Full Text
Signed: Erica Gilrein, Project Engineer L E T T E R O F T R A N S M I T T A L To: Mr. Jason Karp, Planning Director Date: October 3, 2022 City of Belgrade Planning/ Building Dept. Project No: 19076.04 91 East Central Avenue Project: Meadowlark Ranch Sub., Phase VI Belgrade, Montana 59714 Reference: Floodplain Permitting ☐ By Mail ☐ Next Day Air ☒ Delivered By Hand ☐ To Pick Up Attachments: ☐ SID Pre-Creation Exhibits ☐ Contract Documents ☐ Prints ☒ Plans/Specifications ☐ Change Order ☐ Plat Submittal ☐ Shop Drawings ☐ Estimate ☐ Other MESSAGES: Jason, Attached please find the hard copy application materials for a Floodplain Development Permit for Meadowlark Ranch Subdivision, Phase VI. These materials include: Signed Floodplain Joint Application Meadowlark Ranch LOMR Culvert Crossing Improvement Plans, two copies Meadowlark Ranch LOMR Culvert Crossing Improvement Special Provisions Water Surface Elevations and Cross Sections I will be sending these items electronically as well. Please let me know if there are any other items you require. Thank you. ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- VICINITY MAP NORTH PROJECT NO: PREPARED FOR: 19076.04 PRELIMINARY - FOR REVIEW MEADOWLARK RANCH, INC. BILLINGS, MT 59101 175 N. 27TH STREET, SUITE 900 BELGRADE, MONTANA MEADOWLARK RANCH LOMR PROVIDING CULVERT CROSSING IMPROVEMENTS FOR MEADOWLARK RANCH SUBDIVISION 1300 North Transtech Way Billings, Montana 59102 [PHONE REDACTED] sandersonstewart.com C1.1 FILE: PROJECT NO: CAD: QUALITY ASSURANCE: DRAWING HISTORY DATE DESCRIPTION 19076.04 - - - - - - - - - - - - - - BID SET 09/27/22 EJG/CAS 19076_04_COVER_PROD.DWG GTO Sheet List Table Sheet Number Sheet Title C1.1 COVER C1.2 LEGENDS, NOTES, AND ABBREVIATIONS C2.1 EXISTING TOPOGRAPHY & DEMOLITION PLAN C3.1 OVERALL SITE PLAN C3.2 SITE PLAN - ORIOLE DRIVE C3.3 SITE PLAN - LARK LANE C4.1 GRADING PLAN - ORIOLE DRIVE C4.2 GRADING PLAN - LARK LANE C5.1 PLAN & PROFILE - ORIOLE DRIVE C5.2 PLAN & PROFILE - LARK LANE C6.1 CROSS SECTIONS C7.1 DETAILS ---PAGE BREAK--- ELECTRIC JUNCTION BOX EXISTING STORM DRAIN MANHOLE EXISTING CATCH BASIN SIGN POWER POLE EXISTING WATER VALVE EXISTING FIRE HYDRANT BOLLARD BUSH EXISTING CURB STOP FIRE DEPT. CONNECTION FIBER OPTIC PEDESTAL GAS METER GAS MANHOLE GAS VALVE GUYWIRE IRRIGATION VALVE IRRIGATION BOX LIGHT POLE POWER METER POWER MANHOLE ELECTRIC PEDESTAL ROOF DRAIN SIGNAL POLE EXISTING SANITARY SEWER MANHOLE SANITARY SEWER CLEAN OUT TELEPHONE BOX TELEPHONE MANHOLE TELEPHONE PEDESTAL TRANSFORMER CONIFEROUS TREE DECIDUOUS TREE COMMUNICATIONS MANHOLE COMMUNICATIONS PEDESTAL WELL YARD HYDRANT EW = FINISHED GRADE AT EDGE OF WALK TC = FINISHED GRADE AT TOP BACK OF CURB BC = FINISHED GRADE AT BUILDING CORNER TW = FINISHED GRADE AT TOP OF WALL AC = FINISHED GRADE AT ASPHALT EA = FINISHED GRADE AT EDGE OF ASPHALT EC = FINISHED GRADE AT EDGE OF CONCRETE SDI = STORM DRAIN INLET SDMH = STORM DRAIN MANHOLE FL = FINISHED GRADE AT FLOWLINE FG = FINISHED GRADE EX = APPROXIMATE EXISTING ELEVATION POC = POINT ON CURVE EXISTING WATER REDUCER GAS WELL FOUND CORNER MONUMENT AS NOTED SET CORNER MONUMENT, REBAR WITH CAP BENCHMARK SECTION QUARTER CORNER SECTION CORNER WTR = WATER PI = POINT OF INTERSECTION PRC = POINT OF REVERSE CURVE RT = RIGHT LT = LEFT SS = SANITARY SEWER PT = POINT OF TANGENCY SD = STORM DRAIN GV = GATE VALVE BFV = BUTTERFLY VALVE RED = REDUCER LF = LINEAL FOOT FT = FEET SSMH = SANITARY SEWER MANHOLE BVC = BEGIN VERTICAL CURVE CS = CURB STOP EVC = END VERTICAL CURVE PVI = POINT OF VERTICAL INTERSECTION LINETYPES ABBREVIATIONS SYMBOLS PROPOSED CATCH BASIN PROPOSED WATER REDUCER PROPOSED WATER VALVE PROPOSED FIRE HYDRANT PROPOSED CURB STOP PROPOSED SANITARY SEWER MANHOLE PROPOSED STORM DRAIN MANHOLE KEYNOTE CALL OUT (SEE KEYNOTE LEGEND) SRVC = SERVICE (TYP.) = TYPICAL PC = POINT OF CURVATURE EXISTING MONUMENT BOX PROPOSED MONUMENT BOX GR = EXISTING GRADE AT GROUND BRK = GRADE BREAK FIBER OPTIC GAS PIPELINE OIL PIPELINE UNDERGROUND POWER SANITARY SEWER STORM DRAIN TELEPHONE TELEVISION/CABLE WATER CONTOUR OVERHEAD POWER FENCE - VINYL FENCE - BARBWIRE FENCE - WOOD CURB AND GUTTER EDGE OF ASPHALT EDGE OF GRAVEL FENCE - CHAINLINK/ WOVEN WIRE EXISTING PROPOSED HP = HIGH POINT DEMO AREA PROPOSED ASPHALT PROPOSED CONCRETE PROPOSED GRAVEL PRELIMINARY - FOR REVIEW FILE: PROJECT NO: CAD: QUALITY ASSURANCE: DRAWING HISTORY DATE DESCRIPTION FOR MEADOWLARK RANCH SUBDIVISION LEGENDS, NOTES, AND ABBREVIATIONS MEADOWLARK RANCH LOMR PROVIDING CULVERT CROSSING IMPROVEMENTS BELGRADE, MONTANA C1.2 GTO 19076_04_COVER_PROD.DWG EJG/CAS 09/27/22 BID SET - - - - - - - - - - - - - - 19076.04 EXISTING WATER MANHOLE WATER METER NOTE: -EXISTING UNDERGROUND INSTALLATIONS & PRIVATE UTILITIES SHOWN ARE INDICATED ACCORDING TO THE BEST INFORMATION AVAILABLE TO THE ENGINEER. THE ENGINEER DOES NOT GUARANTEE THE ACCURACY OF SUCH INFORMATION. SERVICE LINES (WATER, POWER, GAS, STORM, SEWER, TELEPHONE & TELEVISION) MAY NOT BE STRAIGHT LINES OR AS INDICATED ON THE PLANS. STATE LAW REQUIRES CONTRACTOR TO CALL ALL UTILITY COMPANIES BEFORE EXCAVATION FOR EXACT LOCATIONS. -ALL IMPROVEMENTS SHALL BE PERFORMED IN ACCORDANCE WITH MONTANA PUBLIC WORKS STANDARD SPECIFICATIONS 6TH EDITION, APRIL, 2010, AND THE CITY OF BELGRADE STANDARD MODIFICATIONS, DATED JULY, 2017. -UNLESS OTHERWISE SPECIFIED, ALL CONSTRUCTION LAYOUT AND STAKING SHALL BE PERFORMED UNDER THE RESPONSIBLE CHARGE OF A LAND SURVEYOR LICENSED IN THE STATE WHERE IS PROJECT IS LOCATED AND BY A PARTY CHIEF OR ENGINEERING TECHNICIAN EXPERIENCED IN CONSTRUCTION LAYOUT AND STAKING TECHNIQUES AS ARE REQUIRED BY THE SPECIFIC TYPE OF WORK BEING PERFORMED. ---PAGE BREAK--- CP#100121 CP#100013 CP# 12 CP#14 CP#15 CP#16 CP#7 CP#100173 CP#100200 CP#10 CP#100132 CP#100203 CP#100102 CP#100204 CP#100129 PHASE 5 (UNDER CONSTRUCTION SEPARATE CONTRACT) PHASE 6 (IMPROVEMENT TO BE CONSTRUCTED IN THE FUTURE) PRELIMINARY - FOR REVIEW NORTH FILE: PROJECT NO: CAD: QUALITY ASSURANCE: DRAWING HISTORY DATE DESCRIPTION FOR MEADOWLARK RANCH SUBDIVISION EXISTING TOPOGRAPHY & DEMOLITION PLAN MEADOWLARK RANCH LOMR PROVIDING CULVERT CROSSING IMPROVEMENTS BELGRADE, MONTANA C2.1 GTO 19076_04_EXISTING_DEMO_PROD.DWG EJG/CAS 09/27/22 BID SET - - - - - - - - - - - - - - 19076.04 0 150 SCALE: 1" = 150' 300 75 150 PROJECT SURVEY CONTROL Point # 7 10 12 14 15 16 100013 100102 100121 100129 100132 100137 100173 100200 100203 100204 Northing 565700.75 564927.21 566909.39 567003.58 566699.74 566617.26 567312.01 565870.57 567640.80 567610.44 564899.34 565029.04 564912.82 564970.25 564929.40 564936.72 Easting 1550163.69 1551775.15 1549587.12 1549907.65 1549691.63 1550187.98 1549810.56 1551429.27 1549328.09 1550658.03 1551963.94 1547989.01 1550524.41 1550639.10 1551964.27 1551724.06 Elevation 4419.15 4427.13 4411.36 4410.48 4412.39 4414.19 4411.16 4427.95 4409.24 4407.74 4427.82 4426.15 4425.16 4425.38 4427.85 4427.44 Description CP / CP / CP / CP / CP / CP / CP / FND / 5/8"RBR ORANGE CAP SX / CE-1/16 13174PLS QC /2 ACR. 13174ALLIED FND / 2"ACR.4955R.W.ALLEN FND / 5/8"RBR NO CAP FND / 2"ACR.4955R.W.ALLEN FND / 1.5"ACR.12251TD&H FND / 1.5"ACR.12251TD&H FND / 1.5"ACR.12251TD&H PROJECT DATUM: THIS PROJECT IS ON THE MONTANA STATE PLANE COORDINATE SYSTEM NORTH AMERICAN DATUM OF 1983 NORTHING AND EASTING COORDINATES ARE EXPRESSED IN UNITS OF U.S. SURVEY FEET AND ELEVATIONS ARE IN UNITS OF U.S. SURVEY FEET SURVEYED: 12/27/19 BY: KS CONTROL TABLE NOTES ---PAGE BREAK--- PHASE 5 (UNDER CONSTRUCTION SEPARATE CONTRACT) PHASE 6 (IMPROVEMENT TO BE CONSTRUCTED IN THE FUTURE) PRELIMINARY - FOR REVIEW NORTH FILE: PROJECT NO: CAD: QUALITY ASSURANCE: DRAWING HISTORY DATE DESCRIPTION FOR MEADOWLARK RANCH SUBDIVISION OVERALL SITE PLAN MEADOWLARK RANCH LOMR PROVIDING CULVERT CROSSING IMPROVEMENTS BELGRADE, MONTANA C3.1 GTO 19076_04_SITE_PROD.DWG EJG/CAS 09/27/22 BID SET - - - - - - - - - - - - - - 19076.04 0 80 SCALE: 1" = 80' 160 40 80 ---PAGE BREAK--- PRELIMINARY - FOR REVIEW NORTH FILE: PROJECT NO: CAD: QUALITY ASSURANCE: DRAWING HISTORY DATE DESCRIPTION FOR MEADOWLARK RANCH SUBDIVISION SITE PLAN - ORIOLE DRIVE MEADOWLARK RANCH LOMR PROVIDING CULVERT CROSSING IMPROVEMENTS BELGRADE, MONTANA C3.2 GTO 19076_04_SITE_PROD.DWG EJG/CAS 09/27/22 BID SET - - - - - - - - - - - - - - 19076.04 0 10 SCALE: 1" = 10' 20 5 10 ---PAGE BREAK--- PRELIMINARY - FOR REVIEW NORTH FILE: PROJECT NO: CAD: QUALITY ASSURANCE: DRAWING HISTORY DATE DESCRIPTION FOR MEADOWLARK RANCH SUBDIVISION SITE PLAN - LARK LANE MEADOWLARK RANCH LOMR PROVIDING CULVERT CROSSING IMPROVEMENTS BELGRADE, MONTANA C3.3 GTO 19076_04_SITE_PROD.DWG EJG/CAS 09/27/22 BID SET - - - - - - - - - - - - - - 19076.04 0 10 SCALE: 1" = 10' 20 5 10 ---PAGE BREAK--- PRELIMINARY - FOR REVIEW NORTH FILE: PROJECT NO: CAD: QUALITY ASSURANCE: DRAWING HISTORY DATE DESCRIPTION FOR MEADOWLARK RANCH SUBDIVISION GRADING PLAN - ORIOLE DRIVE MEADOWLARK RANCH LOMR PROVIDING CULVERT CROSSING IMPROVEMENTS BELGRADE, MONTANA C4.1 GTO 19076_04_GRADE_PROD.DWG EJG/CAS 09/27/22 BID SET - - - - - - - - - - - - - - 19076.04 0 20 SCALE: 1" = 20' 40 10 20 ---PAGE BREAK--- PRELIMINARY - FOR REVIEW NORTH FILE: PROJECT NO: CAD: QUALITY ASSURANCE: DRAWING HISTORY DATE DESCRIPTION FOR MEADOWLARK RANCH SUBDIVISION GRADING PLAN - LARK LANE MEADOWLARK RANCH LOMR PROVIDING CULVERT CROSSING IMPROVEMENTS BELGRADE, MONTANA C4.2 GTO 19076_04_GRADE_PROD.DWG EJG/CAS 09/27/22 BID SET - - - - - - - - - - - - - - 19076.04 0 20 SCALE: 1" = 20' 40 10 20 ---PAGE BREAK--- PRELIMINARY - FOR REVIEW FILE: PROJECT NO: CAD: QUALITY ASSURANCE: DRAWING HISTORY DATE DESCRIPTION FOR MEADOWLARK RANCH SUBDIVISION PLAN & PROFILE - ORIOLE DRIVE MEADOWLARK RANCH LOMR PROVIDING CULVERT CROSSING IMPROVEMENTS BELGRADE, MONTANA C5.1 GTO 19076_04_PNP_ORIOLE_PROD.DWG EJG/CAS 09/27/22 BID SET - - - - - - - - - - - - - - 19076.04 NORTH VERTICAL SCALE: 1"=5' 20 10 0 HORIZONTAL SCALE:1" = 20' 20 40 ---PAGE BREAK--- PRELIMINARY - FOR REVIEW FILE: PROJECT NO: CAD: QUALITY ASSURANCE: DRAWING HISTORY DATE DESCRIPTION FOR MEADOWLARK RANCH SUBDIVISION PLAN & PROFILE - LARK LANE MEADOWLARK RANCH LOMR PROVIDING CULVERT CROSSING IMPROVEMENTS BELGRADE, MONTANA C5.2 GTO 19076.04_PNP_LARK_PROD.DWG EJG/CAS 09/27/22 BID SET - - - - - - - - - - - - - - 19076.04 NORTH VERTICAL SCALE: 1"=5' 20 10 0 HORIZONTAL SCALE:1" = 20' 20 40 ---PAGE BREAK--- PRELIMINARY - FOR REVIEW FILE: PROJECT NO: CAD: QUALITY ASSURANCE: DRAWING HISTORY DATE DESCRIPTION FOR MEADOWLARK RANCH SUBDIVISION CROSS SECTIONS MEADOWLARK RANCH LOMR PROVIDING CULVERT CROSSING IMPROVEMENTS BELGRADE, MONTANA C6.1 GTO 19076_04_XSEC_PROD.DWG EJG/CAS 09/27/22 BID SET - - - - - - - - - - - - - - 19076.04 ---PAGE BREAK--- PRELIMINARY - FOR REVIEW FILE: PROJECT NO: CAD: QUALITY ASSURANCE: DRAWING HISTORY DATE DESCRIPTION FOR MEADOWLARK RANCH SUBDIVISION DETAILS MEADOWLARK RANCH LOMR PROVIDING CULVERT CROSSING IMPROVEMENTS BELGRADE, MONTANA C7.1 GTO 19076_04_DETAILS_PROD.DWG EJG/CAS 09/27/22 BID SET - - - - - - - - - - - - - - 19076.04 ---PAGE BREAK--- CONTRACT PLANS & SPECIFICATIONS FOR 19076.04 Culvert Crossing Improvements Meadowlark Ranch Subdivision Belgrade, Montana For Bidding SIME Construction September 2022 ---PAGE BREAK--- CONTRACT PLANS AND SPECIFICATIONS FOR Culvert Crossing Improvements for Meadowlark Ranch Subdivision Belgrade, Montana Prepared For: Meadowlark Ranch, Inc. 175 N. 27th Street Suite 900 Billings, Montana 59101 Prepared By: Sanderson Stewart 1300 North Transtech Way Billings, Montana 59102 September 2022 19076.04 ---PAGE BREAK--- i TABLE OF CONTENTS Total No. of Pages INVITATION TO BID 1 INSTRUCTIONS TO BIDDERS 5 BID FORM 7 AGREEMENT FORM and ACKNOWLEDGEMENT OF LIQUIDATED DAMAGES 7 PAYMENT and PERFORMANCE BOND 6 CONTRACTOR’S INSURANCE CHECKLIST 1 CITY OF BELGRADE STANDARD MODIFICATIONS TO SIXTH EDITION, FEBRUARY 2018 (Refer to City of Belgrade Website) _ SCHEDULE OF VALUES/CONTRACT PRICE BREAKDOWN - SECTION 01298 1 SPECIAL PROVISIONS 18 GEOTECHNICAL REPORT 27 ---PAGE BREAK--- INVITATION TO BID ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_INV.doc INVITATION TO BID (09/29/22) EG Page 1 of 1 INVITATION TO BID You are invited to bid on Meadowlark Ranch Subdivision, Culvert Crossing Improvements. Separate sealed bids for the construction of Meadowlark Ranch Subdivision, Culvert Crossing Improvements will be received electronically to [EMAIL REDACTED], until 2:00 P.M. local time on October 20, 2022. Bids received after that time will not be accepted. Bids will be opened privately. The project generally consists of the following work: Providing Culvert Crossing Improvements for Meadowlark Ranch Subdivision, Belgrade, MT. Plans and specifications are available for viewing and may be obtained from Sanderson Stewart; 106 East Babcock, Suite L1, Bozeman, MT 59715 electronically (pdf) for $0.00 or hard copy for a non-refundable deposit of $100.00. Requests for out-of-town delivery must be accompanied by pre-paid postage. Successful BIDDERS shall furnish an approved Performance Bond and a Labor and Materials Payment Bond, each in the amount of one hundred percent (100%) of the contract amount. Insurance as required shall be provided by the successful BIDDER(s) and a certificate(s) of that insurance shall be provided. All bids must be accompanied by the entire bound Contract Plans and Specifications book including all sections outlined in the Table of Contents. No bid may be withdrawn after the scheduled time for the opening of bids, which is 2:00 p.m. local time, October 20, 2022. The right is reserved to reject any or all proposals received, to waive informalities, to postpone the award of the contract for a period of not to exceed sixty (60) days, and to accept the lowest responsive and responsible bid which is in the best interest of the Owner. For further information concerning this project, please contact Erica Gilrein, Project Engineer for Sanderson Stewart at [PHONE REDACTED]. ---PAGE BREAK--- INSTRUCTIONS TO BIDDERS ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_IB.doc INSTRUCTIONS TO BIDDERS (09/29/22) EG Page 1 of 5 INSTRUCTIONS TO BIDDERS BIDS - All Bids must be made on the forms provided in this electronic copy of the Contract Documents. All bids must be legibly written in ink, with all prices given in figures and total bid amount given in words and figures. No alterations by erasures or interlineations will be permitted in Bids or in the printed forms. Each Bid shall be sent electronically to [EMAIL REDACTED] and endorsed on the outside of the envelope with the words: To Provide Culvert Crossing Improvements for Meadowlark Ranch Subdivision Bids shall be strictly in accordance with the prescribed form. Any modifications thereof or deviations therefrom may be considered as sufficient cause for rejection. Bids carrying riders or qualifications to the Bid being submitted may be rejected as irregular. BID GUARANTEE - No Bid Guarantee is required by the Owner. SIGNATURE OF BIDDERS - Each Bid must be signed in ink by the bidder with his full name and his business address or place of residence. In the case of a firm or partnership, the name and residence of each member must be inserted. In the case that the bid is submitted by, or on behalf of, a corporation, it must be signed in the name of such corporation by an official who is authorized to bind the corporation, and who shall also affix the corporate seal of such corporation. The bid of a corporation, which is signed by a person other than a corporate officer, must be accompanied by a Power of Attorney showing that person's authority. Acknowledgement of Liquidated Damages form must also be completed and signed by the bidder. ONLY ONE PROPOSAL - No bidder may submit more than one bid. Two bids under different names will not be received from one firm or association. RESPONSIBILITY OF AGENT - Any person signing a bid as the agent of another, or of others, may be required to submit satisfactory evidence of this authority to do so. The title of the person(s) executing the bid or Agreement shall be clearly indicated beneath his signature. QUALIFICATIONS OF BIDDERS - Bidders may be required to submit satisfactory evidence that they have a practical knowledge of the particular work bid upon, and that they have the necessary financial resources to complete the proposed work. In determining the lowest responsive and responsible bid, the following elements will be considered: whether the bidder involved maintains a permanent place of business; has adequate plant and equipment to do the work properly and expeditiously; has a suitable financial status to meet obligations incident to the work; and has appropriate technical experience. ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_IB.doc INSTRUCTIONS TO BIDDERS (09/29/22) EG Page 2 of 5 Each bidder may be required to show that former work performed by him has been handled in such a manner that there are no just or proper claims pending against such work. No bidder will be acceptable if he is engaged on any other work, which impairs his ability to finance his contract. The bidder shall demonstrate his ability by meeting all requirements herein stipulated, if asked for them. EXAMINATION OF CONTRACT DOCUMENTS AND SITE - Before submitting a bid, each bidder must examine the Contract Documents thoroughly; visit the site to familiarize himself with location conditions that may, in any manner, affect cost, progress, or performance of the work; familiarize himself with federal, state and local laws, ordinances, rules, and regulations that may, in any manner, affect cost, progress or performance of the work; and study and carefully correlate bidder's observations with the Contract Documents. Any bidder may, upon request, examine those reports of investigations and tests of subsurface and latent physical conditions at the site (if any), which have been relied upon in preparing the drawings and specifications. These reports are not guaranteed as to accuracy or completeness, nor are they part of the Contract Documents. Before submitting his bid, each bidder will, at his own expense, make such additional investigations and tests as the bidder may deem necessary to determine his bid for performance of the work in accordance with the time, price, and other terms and conditions of the Contract Documents. On request, OWNER will provide each bidder access to the site to conduct such investigations and tests as each bidder deems necessary for submission of his bid. Any administrative requirements and associated costs of such investigations are the responsibility of the bidder. The lands upon which the work is to be performed, rights-of-way for access thereto and other lands designated for use by Contractor in performing the work are identified in the specifications or on the drawings. The submission of a bid will constitute an incontrovertible representation by the bidder that he has complied with every requirement of this section and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the work. INTERPRETATION OF CONTRACT DOCUMENTS - If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the specifications or other proposed Contract Documents, he may submit to the OWNER a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents will be made only by an addendum duly issued, and a copy of any such addendum will be faxed, mailed, or delivered to each person receiving a set of such documents. ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_IB.doc INSTRUCTIONS TO BIDDERS (09/29/22) EG Page 3 of 5 TIME OF COMPLETION - The time of completion of the work is a basic consideration of the contract. It will be necessary that the bidder satisfy the OWNER of his ability to complete the work within the stipulated time. ADDENDA - Any addenda issued during the time of bidding, or forming a part of the Contract Documents loaned to the bidder for the preparation of his proposal, shall be covered in the bid and shall be made a part of the Agreement. Receipt of each addendum shall be acknowledged in the bid. Any bid in which all issued addenda are not acknowledged will be considered incomplete and will not be read. WITHDRAWAL OF BID - No bidder may withdraw his bid for a period as specified in the Invitation to Bid after the date and hour set for the opening declared herein. A bidder may withdraw his proposal by a written request of the bidder at any time prior to the expiration of the period during which bid may be submitted, which request must be signed in the same manner and by the same person or persons who signed the bid. ACCEPTANCE AND REJECTION OF BIDS - The OWNER reserves the right to accept or reject the bids, or portions of bids, if denoted in the bid as separate schedules, and to award more than one bid or schedule for the same bid if any of the aforementioned combination of bids or schedules will be in the best interest of the OWNER. The OWNER reserves the right to waive irregularities in any bid submitted, to reject nonconforming, nonresponsive or conditional bids and to correct arithmetical errors in the bid prior to comparison. SUBCONTRACTORS - Within seven days after bids are opened, the apparent low bidder, and any other bidder so requested, shall submit a list of all subcontractors he expects to use in the Work. Any experience statement with pertinent information as to similar projects and other evidence of qualification shall be furnished for each named subcontractor if requested by the OWNER. If the OWNER or ENGINEER, after due investigation, has reasonable objection to any proposed subcontractor, they may, before giving the Notice of Award, request the apparent low bidder to submit an acceptable substitute. If the substitution results in an increase in the bid, a corresponding adjustment will be made in the contract price. If the apparent low bidder declines to make any such substitution, the contract may not be awarded to such bidder, but bidder's refusal to substitution will not constitute grounds for forfeiture of bid security. Any subcontractor so listed and to whom OWNER or ENGINEER does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to the OWNER and ENGINEER. Contractor shall not be required to employ any subcontractor against whom he has reasonable objection. The use of subcontractors listed by the bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the work. ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_IB.doc INSTRUCTIONS TO BIDDERS (09/29/22) EG Page 4 of 5 AWARD OF CONTRACT - The award of contract, if awarded, will be made within the period specified in the Invitation to Bid to the bidder whose bid complies with all the requirements herein. OWNER has sole discretion for choosing the construction alternate judged in its best interest. The successful bidder will be notified by letter, mailed to the address shown on the bid, that his bid has been accepted, and that he has been awarded the contract. CANCELLATION OF AWARD - The OWNER reserves the right to cancel the award of any contract at any time before the complete execution of the Agreement by all parties without any liability against the OWNER. EXECUTION AND APPROVAL OF AGREEMENT - The Agreement shall be signed by the successful Bidder and returned, together with the contract Bonds, within the time shown on the Notice of Award. If the Agreement is not returned within fifteen (15) days following receipt from the Bidder of the signed Agreements and Bonds, the Bidder shall have the right to withdraw his Bid without penalty. No Agreement shall be considered as effective until it has been fully executed by all of the parties thereto. PERFORMANCE AND PAYMENT BONDS - The Contractor to whom the contract is awarded will be required to furnish a Performance Bond and a Payment Bond in favor of the OWNER, each in an amount equal to one hundred percent (100%) of the Agreement amount. The bonds shall be executed on the forms bound herein, signed by a surety company authorized to do business in the State of Montana, and acceptable as a surety to the OWNER and countersigned by the Montana Resident Agent. With the bonds there shall be filed with the OWNER, one copy of Power of Attorney certified to include the date of the bond. FAILURE TO EXECUTE AGREEMENT - Failure to execute the Agreement and furnish a Performance Bond and Payment Bond shall be just cause for annulment of the award. In the event of such annulment of the award, the bid guarantee shall be forfeited to the OWNER, not as a penalty but as liquidation of damages sustained. Award may then be made to the next lowest responsible and qualified bidder, or the work may be re-advertised as the OWNER may decide. BOUND COPY OF CONTRACT DOCUMENTS - None of the Instructions to Bidders, Bid Form, Bond Forms, Agreement, Contract Specifications, or other specifications shall be removed from the bound copy of Contract Documents prior to submission of the bid. PAYMENTS - Payment for all work performed under this Agreement will be made by the OWNER within the time period specified and in accordance with the procedures outlined in the General Conditions. Payments made after the time limit will be subject to interest at the rate specified in the Agreement. ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_IB.doc INSTRUCTIONS TO BIDDERS (09/29/22) EG Page 5 of 5 When the work extends beyond thirty (30) days, progress payments will be made for any work accomplished during the preceding month, but subject to retainage as specified elsewhere. STATE LAWS AND REGULATIONS - All applicable laws, ordinances and the rules and regulations of authorities having jurisdiction over construction of the project shall apply to the Contract throughout. State laws and ordinances, which the Contractor must comply with, include but are not limited to, those involving workmen’s compensation insurance, contractor registration, and employment preference to Montana contractors and Montana residents. END OF SECTION ---PAGE BREAK--- BID FORM ---PAGE BREAK--- Addendum No. Addendum Date A . Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged: BID FORM PROJECT IDENTIFICATION: Meadowlark Ranch Subdivision Culvert Crossing Improvements Belgrade, Montana THIS BID SUBMITTED TO: Meadowlark Ranch, Inc. Billings, MT 59101 1.01 The undersigned Bidder proposes and agrees if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents, to perform and furnish all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid, and Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: 175 N. 27th St. Ste. 900 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Special Provisions as provided in paragraph 4.02 of the General Conditions, and reports and drawings of a Hazard Environmental Condition, if any, which has been identified in the Special Provisions as provided in paragraph 4.06 of the General Conditions. P:19076.04_Meadowlark_Phase_Culverts_BF BID FORM (9/29/2022) EG ---PAGE BREAK--- The Bidder certifies that no official of the Owner, Engineer or any member of such official's immediate family, has direct or indirect interest in the pecuniary profits or Contracts of the Bidder. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies or data are necessary for the determination of the Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of the Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. D. The owner reserves the right to reject any or all bids. A. Unit Prices have been computed in accordance with paragraph 11.03.B of the General Conditions. B. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. C. The undersigned agrees that the unit prices shall govern in checking the Bid, and should a discrepancy exist in the Total Estimated Price and Total Amount of Unit Prices Bid as listed below after extensions are checked and corrections made, if any, the Total Amount of unit Prices Bid as corrected shall be used in awarding this Contract. 5.01 The Bidder will compete the Work in accordance with the Contract Documents for the following price(s): P:19076.04_Meadowlark_Phase_Culverts_BF BID FORM (9/29/2022) EG ---PAGE BREAK--- ITEM NO. EST. QTY UNIT DESCRIPTION UNIT PRICE TOTAL PRICE $ $ 101 1 LS Mobilization and Insurance / LS = 102 1 LS Payment and Performance Bonds / LS = 103 1 LS Traffic Control / LS = 104 1 LS Dewatering / LS = 105 1 LS Stormwater Management and Erosion Control / LS = 106 930 CY Topsoil Stripping, Stockpiling, and Spreading / CY = 107 2,760 CY Unclassified Excavation / CY = 108 240 CY 6" Minus Pit Run (12" Section) CY 109 180 CY 1.5" Minus Base Course Gravel Section) CY 110 1 LS Install 63' Culvert Crossing - #54 and #61 Aluminum Culvert, 7' - 2" Headwall, Wingwalls, Toewall, 3" Minus Pit Run Base with Mirafi RS580i (Oriole Drive Crossing) / LS = 111 1 LS Install 63' Culvert Crossing - #54 and #61 Aluminum Culvert, 6' - 10" Headwall, Wingwalls, Toewall, 3" Minus Pit Run Base with Mirafi RS580i (Lark Lane Crossing) / LS = 112 1920 SF 6' Wide Thickened Edge Sidewalk / SF = 113 320 LF Ameristar Montage Plus Majestic 4' Pedestrian Rail / LF = 114 118 CY Class I Rip Rap / CY = 115 1,175 SY NA Green S75 Erosion Control Fabric / SY = 116 1 LS Reseeding / LS = $ (Figures) ALL ITEMS ARE COMPLETE IN PLACE SCHEDULE I - Surface Improvements P:19076_04_Meadowlark_Ranch_Culverts_BF.xlsx BID FORM (9/29/2022) EG ---PAGE BREAK--- ITEM NO. EST. QTY UNIT DESCRIPTION UNIT PRICE TOTAL PRICE $ $ TOTAL BID: SCHEDULE I - SURFACE IMPROVEMENTS (Words) P:19076_04_Meadowlark_Ranch_Culverts_BF.xlsx BID FORM (9/29/2022) EG ---PAGE BREAK--- An Individual: By: Phone No.: Fax No.: (Name, typed or printed) 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with 14.07 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of the Bid: A. Required Bid Security in the amount of 10% of the maximum Bid price including alternates, if any, and in the form of a Bid Bond identified in the Instructions to Bidders. 8.01 The terms used in this Bid with initial capital letters have the same meanings as indicated in the Instructions to Bidders, General Conditions, and the Supplementary Conditions. Submitted on , 2022 Montana Contractor's Registration No. (if Employer's Tax ID If Bidder Is: (Individual's Signature) Doing Business as: Business Address: P:19076_04_Meadowlark_Ranch_Culverts_BF.xlsx BID FORM (9/29/2022) EG ---PAGE BREAK--- A Partnership: By: Phone No.: Fax No.: A Corporation: By: Title: Attest: Phone No.: Fax No.: Phone No.: Fax No.: Date of Qualification to do Business (Partnership Name) (Corporation Name) (Signature) (Name, Typed or Printed) Business Address: Business Address: State of Incorporation: Type (General Business, Professional, Service, Limited Liability): (Signature of Person Authorized to Sign) (Corporate Seal) P:19076_04_Meadowlark_Ranch_Culverts_BF.xlsx BID FORM (9/29/2022) EG ---PAGE BREAK--- By: (Signature of Joint Venture Partner) Name: Title: Phone No.: Fax No.: By: (Signature of Joint Venture Partner) Name: Title: Address of Joint Venture for Receipt of Official Communication: Phone No.: Fax No.: Phone No.: Fax No.: (Name, typed or printed) A Joint Venture: Each Joint Venture Must Sign Joint Venturer Name: (Each Joint Venture must sign. The manner of signing for each individual, partnership and corporation that is party to the joint venture should be in the manner indicated above.) END OF SECTION (Name, typed or printed) Business Address: Joint Venturer Name: (Name, typed or printed) Address: (Name, typed or printed) Business Address: P:19076_04_Meadowlark_Ranch_Culverts_BF.xlsx BID FORM (9/29/2022) EG ---PAGE BREAK--- AGREEMENT FORM AND ACKNOWLEDGEMENT OF LIQUIDATED DAMAGES ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_AF.docx AGREEMENT FORM (09/29/22) EG Page 1 of 7 AGREEMENT FORM THIS AGREEMENT is dated as of the day of in the year 20 by and between Meadowlark Ranch, Inc., hereinafter called OWNER, and , 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 work is generally described as follows: Culvert Crossing Improvements for Meadowlark Ranch LOMR, Belgrade, Montana. The project for which the work under the Contract Documents may be the whole or only a part is generally described as follows: Meadowlark Ranch Subdivision, Culvert Crossing Improvements. ARTICLE 2. ENGINEER. The project has been designed by Sanderson Stewart, 1300 North Transtech Way, Billings, Montana 59102, who is hereinafter called ENGINEER and who is to act as OWNER’S representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIME. 3.1 The work will be completed within 45 calendar 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. 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement, and that OWNER will suffer financial loss if the work is not 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 Three Hundred Fifty and 00/100 Dollars ($350.00) for the first ten days, and One Thousand and 00/100 Dollars ($1,000.00) for each day thereafter that expires after the time specified herein until the work is substantially completed. ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_AF.docx AGREEMENT FORM (09/29/22) EG Page 2 of 7 The Surface Improvements - Schedule I work shall be considered substantially complete once all items in their bid schedule are complete in place. ARTICLE 4. CONTRACT PRICE. 4.1 OWNER shall pay CONTRACTOR for performance of the work in accordance with the Contract Documents for the sum (subject to adjustment as provided in the Contract Documents) of Dollars ARTICLE 5. PAYMENT PROCEDURES. CONTRACTOR shall submit applications for payment in accordance with the General Conditions. Applications for payment will be processed as provided in the General Conditions. 5.1 Progress Payments. OWNER will make progress payments on account of the contract price on the basis of CONTRACTOR'S applications 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. 5.1.1 The OWNER may retain a portion of the amount due the CONTRACTOR in accordance with the General Conditions and as outlined herein. Five percent of the amount of each payment shall be withheld until work is 50 percent completed, based upon dollar value of the contract work items. When work is 50 percent complete, the amount withheld may be reduced at the discretion of the OWNER and provided that the CONTRACTOR is making satisfactory progress, and there is no specific cause for greater withholding. When the work is substantially complete, the amount withheld shall be further reduced below five percent to an amount determined by the ENGINEER necessary to assure completion. Up to five percent withholding may be reinstated after the 50 percent completion stage if the OWNER, at their discretion, determines that the progress is not satisfactory or if there is other specific cause for such withholding. 5.2 Final Payment. Upon final completion and acceptance of the work in accordance with the General Conditions, OWNER shall pay the remainder of the contract price, as recommended by ENGINEER. ARTICLE 6. INTEREST. All monies not paid when due hereunder shall bear interest at the simple rate of seven percent per annum and paid solely by OWNER. ARTICLE 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_AF.docx AGREEMENT FORM (09/29/22) EG Page 3 of 7 7.1 CONTRACTOR has familiarized themself with the nature and extent of the Contract Documents, work, locality, and with all location conditions and federal, state and local laws, ordinances, rules and regulations that in any manner may affect cost, progress or performance of the work. 7.2 CONTRACTOR has studied carefully all reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost, progress or performance of the work which were relied upon by ENGINEER in the preparation of the drawings and specifications and which have been identified in the modifications to the General Conditions. 7.3 CONTRACTOR has made or caused to be made examinations, investigations and tests and studies of such reports and related data, in addition to those referred to above as they deem necessary for the performance of the work at the contract price, within the contract time, and in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations, tests, reports or similar data are, or will be, required by CONTRACTOR for such purposes. 