriate to protect aquatic resources.Do not clear and grub land adjacent to streams prior to installing proper erosion and sedimentation controls. Conduct all work in a manner that minimizes turbidity and other disturbances to aquatic resources. 4. Plan temporary construction facilities to: a. Minimize disturbance to stream banks,stream bank vegetation,and the streambed by locating staging or storage facilities at least 50'horizontally from the highest anticipated water level during construction; b. not restrict or impede fish passage in streams;and c. not restrict any flow anticipated during use. 5. Provide sediment controls for drainage from topsoil stockpiles,staging areas,access roads,channel changes,and instream excavations. 6. Isolate work zones from flowing and standing waters to prevent turbid water and sediments from being discharged into streams or other drainages that flow directly into the stream. Divert flowing waters around the work zone. 7. Do not spill or dump material into streams. Store and handle petroleum products,chemicals, cement and other deleterious materials in a manner that will prevent their entering streams. 8. Do not permit wash water from cleaning concrete-related equipment or wet concrete to enter streams. 9. Do not operate mechanized equipment in any stream or flowing water unless special authorization is obtained.If special authorization is granted,the following conditions apply: a. Powerwash all equipment allowed in a stream prior to entering the stream channel. b. Clean and maintain all equipment so that petroleum-based products and hydraulic fluids do not leak or spill into the waterway. 10. Reclaim streambeds and stream banks as closely as possible to their pre-disturbed condition. 11. Restore disturbed stream banks to their natural or pre-disturbed configuration to match adjacent ground contours or as specified in the project plans Stabilize,reseed,and re-vegetate disturbed areas. Install and maintain long-term biodegradable erosion-control measures to protect these areas until adequate vegetation has been established. 12. Restore temporary access routes and any temporarily disturbed areas to original conditions, including original contours and vegetation. 13. Dispose of any excess material generated from the project above the ordinary high water mark and in an area not classified as a wetland. 3 4!7 SHORT-TERM WATER QUALITY STANDARD FOR TURBIDITY RELATED TO na Departniem of CONSTRUCTION ACTIVITY IRONMENTAL QUALITY (318 Authorization) Dear Applicant: This 318 authorization is the result of your recent application for a 310 permit from your local Conservation District or a 124 permit from Montana Fish,Wildlife and Parks.This authorization is valid for the time frame noted on your permit. This is not your 310 or 124 permit and no construction activity should occur until you have received a valid 310 or 124 permit as well as any other permits that apply to this proposed construction activity. This authorization is the result of an Operating Agreement between the Montana Department of Environmental Quality (DEQ), and Montana Fish, Wildlife and Parks(FWP). The applicant agrees to the comply with the conditions stated below,as well as other conditions listed in the 310 or 124 permit issued for this project. Signatures of the applicant and FWP are required to validate this authorization. l. Construction activity in or near the watercourse are to be limited to the minimum area necessary,and conducted so as to minimize increases in suspended solids and turbidity that could degrade water quality and adversely affect aquatic life outside the immediate area of operation. 2. The use of machinery in the watercourse shall be avoided unless absolutely necessary. 3. All disturbed stream banks and adjacent areas created by the construction activity shall be protected with erosion control measures during construction.These areas shall be reclaimed with appropriate erosion control measures and revegetated to provide long-term erosion control. 4. Any excess material generated from this project must be disposed of above the ordinary high water mark, in an area not classified as a wetland,and in a position not to cause pollution of State waters. 5. Clearing of vegetation will be limited to that which is absolutely necessary for construction of the project. 6. This authorization does not authorize a point source surface water discharge. MPDES permit is required for said discharge. 7. Open cut creek crossings will not be allowed in flowing water. Stream water must be diverted around the open cut area(pump, flume etc.) 8. The applicant must conduct all activities in full and complete compliance with all terms and conditions of all permits required for this activity issued pursuant to the Montana Natural Streambed and Land Preservation Act (310 permit),the Stream Protection Act(124 permit)the Federal Clean Water Act(404 Permit), any MPDES permits for dewatering or storm water control in the construction area and any valid Memorandum of Agreement and Authorization(MAA)negotiated for this activity. The FWP representative has determined that this project is within the scope of the programmatic Environmental Assessment prepared by DEQ and FWP for the issuance of narrative turbidity standards. Date:_30 March 2020_ Date: FWP Representative's Signature Applicant's Signature Name and location of project: Glenn Lake Outflow 4-2020-MG-R3. t — i RPA HELENA, MT 3147 Saddle Drive Helena,MT 59601 (P)406.447.5000 BOZEMAN, MT 3810 Valley Commons Drive,Suite 4 Bozeman,MT 59718 406.284.2665 KALISPELL, MT 102 Cooperative Way,Suite 300 Kalispell,MT 59903 406.752.5025 copyright©2014 Robert Peccia&Associates