7.4 CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 7.5 CONTRACTOR has given ENGINEER written notice of all conflicts, errors, or discrepancies that they have discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 8. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR are attached to this Agreement, made a part hereof, and consist of the following: 8.1 This Agreement 8.2 Exhibits to this Agreement (if any) 8.3 Performance Bond and Payment Bond. 8.4 Proposal Form (where applicable) 8.5 Supplementary Specifications 8.6 Certificate of Insurance ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_AF.docx AGREEMENT FORM (09/29/22) EG Page 4 of 7 8.7 Standard General Conditions 8.8 Standard Modifications 8.9 Special Provisions 8.10 Montana Standard Specifications, Sixth Edition, dated April 2010 8.11 Technical Specifications, as listed in Table of Contents thereof, if applicable 8.12 Drawings 8.13 Addenda listed on the bid forms 8.14 CONTRACTOR’S executed bid forms 8.15 Documentation submitted by CONTRACTOR prior to Notice of Award 8.16 Notice of Award 8.17 Notice to Proceed 8.18 Any modification, including Change Orders, duly delivered after execution of Agreement 8.19 Any Notice of Partial Utilization 8.20 Notice of Substantial Completion 8.21 Notices of Final Completion and Acceptance There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be altered, amended, or repealed only by a modification (as defined in the General Conditions). ARTICLE 9. MISCELLANEOUS. 9.1 Terms used in this Agreement, which are defined in the General Conditions, shall have the meanings indicated in the General Conditions. 9.2 This Agreement and all of the covenants hereof shall inure to the benefit of and be binding upon the OWNER and the CONTRACTOR, respectively and their partners, successors, assigns, and legal representatives. Neither the OWNER nor the CONTRACTOR shall have the right to assign, transfer or sublet their interest or obligations hereunder without written consent of the other party. The OWNER reserves the right to withdraw at any time from any subcontractor whose work has proven unsatisfactory the right to be engaged in or employed upon any part of the work. ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_AF.docx AGREEMENT FORM (09/29/22) EG Page 5 of 7 9.3 In the event it becomes necessary to either party to this Agreement to retain an attorney to enforce any of the terms or conditions of this Agreement or to give any notice required herein, 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 the Agreement. ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_AF.docx AGREEMENT FORM (09/29/22) EG Page 6 of 7 IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. (Contractor) By (SEAL & ATTEST) Title (Joint Venture) By (SEAL & ATTEST) Title Meadowlark Ranch Inc. (Owner) By (SEAL & ATTEST) Title Witness ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_AF.docx AGREEMENT FORM (09/29/22) EG Page 7 of 7 ACKNOWLEDGEMENT OF LIQUIDATED DAMAGES This acknowledgement, dated this day of , 20 , (CONTRACTOR) wherein (CONTRACTOR) acknowledges and agrees that the public improvement contract which is the subject matter of this submitted bid contains a liquidated damages clause. (CONTRACTOR) acknowledges and agrees that because the project involves the construction of public improvements, said liquidated damages clause is necessary. (CONTRACTOR) acknowledges and agrees that the Owner is damaged in the amount of Three Hundred Fifty and 00/100 Dollars ($350.00) for the first ten days, and One Thousand and 00/100 Dollars ($1,000.00) for each day thereafter past the contract's completion date that this project is not completed. (CONTRACTOR) acknowledges and agrees that because this is a public improvement project, it is extremely difficult to calculate the Owner's actual damages for delay in completing the project, but that this mutually agreed upon figure for liquidated damages of Three Hundred Fifty and 00/100 Dollars ($350.00) for the first ten days, and One Thousand and 00/100 Dollars ($1,000.00) for each day thereafter past the contract's completion date that this project is not completed is the best approximation possible, is reasonable, and is not a penalty. This mutually agreed upon liquidated damages amount has been specifically taken into account in arriving at the dollar amount of (CONTRACTOR’S) submitted bid. This liquidated damages amount shall be included in the public improvement project contract and (CONTRACTOR) acknowledges and agrees to be bound by this amount should (CONTRACTOR) be awarded the public improvement contract. This mutually agreed upon amount may be deducted from money due or to become due (CONTRACTOR) should (CONTRACTOR) be awarded the public improvement contract and should (CONTRACTOR) fail to complete the work within the time specified in the contract. By: (CONTRACTOR) It’s: END OF SECTION ---PAGE BREAK--- PAYMENT AND PERFORMANCE BONDS ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_PMTB.docx PAYMENT BOND (09/29/22) EG Page 1 of 3 PAYMENT BOND KNOW ALL BY THESE PRESENTS: That (Insert full name, address or legal title of CONTRACTOR) as Principal, hereinafter called PRINCIPAL, and (Insert full name, address or legal title of Surety) as Surety, hereinafter called SURETY, are held and firmly bound unto Meadowlark Ranch, Inc., 175 N. 27th Street, Billings, Montana 59101 (Insert full name, address or legal title of OWNER) as Obligee, hereinafter called OWNER, for the use and benefit of claimants as hereinbelow defined in the amount Dollars for the payment whereof PRINCIPAL and SURETY bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS: PRINCIPAL has by written Agreement, dated , 20 , entered into a contract with OWNER Meadowlark Ranch Subdivision, Culvert Crossing Improvements, Belgrade, Montana, in accordance with drawings and specifications prepared by Sanderson Stewart, Billings, Montana, which contract is by reference made a part hereof, and is hereinafter referred to as the Agreement. NOW, THEREFORE, the condition of this obligation is such that, if the PRINCIPAL shall make payments to all claimants as hereinafter defined, for all labor and materials used or reasonably required for use in the performance of the Agreement, and any duly authorized modifications that may hereinafter be made, then this obligation shall be void; otherwise, it shall remain in full force and effect subject, however, to the following conditions. 1. A claimant is defined as one having a direct contract with the PRINCIPAL or with a SUBCONTRACTOR of the PRINCIPAL as defined by Title 18, Chapter 2, Part 2, MCA for labor, materials, or both, used or reasonably required for use in the performance of the Agreement; labor and materials being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Agreement. 2. The above named PRINCIPAL and SURETY hereby jointly and severally agree with the OWNER that every claimant as herein defined who has not been paid in full before the ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_PMTB.docx PAYMENT BOND (09/29/22) EG Page 2 of 3 expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant in the name of the OWNER, prosecute the suit to final judgment for such sum or sums, as may be justly due claimant, and have execution thereon, provided, however, that the OWNER shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant. Unless claimant shall have complied with applicable State laws. Other than in a State Court of competent jurisdiction in and for the County or other political subdivision of the State in which the project, or any part thereof, is situated or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 4. Special Exceptions: None 5. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payments by SURETY of mechanic's liens, which may be filed on record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_PMTB.docx PAYMENT BOND (09/29/22) EG Page 3 of 3 IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this the day of , 20 . (Secretary) (Principal) (SEAL) By: (Address) (Witness as to Principal) (Address) ATTEST: (Surety) Secretary (Surety) (SEAL) (Attorney-In-Fact) (Witness as to Surety) (Address) (Address) NOTE: Date of Bond must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute bond. END OF SECTION ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_PERB.docx PERFORMANCE BOND (09/29/22) EG Page 1 of 3 PERFORMANCE BOND KNOW ALL BY THESE PRESENTS: That (Insert full name, address or legal title of CONTRACTOR) as Principal, hereinafter called CONTRACTOR, and (Insert full name, address or legal title of Surety) as Surety, hereinafter called SURETY, are held and firmly bound unto Meadowlark Ranch, Inc., 175 N. 27th Street, Billings, Montana 59101 (Insert full name, address or legal title of OWNER) as Obligee, hereinafter called OWNER, in the amount of Dollars for the payment whereof CONTRACTOR and SURETY bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS: CONTRACTOR has by written Agreement dated , 20 , entered into a contract with OWNER Meadowlark Ranch Subdivision, Culvert Crossing Improvements, Belgrade, Montana, in accordance with drawings and specifications prepared by Sanderson Stewart, Billings, Montana, which contract is by reference made a part hereof, and is hereinafter referred to as the Agreement. NOW, THEREFORE, the condition of this obligation is such that if CONTRACTOR shall and faithfully perform said Agreement, then this obligation shall be null and void; otherwise it shall remain in full force and effect. As a minimum this obligation shall remain in full force and effect beyond the completion of all work to include the correction period, as specified in the Contract Documents. The SURETY hereby waives notice of any alteration or extension of time made by the OWNER. Whenever CONTRACTOR shall be, and declared by OWNER to be in default under the Agreement, the OWNER having performed OWNER'S obligations thereunder, the SURETY may remedy the default, or shall 1. Complete the Agreement in accordance with its terms and conditions, or ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_PERB.docx PERFORMANCE BOND (09/29/22) EG Page 2 of 3 2. Obtain a bid or bids for completing the Agreement in accordance with its terms and conditions, and upon determination by SURETY of the lowest responsible bidder, or, if the OWNER elects, upon determination by the OWNER and the SURETY jointly of the lowest responsible bidder, arrange for a contract between such bidder and OWNER, and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph); sufficient funds to pay the cost of completion less the balance of the contract price, but not exceeding, including other costs and damages for which the SURETY may be liable hereunder, the amount set forth in the first paragraph hereof. The term “balance of the contract price”, as used in this paragraph, shall mean the total amount payable by OWNER to CONTRACTOR under the Agreement and any amendments thereto, less the amount properly paid by OWNER to CONTRACTOR. No right of action shall accrue on this bond to or for the use of any person or corporation other than the OWNER named herein or the heirs, executors, administrators or successor of the OWNER. ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_PERB.docx PERFORMANCE BOND (09/29/22) EG Page 3 of 3 IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this the day of , 20 . (Principal Secretary) (Principal) (SEAL) By: (Address) (Witness as to Principal) (Address) ATTEST: (Surety) Secretary (Surety) (SEAL) (Attorney-In-Fact) (Witness as to Surety) (Address) (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute bond. END OF SECTION ---PAGE BREAK--- CONTRACTOR'S INSURANCE CHECKLIST ---PAGE BREAK--- CONTRACTOR’S INSURANCE CHECKLIST Page 1 of 1 CONTRACTOR’S INSURANCE CHECKLIST Commercial General Liability Occurrence Policy Claims Made Policy (follow-up date ) Each Occurrence $1,500,000.00 General Aggregate Including Umbrella $3,000,000.00 Products/Completed Operations Aggregate $3,000,000.00 Coverages Premises/Operations Products/Completed Operations Contractual Liability Underground Explosion and Collapse PER PROJECT AGGREGATE ENDORSEMENT Blasting Independent Contractors Coverages Broad Form Property Damage Personal Injury Property Damaged Deductible (not to exceed $5,000.00) $ Railroad Protective Policy Commercial Automobile All-owned, adequate limits including umbrella $1,500,000.00 Hired Automobile Liability including umbrella $1,500,000.00 Non-Owned Automobile Liability including umbrella $1,500,000.00 Workers’ Compensation Occupational Accident/Disease Statutory Employer’s Liability including $1,500,000.00 (Attach certificate) Other Requirements Company Rating (A.M. Best) B+ VI or Better 30-Day Cancellation Clause Additional Insured’s Meadowlark Ranch, Inc., Sanderson Stewart and Consultants, and City of Belgrade and Gallatin County Named as Additional Insured. Owners and Contractors Protective $1,000,000.00 Each Occurrence, $2,000,000.00 Aggregate Circle One (Endorsement) or (Separate Policy) A separate policy shall have Meadowlark Ranch, Inc. as the named insured. Attach Certificate to this checklist. Builders Risk Insurance All Risk (Special Form) or Open Peril Named Insured, Meadowlark Ranch, Inc., City of Belgrade and Gallatin County, Contractor, Sanderson Stewart, Subcontractors I hereby certify that I have reviewed the insurance requirements in the contract documents for: Meadowlark Ranch LOMR Culvert Crossing Improvements (project name) The insurance certificate attached for (Contractor name) meets the contract requirements in accordance with the checklist provided. By Agent For Date ---PAGE BREAK--- CITY OF BELGRADE MODIFICATIONS TO: MONTANA PUBLIC WORKS STANDARD SPECIFICATIONS, SIXTH EDITION July 2017 (Refer to City of Belgrade Website - www.ci.belgrade.mt.us) ---PAGE BREAK--- SECTION 01298 SCHEDULE OF VALUES/CONTRACT PRICE BREAKDOWN ---PAGE BREAK--- P:19076.04_Meadowlark_Ranch_Culverts_Section_01298.doc - 1 (09/29/22) EG SECTION 01298 SCHEDULE OF VALUES / CONTRACT PRICE BREAKDOWN PART 1 REQUIREMENTS 1.1 The Schedule of Values shall be used as a basis for determining progress payments on a lump sum contract or any designated lump sum bid item. The Schedule of Values shall be a schedule of cost loaded construction activities equal, in total, to the lump sum bid and shall be in such form and sufficient detail to correctly represent a reasonable apportionment of the lump sum. Prior to submitting an invoice for payment, the CONTRACTOR shall have submitted a detailed Schedule of Values and obtained approval from the ENGINEER. 1.2 Each lump sum bid item on the Bid Form, as set forth in the Bid must be broken down separately. The breakdown of each lump sum bid item must cover the cost of construction required by the Contract Drawings and Contract Documents for that item. The sum of the values for the construction activities, within a bid item, must equal the total bid amount for that item. The breakdown shall include subcontract amounts which shall not deviate from the amounts submitted in the Bid Form. The CONTRACTOR shall provide certification from the Subcontractors certifying the subcontract amounts. 1.3 Each activity in the Schedule of Values shall delineate one construction activity. For example, the placement of concrete between construction joints, the construction of an electrical duct bank or pipeline between points A and B. The costing for each activity should include all costs for the labor and materials or equipment required to complete the activity. For example, concrete construction activities should include all costs for the forming, placing of reinforcement, placing concrete, and curing. The cost for pipeline construction activities should include materials, equipment, and installation including pipeline supports or thrust blocks. The excavation and backfill for a pipeline or structure may be separate activities. The Contract Price breakdown shall include the itemized costs for the plant establishment and any maintenance services to be performed before the final project acceptance is made. No non-construction activity shall be cost loaded. END OF SECTION ---PAGE BREAK--- SPECIAL PROVISIONS ---PAGE BREAK--- P:19076_04_Meadowlark_Ranch_LOMR 2_SP.docx SPECIAL PROVISIONS (9/30/22) EG Page 1 of 18 SPECIAL PROVISIONS SP-1 SPECIFICATIONS AND CONTRACT DOCUMENTS The Bidding Requirements, Contract Forms, Conditions of the Contract, Standard General Conditions, and Specifications governing this contract are the Montana Public Works Standard Specifications, Sixth Edition, April 2010, the City of Belgrade Standard Modifications to Sixth Edition, dated July 2017. SP-2 GENERAL The following special provision items are included to supplement the standard specifications and to clarify items specific to this contract. These provisions are part of the overall specifications and, as such, shall be regarded in a like manner during the bidding process and during the construction phase. The special provision items shall govern during the construction phase and shall supersede items of like nature in the standard specification. Precedence shall be given in the following order: 1) Special Provisions; 2) City of Belgrade Standard Modifications; 3) General Conditions; and 4) MPW Standard Specifications and General Conditions. CONTRACTOR shall coordinate all construction activities through all phases of the project, the intent being to complete the proposed construction in a neat orderly fashion, in a timely manner, and with a minimum of disturbance to neighbors and the traveling public. The Contract Drawings consist of 12 sheets. Each sheet bears the following general title: Meadowlark Ranch LOMR, Culvert Crossing Improvements. CONTRACTOR shall construct project using approved Contract Plans and Specifications. SP-3 PROJECT DESCRIPTION PROJECT TITLE: MEADOWLARK RANCH LOMR, CULVERT CROSSING IMPROVEMENTS. The Bid Form contains one contract schedule: Schedule I – SURFACE IMPROVEMENTS. Upon award, the Schedule I CONTRACTOR will be issued a Notice to Proceed with the surface improvements. ---PAGE BREAK--- P:19076_04_Meadowlark_Ranch_LOMR 2_SP.docx SPECIAL PROVISIONS (9/30/22) EG Page 2 of 18 SP-4 PROJECT SCHEDULE The contract time allowed for this project is 45 calendar days for Schedule I – SURFACE. The City of Belgrade does not allow any public right-of-way construction (i.e. water main or sewer main extensions, street sub-base preparation and paving, etc.) from November 1st through April 1st, without the prior written permission of the City of Belgrade. Final Completion is defined as all bid items and punch list items completed to the satisfaction of the OWNER and the ENGINEER. SP-5 PAYMENT AND PERFORMANCE BONDS Payment and Performance Bonds are required in accordance to Montana Public Works Standard Specifications Sixth Edition, April 2010. Bond forms have been provided in the Payment and Performance Bonds section of the Contract Documents. SP-6 CERTIFICATE OF INSURANCE Insurance coverage shall be in accordance to the Standard General Conditions as Modified included herein. OWNER, Sanderson Stewart, City of Belgrade, and Gallatin County shall be listed as “Additional Insured”. SP-7 LIMITS OF CONSTRUCTION The CONTRACTOR is required to confine construction activities within the limit of the public right-of-way, easements, designated City owned utility right-of- way and/or easements, or designated construction or staging areas. Open space, vacant lots, or undeveloped land outside the property boundary shall not be considered for CONTRACTOR use unless the CONTRACTOR obtains separate temporary easements. Said separate temporary easements shall be in writing executed by the owner of said land and an executed copy shall be filed with the OWNER and the ENGINEER, prior to CONTRACTOR occupancy of land. Unless specifically designated for removal, all trees and other improvements in or adjacent to easements and rights-of-way shall not be touched, trimmed, or injured. All restoration outside the limits of the construction areas shall be at the CONTRACTOR’s expense. Disturbance to vegetation outside the construction accesses and construction limits shall be minimized per the Floodplain Permit. ---PAGE BREAK--- P:19076_04_Meadowlark_Ranch_LOMR 2_SP.docx SPECIAL PROVISIONS (9/30/22) EG Page 3 of 18 SP-8 PRESERVATION AND REPAIR BY CONTRACTOR The CONTRACTOR shall be responsible for the preservation of existing paved and gravel street sections, which are not to be directly disturbed by cut or this construction. The CONTRACTOR is hereby cautioned that any damage done in any paved or gravel or service road, due to any construction or travel operations (hauling, storage, unloading, etc.), shall be repaired and/or replaced at their own expense to the satisfaction of the OWNER. The CONTRACTOR may want to familiarize themselves with the existing sections in the area and consider self-imposed load restrictions conforming to those sections. All access roads shall be kept free and clear of all mud, gravel, debris, etc., during the project. There will be no additional payment to the CONTRACTOR for the cleaning and sweeping of all access roads. If the CONTRACTOR fails to keep access roadways clean and City crews are required to provide this service, the cost of this work will be deducted from the CONTRACTOR’s payment. SP-9 CONTRACTOR'S SUPERINTENDENT The CONTRACTOR shall provide a full time on-site project Superintendent. The Superintendent shall be knowledgeable and qualified to evaluate the quality of not only the general construction work but especially the systems and installations of subcontract work. They shall: A. Aggressively evaluate on a day-to-day basis and be responsible for the quality and acceptability of all work. B. Make the first determination as to the fitness and compliance of all work performed. C. Be the initiator in regard to rejection of unfit work. D. Not passively default or abdicate, in the first analysis, these duties to the ENGINEER or to the OWNER. The General Superintendent shall be in a position to direct the work and make decisions either directly or through immediate contact with General Superintendent’s superior. Absence or incompetence of the General Superintendent shall be reason for the Owner to stop all work on the project. The General Superintendent or Contractor’s designated representative shall maintain, at the project site, a “Record Set of Drawings” showing field changes, as-built elevations, unusual conditions encountered during construction, manufacturer’s catalog number of equipment supplied, and other data as required to provide the Owner with an accurate “as-constructed” set of Drawings. An approval by the Engineer shall not be given on the final payment request until complete record drawings are submitted to the Engineer. ---PAGE BREAK--- P:19076_04_Meadowlark_Ranch_LOMR 2_SP.docx SPECIAL PROVISIONS (9/30/22) EG Page 4 of 18 SP-10 CONTRACTOR WORK HOURS The schedule for this project has been figured on the basis of the CONTRACTOR working five days a week (Monday through Friday, excluding legal holidays), eight hours a day. Allowances for weather days have been included in the proposed schedule. Should the CONTRACTOR and/or their sub-contractors desire to work more than five days per week or more than eight hours per day, then approval to do so must be obtained from the ENGINEER. If the additional work hours result in costs above and beyond the ENGINEER’s contract fees, the actual cost of the additional ENGINEER’s services will be the responsibility of the CONTRACTOR and will be deducted from the CONTRACTOR’s Progress Estimate. These costs shall not be considered a part of the liquidated damages. Listed below is the applied rate schedule in the event the ENGINEER is due additional compensation. STAFF PERSONNEL SERVICES Expert Witness/Special Consultant $ 285.00/hour Principal $ 235.00/hour Senior Engineer I $ 175.00/hour Senior Engineer II $ 210.00/hour Project Engineer I $ 130.00/hour Project Engineer II $ 140.00/hour Staff Engineer I $ 110.00/hour Staff Engineer II $ 125.00/hour Engineer Intern $ 70.00/hour Staff Planner I $ 95.00/hour Staff Planner II $ 105.00/hour Planner I $ 130.00/hour Planner II $ 145.00/hour Senior Planner I $ 155.00/hour Senior Planner II $ 170.00/hour Right-of-Way Agent $ 165.00/hour Staff Landscape Designer I $ 95.00/hour Staff Landscape Designer II $ 105.00/hour Landscape Architect I $ 130.00/hour Landscape Architect II $ 145.00/hour Senior Landscape Architect I $ 155.00/hour Senior Landscape Architect II $ 170.00/hour Professional Land Surveyor $ 125.00/hour Senior Professional Land Surveyor $ 175.00/hour Staff Surveyor I $ 105.00/hour Staff Surveyor II $ 115.00/hour Field Survey Technician I $ 80.00/hour Field Survey Technician II $ 85.00/hour Marketing Director $ 155.00/hour ---PAGE BREAK--- P:19076_04_Meadowlark_Ranch_LOMR 2_SP.docx SPECIAL PROVISIONS (9/30/22) EG Page 5 of 18 Graphic Artist $ 95.00/hour Web Developer $ 100.00/hour Photographer $ 180.00/hour Senior Designer I $ 120.00/hour Senior Designer II $ 130.00/hour Designer I $ 100.00/hour Designer II $ 105.00/hour CADD Technician I $ 85.00/hour CADD Technician II $ 90.00/hour Construction Engineering Technician $ 100.00/hour Senior Construction Engineering Technician $ 135.00/hour Construction Engineer I $ 130.00/hour Construction Engineer II $ 140.00/hour Construction Inspector $ 85.00/hour Project Administrator $ 100.00/hour Administrative/Clerical $ 85.00/hour SURVEY CREW SERVICES 1-man Crew/2-man Crew $ Per Job Survey Equipment $ 15.00/hour Survey Vehicle Mileage $ 0.75 /mile Scanner Equipment (Hourly) $ 150.00/hour Scanner Equipment (Full Day) $ 1,050 /day No work shall be done between the hours of 6:00 p.m. and 8:00 a.m., nor on Saturdays, Sundays, or legal holidays, without the written approval of the OWNER and the City of Belgrade. However, work necessary in case of emergencies or for the protection of equipment or finished work may be done without the OWNER’s or the City of Belgrade’s approval. SP-11 SUBGRADE DRAINAGE The contractor(s) shall maintain drainage away from exposed subgrade and utility trenches at all times during construction. Temporary drainage facilities may include, but are not limited to, crowning subgrade and construction of swales and berms. Temporary drainage facilities shall direct storm runoff toward the excavated drainage swale where possible. Measures shall be taken to ensure excess erosion of the drainage swale or any other on-site or feature does not result from site drainage. SP-12 CONTRACTOR RESPONSIBILITIES The CONTRACTOR shall be responsible for obtaining all permits as required by local government agencies. ---PAGE BREAK--- P:19076_04_Meadowlark_Ranch_LOMR 2_SP.docx SPECIAL PROVISIONS (9/30/22) EG Page 6 of 18 The CONTRACTOR shall enforce strict discipline and good order among their employees and other persons carrying out the Agreement. The CONTRACTOR shall not permit employment of unfit persons or persons not skilled in tasks assigned to them. The CONTRACTOR shall comply with and give notices required by laws, ordinances, rules, regulations, and lawful orders of public authorities bearing on performance of the Work. The CONTRACTOR shall keep the premises and surrounding area free from accumulation of waste materials or rubbish caused by operations under the Agreement. At completion of this Work, the CONTRACTOR shall remove from and about the project waste materials, rubbish, tools, construction equipment, machinery and surplus materials. The CONTRACTOR shall indemnify and hold harmless OWNER, Gallatin County, and City of Belgrade for liability, damages, losses, or costs, including but not limited to reasonable attorney fees, only to the extent that the liability, damages, losses, or costs are caused by the negligence, recklessness, or intentional misconduct of a third party or of the CONTRACTOR, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable. Indemnification shall be subject to the provisions of Sections 28-2-2111 and 28-11-301 through 28-11-317 of the Montana Code Annotated (MCA), State of Montana. The CONTRACTOR agrees to provide workers' compensation throughout the project on all employees of the CONTRACTOR associated with the project. The CONTRACTOR shall coordinate all phases of the Work with OWNER’s use of the area to minimize or avoid conflict, protect all existing work adjacent to new construction, and repair any damage and leave premises in original condition, except where otherwise specified by the ENGINEER. CONTRACTOR agrees to attend or be represented at weekly team meetings during the term of the project to assure coordination with the other project participants. SP-13 PAYMENT OF CHANGE ORDERS Additional work, above and beyond the original contract work will not be paid for without a signed change order or contract amendment signed by the Owner prior to the start of any work. The one exception will be in the event verbal approval for a change order is granted by the Owner, a letter stating the same must be signed by the Owner prior to start of any work. ---PAGE BREAK--- P:19076_04_Meadowlark_Ranch_LOMR 2_SP.docx SPECIAL PROVISIONS (9/30/22) EG Page 7 of 18 Any work that has begun prior to obtaining approval from the Owner or the exception listed above will not be paid for by the Owner and will not be added to the contract. A reconciling change order showing final in-place quantity over-runs and under- runs will be prepared before the final payment to the Contractor. The unit prices will remain unchanged. This reconciling change order shall be prepared before authorization of final payment to the Contractor. SP-14 ADVERSE WEATHER SHUTDOWN The CONTRACTOR is advised that should they request an adverse weather shutdown and should such a shutdown be approved by the ENGINEER, all work on the project shall cease. The ENGINEER will not be available for work inspection during such shutdowns and any work completed by the CONTRACTOR during such a shutdown will not be accepted by the ENGINEER. In no case will an adverse weather shutdown be approved by the ENGINEER when construction work is only partially completed and services temporarily shut off cannot be restored; that is, restore all utility services to users in the construction area, open up traffic access, where necessary in the construction area, etc. The CONTRACTOR must also provide periodic road maintenance during this shutdown period. Materials for this maintenance shall be consistent with the conditions of the roadway. SP-15 TEMPORARY FACILITIES Water, power, heat, and toilet facilities are not available at the job site. The CONTRACTOR shall provide, at their expense, temporary water, power, heat and toilet facilities, as required. The CONTRACTOR shall design, construct, and maintain miscellaneous services and facilities as needed to accommodate performance of the work, including temporary stairs, ramps, ladders, staging, shoring, scaffolding, temporary partitions, waste chutes, sidewalk bridge/walkway, and similar items. SP-16 WATER FOR CONSTRUCTION PURPOSES Construction water required for compaction of embankments, subgrade, and gravel courses, paving, or any other construction related work must be supplied by the CONTRACTOR at their own expense. Should the CONTRACTOR choose to approach the City of Belgrade Public Works Department or private ditch companies regarding the purchase and use of such water, the necessary agreements must be in place. ---PAGE BREAK--- P:19076_04_Meadowlark_Ranch_LOMR 2_SP.docx SPECIAL PROVISIONS (9/30/22) EG Page 8 of 18 SP-17 DUST CONTROL The CONTRACTOR shall provide dust abatement for all roads and work areas and prevent dust from becoming a nuisance to adjacent homes and businesses. There will be no payment for dust control and shall be at the CONTRACTOR’s expense. SP-18 UNDERGROUND UTILITY CROSSINGS The Contractor shall be responsible for checking with the owners of the underground utilities such as the City, County, power, gas, and telephone companies, etc., as to the location of their underground installations in the project area. The Contractor shall be solely responsible for any damage done to these installations due to failure to locate them or to properly protect them when their location is known. It shall be solely the responsibility of the Contractor to fully coordinate Contractor’s work with the agencies and to keep them informed of Contractor’s construction activities so that these vital installations are fully protected at all times. A Montana One-Call system (1-[PHONE REDACTED]) has been established to facilitate requests for underground facility location information. The Contractor is cautioned that all utilities may not be on this system. Type 1 Bedding Material and Type A Trench Backfill shall be utilized to replace material under and around such municipal and private utility lines. Compaction above the bedding material and under the utility line crossing is critical and must be maintained. No separate measurement and payment shall be made for this item. All costs shall be considered an integral part of and be included in the price bid for pipe complete-in-place. The relocating, bracing, raising or supporting of facilities as required by this construction will be the responsibility of the Contractor. The Contractor shall schedule Contractor’s operations and establish such coordination with the respective owners as necessary so that any conflicts are avoided. The Contractor shall have full agreement and understanding with the affected utility companies on what the existing conditions are and what will be necessary to be changed for the Contractor’s construction. The Contractor will obtain any permits, agreements, or insurance required. No separate measurement and payment shall be made for this item, unless specifically noted. All costs shall be considered an integral part of and be included in the price bid for pipe complete- in-place. ---PAGE BREAK--- P:19076_04_Meadowlark_Ranch_LOMR 2_SP.docx SPECIAL PROVISIONS (9/30/22) EG Page 9 of 18 SP-19 PRIVATE UTILITY COORDINATION The CONTRACTOR will need to coordinate their operations with NorthWestern Energy, Charter Communications, and CenturyLink Communications for the moving, crossing, support or reinstallation of services, poles, and mainlines and their appurtenances. SP-20 SIGNS, SIGN POSTS AND UTILITY POLES All existing signs, sign posts and utility poles determined to be in the path of the work zone shall be temporarily removed and later replaced in their previous location. The conditions of Section 02114 shall apply to this section with the exception that there shall be no separate measurement and payment for this item. The measurement and payment shall be considered as incidental to the cost of the work. SP-21 SECURING WORK AREAS AND PEDESTRIAN TRAFFIC The CONTRACTOR is reminded of the importance of securing all work areas during and after construction work hours to prevent pedestrian and bicycle access. Cost of the above shall be included in related bid items. SP-22 TRAFFIC CONTROL The CONTRACTOR will be required to prepare and submit traffic control plans for review by the ENGINEER and approval by the City of Belgrade and Gallatin County. Traffic signing shall comply with the City of Belgrade Standard Modifications to Sixth Edition, dated July 2017 and the Manual of Uniform Traffic Control Devices, and as detailed on the plans. The Traffic Control Plan must be completed in accordance with the requirements of the form provided in these specifications. Additionally, for each road closure that interrupts the traffic, an informational release shall be submitted to the ENGINEER and City for review within the time requirements of the traffic control plan form. This informational release shall be distributed by the CONTRACTOR in the given work area forty-eight (48) hours prior to beginning construction. The CONTRACTOR shall also take measures for publicizing road closures through the Bozeman Daily Chronicle and Belgrade News for the five days prior to the closure, as well as making contact with the public services and other news media as follows: ---PAGE BREAK--- P:19076_04_Meadowlark_Ranch_LOMR 2_SP.docx SPECIAL PROVISIONS (9/30/22) EG Page 10 of 18 SERVICES PHONE FAX Belgrade School District No. 44 388-6951 388-0122 Belgrade Fire Department 388-4480 Gallatin County Sheriff 582-2100 582-2126 Laidlaw Transit Services 556-8039 Montana Dept. of Transportation 586-9562 586-5202 Montana Depart. of Justice Highway Patrol Division 388-3190 American Medical Response 586-0037 586-0536 County Commissioners’ Office 582-3000 582-3003 Belgrade City Manager 388-3760 388-4996 Additional contacts if significant traffic control impacts on a principal arterial are expected or if directed by the City of Belgrade or Gallatin County. MEDIA PHONE FAX The Bozeman Daily Chronicle 587-4491 587-7995 The Belgrade News 388-5101 388-5103 Clear Channel Communications 586-2343 587-2202 KBOZ Radio Stations 587-9999 587-5855 KBZM-FM 582-1045 582-0388 KTVM – NBC 6/42 TV 586-0296 586-0554 KUSM TV 994-3437 994-6545 KWYB – ABC 18/28 TV 586-3594 586-0005 KZBK – CBS 7/26 TV 586-3280 586-4135 SP-23 CONSTRUCTION STAKING A. The ENGINEER will set construction stakes to give the CONTRACTOR measurements, lines, locations, and grades necessary for construction. Work shall be performed in conformity with these stakes. The CONTRACTOR shall protect all bench marks and reference stakes including construction stakes, from damage or removal. Stakes destroyed or removed by the CONTRACTOR will be replaced by the ENGINEER at the CONTRACTOR’s expense. Actual cost to the ENGINEER for replacement will be billed to the OWNER. The OWNER shall deduct this invoice from payments due the CONTRACTOR. 1. Grade stakes or slope stakes for excavation and fill. 2. Subgrade bluetops. 3. Base gravel bluetops B. The CONTRACTOR shall notify the ENGINEER, in writing, with all staking requests. These requests shall be made seventy-two (72) hours in ---PAGE BREAK--- P:19076_04_Meadowlark_Ranch_LOMR 2_SP.docx SPECIAL PROVISIONS (9/30/22) EG Page 11 of 18 advance. The ENGINEER shall then have forty-eight (48) hours to complete the required staking. Additional time will be allotted to the ENGINEER for staking requests where the volume of work cannot reasonably be completed in the forty-eight (48) hour time period. C. If CONTRACTOR believes a stake is in error, CONTRACTOR shall immediately notify ENGINEER. Stakes shall be left in the ground for verification of error. If stakes are removed, ENGINEER will not be responsible for verifying staking and or utility installation. CONTRACTOR is ultimately responsible for verifying that a stake conforms to the plans and is ultimately responsible for verifying water service, water valve, and hydrant locations in conformance to the plans and the right-of-way per this special provision. SP-24 GEOTECHNICAL REPORT A geotechnical investigation and report prepared by Rimrock Engineering, Inc. dated July 7, 2022 has been provided for this project. Contractor(s) bidding this project are encouraged and will be granted full permission to dig test pits or do any other subsurface exploration they deem necessary prior to the bid date. No reimbursement will be made to the Contractor(s) for any subsurface investigation. A minimum 48-hour notice to the Engineer will be required prior to the Contractor performing any exploration. Contractor is responsible for arranging utility locations prior to investigations. SP-25 STORM WATER MANAGEMENT AND EROSION CONTROL The Contractor(s) shall make note that this project is subject to Montana Department of Environmental Quality Storm Water General Discharge Permit authorization. The Contractor shall pay the application fee, the first annual fee, and additional annual fees necessary until the termination of the permit has been granted by the Montana Department of Environmental Quality (MDEQ). The Contractor is responsible for securing and administering the permit and installation and maintenance of the erosion control structures, which will be paid under the Storm Water Management and Erosion Control Bid Item. All Storm Water Management and Erosion Control for this project shall comply with the requirements set forth in the General Permit for Storm Water Discharges Associated with Construction Activity which can be obtained from MDEQ website. The Contractor will be responsible for preparing and administering the from the start of construction until the is fully terminated per the Montana DEQ revegetation standards and in accordance with the general permit requirements. It shall be the responsibility of the Contractor to modify the in accordance with the general permit requirements with respect to the coverage areas as lot ownership transfers. Any modifications to the will be the sole responsibility of the Contractor. ---PAGE BREAK--- P:19076_04_Meadowlark_Ranch_LOMR 2_SP.docx SPECIAL PROVISIONS (9/30/22) EG Page 12 of 18 The Contractor is required to complete and submit a Notice of Intent (NOI) and a Storm Water Pollution Prevention Plan in accordance with the requirements stated in the General Permit. The NOI shall be completed with the Contractor as Applicant/Operator. Applicant shall be responsible for achieving final stabilization and submitting the Notice of Termination (NOT). All coordination with Montana DEQ, BMP’s and modifications shall be included in the Stormwater Management and Erosion Control bid item. It is the responsibility of the Contractor to prepare all documents including an Erosion Control Plan and Erosion Control Details and all required documents for submittal to MDEQ. The Contractor shall comply with all requirements and conditions of the General Permit and the Storm Water Pollution Prevention Plan Failure to do so will result in the issuing of an order to suspend work in addition to the potential fines that may be assessed by the Montana Department of Environmental Quality. The Contractor’s responsibilities regarding maintenance of erosion control structures, after final project acceptance, will be limited to the areas disturbed by the construction for this project only. The Contractor will not be responsible for erosion control beyond the disturbed areas of this project due to adjacent construction. It is the Contractor’s responsibility to document the extent of disruption due to construction activities directly related to this project. The documentation should include pictures with a date stamp that is concurrent with the date of final project acceptance. SP-26 MATERIALS TESTING AND CONTROL A. The following materials and control tests may be made by the ENGINEER to determine the CONTRACTOR’s compliance with the specifications: 1. In place density test of subgrade backfill, subbase, and other general earthwork. The periodic tests made by the ENGINEER of the CONTRACTOR’s production may serve as the basis for rejecting a stockpile as unacceptable. The above tests - paragraphs 1. through 7. - shall be made with no cost to the CONTRACTOR, except as herein provided for test failure. Should any of these tests fail, the CONTRACTOR shall then be responsible for the cost of the failing test. The costs of the failing tests shall be deducted from the CONTRACTOR’s progress estimate. C. The costs of the following tests shall be paid for by the CONTRACTOR: ---PAGE BREAK--- P:19076_04_Meadowlark_Ranch_LOMR 2_SP.docx SPECIAL PROVISIONS (9/30/22) EG Page 13 of 18 1. Any additional tests the CONTRACTOR requires to control their crushing, screening or other construction operations. 2. Asphalt cement pavement and Portland Cement concrete mix designs. 3. Test failure, as provided above. 4. Any additional tests required to verify acceptable quality of supplied materials. This shall include, but not be limited to, a three-edge bearing test. D. Acceptance and rejection of materials will generally be determined from tests made of the various courses complete and in-place in the field. While the ENGINEER may, during course of construction, make tests at the source or point of production, it is the responsibility of the CONTRACTOR to conduct, control and test their production operations in such a manner that the materials produced will meet the specification requirements. SP-27 SHOP DRAWINGS Shop drawings shall be submitted for all materials used in the project. SP-28 GROUNDWATER CONSIDERATION The CONTRACTOR is advised that groundwater may be present at the project site. The CONTRACTOR is responsible for providing dewatering equipment and methods for this project. Groundwater shall be removed from the open trench area to satisfactorily prevent the rising of water into the new or any existing piping that may be exposed during the work. The CONTRACTOR shall be responsible for arrangements of permits and obtaining of sites of groundwater discharge or flushing discharge. This shall include all cleanup, restoration, etc., of any discharge areas. No claims for any of the above-related work shall be submitted to the OWNER, in excess of the amount bid for dewatering. Control of groundwater shall be accomplished in a manner that will preserve the strength of the adjacent structures foundation soils; will not cause instability of the excavation slopes; and will not result in damage to existing structures. Damage caused to adjacent structures or wells shall be repaired at the CONTRACTOR’s expense. Temporary water shall be provided for wells that are reduced in capacity as a result of dewatering at the CONTRACTOR’s expense. ---PAGE BREAK--- P:19076_04_Meadowlark_Ranch_LOMR 2_SP.docx SPECIAL PROVISIONS (9/30/22) EG Page 14 of 18 SP-29 DEWATERING AND IMPACT ON WELLS There is a lump sum bid item in the Bid Form for dewatering. The CONTRACTOR may be required to employ the services of a qualified dewatering contractor. The CONTRACTOR will be required to submit documentation to demonstrate the dewatering contractor's experience, expertise, knowledge, and ability to provide dewatering services. Failure to provide effective dewatering will result in a deduction of a portion or the entire sum of the dewatering bid item. Some homes throughout Gallatin County are on water wells for various uses including domestic, agricultural, and livestock use. If during the CONTRACTOR’s dewatering process these wells are reduced in capacity to prevent usage, the CONTRACTOR shall provide temporary water service until such time that the water service is restored. Costs of such temporary water service shall be included in the cost of construction and no additional construction cost will be paid to the CONTRACTOR. The CONTRACTOR’s dewatering plan shall be submitted one week prior to implementation for review and approval by the ENGINEER and OWNER. Prior to discharging any groundwater to State waters the CONTRACTOR shall contact the Montana Department Environmental Quality and the City of Belgrade and or drain company. The CONTRACTOR shall abide by any directions or instructions from DEQ and City of Belgrade or the representative for the drain company. The CONTRACTOR shall be responsible for arrangements of permits and obtaining of sites of groundwater discharge. This shall include all cleanup, restoration, etc., of any discharge areas. No claims for any of the above-related work shall be submitted to the OWNER in excess of the amount bid for dewatering. Control of groundwater shall be accomplished in a manner that will preserve the strength of the adjacent structure’s foundation soils; will not cause instability of the excavation slopes; and will not result in damage to existing structures. Damage caused to adjacent structures or wells shall be repaired at the CONTRACTOR’s expense. Temporary water shall be provided for wells that are reduced in capacity as a result of dewatering at the CONTRACTOR’s expense. SP-30 DEWATERING There is a lump sum bid item in the Bid Form for dewatering. The Contractor may be required to employ the services of a qualified dewatering Contractor. ---PAGE BREAK--- P:19076_04_Meadowlark_Ranch_LOMR 2_SP.docx SPECIAL PROVISIONS (9/30/22) EG Page 15 of 18 The Contractor will be required to submit documentation to demonstrate the dewatering Contractor's experience, expertise, knowledge, and ability to provide dewatering services. Failure to provide effective dewatering will result in a deduction of a portion or the entire sum of the dewatering bid item. The Contractor shall submit to the Engineer, a minimum of three days prior to commencing work, a detailed dewatering plan prepared by a qualified dewatering Contractor. The Contractor shall be responsible for arrangements of permits and obtaining of sites of groundwater discharge. This shall include all cleanup, restoration, etc., of any discharge areas. No claims for any of the above-related work shall be submitted to the Owner in excess of the amount bid for dewatering. Control of groundwater shall be accomplished in a manner that will preserve the strength of the adjacent structure’s foundation soils; will not cause instability of the excavation slopes; and will not result in damage to existing structures. Damage caused to adjacent structures or wells shall be repaired at the Contractor’s expense. Temporary water shall be provided for wells that are reduced in capacity as a result of dewatering at the Contractor’s expense. SP-31 WATERWAY AND DITCH CROSSINGS The CONTRACTOR shall schedule their work to prevent interruptions of local irrigation operations and waterways. All ditches and waterways are to be restored to the satisfaction of the user(s). SP-32 UNSUITABLE BACKFILL The CONTRACTOR is responsible for stabilizing all excavated areas before backfilling. Any excavated material that is unsuitable for backfill, due to moisture content (either excessively wet or dry), shall be conditioned in a manner acceptable to the ENGINEER to render it suitable for backfill in accordance with the Fifth Edition, Section 02221. If the CONTRACTOR chooses not to condition the unsuitable materials, imported material approved by the ENGINEER shall be substituted for backfill. This shall be done at no additional cost to the OWNER. All CONTRACTOR’s costs associated with any of the above is considered incidental to the work and is to be covered under other Bid Items of the project. SP-33 UNCLASSIFIED EXCAVATION AND TOPSOIL The cross-sections and associated quantities included within the plans are based upon existing ground to proposed surface. ---PAGE BREAK--- P:19076_04_Meadowlark_Ranch_LOMR 2_SP.docx SPECIAL PROVISIONS (9/30/22) EG Page 16 of 18 Unclassified excavation bid item shall include cutting of material as well as placing fill material. Cutting of material includes, but is not limited to, channel excavation, detention ponds, material piles, and designated on-site excavation areas. Filling of material as shown in the plans and includes, but is not limited to, spreading fill material across lots, spreading existing piles of materials, filling to create drainage swale. In areas of cut, the surface shall be cut 6-inches below the finish surface elevation to allow for the placement and spreading of 6-inches of topsoil. In areas of fill, the surface shall be left 6-inches lower that the finish surface elevation to allow for the placement and spreading of 6-inches of topsoil. The finish surface elevation after placement of topsoil must not be lower than the surface elevation specified in the plans and must not be higher than 0.1-feet above the finish surface elevation specified in the plans. Payment for excavation of the stripping, stockpiling and spreading of the topsoil will be included under the Stripping, Stockpiling and Spreading bid item. Strip 6- inches of material in all areas of disturbance except in areas of fill is 6-inches or less. In areas of fill that are 6-inches or less, spread topsoil material on existing topsoil to the desired finished elevation. SP-34 SEEDING Seeding shall be in accordance to the Sections 02910 and 02920. The seed mix for this project consists of the following: DRYLAND SEEDING MIX: 10 lbs/Ac Sheep Fescue 6 lbs/Ac Buffalo Grass 4 lbs/Ac Blue Grama 4 lbs/Ac Western Wheatgrass 6 lbs/Ac Stream Bank Wheatgrass 4 lbs/Ac Perennial Ryegrass Pennfine The seed must be drilled into topsoil that does not consist of alkali material. Rates, lbs/ac, are for drill seeding application. Broadcast seeding rates shall be double the above indicated rates. All disturbed areas shall be reseeded. SP-35 BASIS OF PAYMENT The bid items included in the Bid Form include all items, which will receive payment under this contract. Additional work described in the Specifications or shown on the plans, which is not specifically listed in the Bid Form, shall be considered incidental to the closest associated Bid Item. ---PAGE BREAK--- P:19076_04_Meadowlark_Ranch_LOMR 2_SP.docx SPECIAL PROVISIONS (9/30/22) EG Page 17 of 18 The basis for payment shall be as abbreviated on the Bid Form and defined below: LS = Lump Sum EA = Each LF = Linear Feet VF = Vertical Feet CY = Cubic Yard SY = Square Yard SF = Square Feet TN = Ton GL = Gallon At project completion adjustments to quantities will be made based on actual amounts installed. Adjustments will not be made for Lump Sum items unless the scope of work is substantially changed during construction. The ENGINEER shall have final authority in determining if the scope of work has substantially changed. If scope of work must be changed due to negligence or fault of the CONTRACTOR, then additional payment for Lump Sum items shall not be made. Quantity adjustments to all non-lump sum items shall be measured by the ENGINEER in the presence of the CONTRACTOR. Payment for each item shall be for the finished product including all labor, materials, equipment, overhead, profit and any other miscellaneous items unless otherwise noted in the contract documents. Mobilization and Insurance Bid Items. These items include the mobilization of equipment to the site, insurance and bond costs and demobilization. The lump sum bid for mobilization & insurance may not exceed five percent of the total bid for each schedule. Payment for Mobilization and Insurance Bid Items shall be made in accordance with the Schedule of Values. Partial Payments of Lump Sum Bid Items. Payment for all lump sum items shall be made on the basis of work complete on individual items in accordance with the Schedule of Values at the time the CONTRACTOR submits the pay estimate to the ENGINEER. If required by the ENGINEER, the CONTRACTOR shall provide evidence of work complete. SP-36 SURVEY VERIFICATION OF COMPLETED WORK Upon completion of the grading, but before seeding and placement of erosion control fabric, the ENGINEER will complete a topographic survey to confirm the finished surface elevations is in conformance with the plan elevations. The finish surface elevation after placement of topsoil must not be lower than the surface elevation specified in the plans and must not be higher than 0.1-feet above the finish surface elevation specified in the plans. The CONTRACTOR will be ---PAGE BREAK--- P:19076_04_Meadowlark_Ranch_LOMR 2_SP.docx SPECIAL PROVISIONS (9/30/22) EG Page 18 of 18 notified of any areas that the finish surface does not match plan elevation. The CONTRACTOR will regrade any areas that do not match plan grades and the cost to do so will be considered incidental to the Unclassified Excavation bid item. Upon verification the surface is correct, the CONTRACTOR can complete seeding the disturbed soil and place erosion control fabric. SP-37 EXPLANATION OF BID ITEMS The following items are intended to clarify the scope of each Bid Item, but are to be considered supplemental to the rest of the contract documents and not necessarily all inclusive of items, which must be completed for payment of each Bid Item. Bid Item No. 107 – Topsoil Stripping, Stockpiling, and Spreading (6 Inches). Payment for this item will be made at the per cubic yard contract unit price that includes stripping and stockpiling and spreading of topsoil and all labor, materials, and other direct or indirect costs associated with completion of this item. The estimated quantity provided in the Bid Form is based on stripping and stockpiling portions of the project site within the grading limits of the project using an assumed depth of six inches. Bid Item No. 111 – Install 63’ Culvert Crossing (Oriole Drive). This bid item shall include the installation of a 63-foot long #54 and #61 aluminum culvert crossing with a 7’ – 2” headwall. This bid item should also include the wingwalls, toewall, 3” minus pit run base gravel, and Mirafi RS 580i. Materials and labor necessary to complete the culvert installation shall be considered as part of the lump sum unit price. Bid Item No. 112 – Install 63’ Culvert Crossing (Lark Lane). This bid item shall include the installation of a 63-foot long #54 and #61 aluminum culvert crossing with a 6’ – 10” headwall. This bid item should also include the wingwalls, toewall, 3” minus pit run base gravel, and Mirafi RS 580i. Materials and labor necessary to complete the culvert installation shall be considered as part of the lump sum unit price. Bid Item No. 114 – Ameristar Montage Plus Majestic 4’ Pedstrian Rail. This bid item shall include the installation of a 4 – 80’ long sections of pedestrian rail on both sides of each culvert crossing per the plans and details. Materials and labor necessary to complete the culvert installation shall be considered as part of the unit price. The rail is to be Ameristar Montage Plus Majestic 4’ Pedestrian Rail or approved equal. ---PAGE BREAK--- GEOTECHNICAL REPORT ---PAGE BREAK--- RIMROCK ENGINEERING, INC. GEOTECHNICAL ENGINEERING REPORT Meadowlark Ranch Phase V Streets Meadowlark Ranch Subdivision Belgrade, Montana July 7, 2022 Project No. G22108 Prepared for: Meadowlark Ranch, Inc. 175 North 27th Street, Suite 900 Billings, Montana 59101 Prepared by: Rimrock Engineering, Inc. 5440 Holiday Avenue Billings, Montana 59101 ---PAGE BREAK--- RIMROCK ENGINEERING, INC. 5440 Holiday Avenue ꞏ Billings, Montana 59101: ꞏ Phone: [PHONE REDACTED] ꞏ www.rimrock.biz G22108 July 7, 2022 Rimrock Engineering, Inc. July 7, 2022 Mr. Landy Leep Meadowlark Ranch, Inc. 175 North 27th Street, Suite 900 Billings, Montana 59101 Re: Geotechnical Engineering Report Meadowlark Ranch Phase V Streets Meadowlark Ranch Subdivision Belgrade, Montana Dear Landy: Rimrock Engineering, Inc. has completed the geotechnical engineering services for the referenced project. The attached report presents the results of our findings. Our work consisted of subsurface exploration, laboratory testing, engineering analyses, and preparation of this report. We appreciate this opportunity to be of service to you and are prepared to provide construction materials testing services during the construction phase of the project. If you have any questions regarding this report or need additional information or services, please contact us. Sincerely, RIMROCK ENGINEERING, INC. Matt Geering, P.E. Wade Reynolds Principal/Vice President Principal/President ---PAGE BREAK--- G22108 i July 7, 2022 Rimrock Engineering, Inc. TABLE OF CONTENTS PAGE 1.0 INTRODUCTION AND SCOPE 1 1.1 Project Description 1 1.2 Purpose and Scope of Work 1 2.0 INVESTIGATION 1 2.1 Field Exploration 1 2.2 Laboratory Testing 2 3.0 SITE & SUBSURFACE CONDITIONS 2 3.1 Site Conditions 2 3.2 Subsurface Soil Conditions 2 3.3 Groundwater Conditions 3 3.4 Laboratory Test Results 3 4.0 RECOMMENDATIONS 3 4.1 Geotechnical Concerns/Considerations 3 4.2 Earthwork 4 4.2.1 Site and Subgrade Preparation 4 4.2.2 Material Requirements 4 4.2.3 Compaction Requirements 4 4.2.4 Construction Considerations 5 4.3 Corrosion Protection 5 4.4 Pavements 6 5.0 ADDITIONAL SERVICES 7 5.1 Project Bid Documents 7 5.2 Construction Observation/Testing and Plan Review 8 6.0 LIMITATIONS 8 APPENDICES Appendix A Vicinity/Site Map, Logs, USCS Description/Log Key Appendix B Laboratory Test Results ---PAGE BREAK--- G22108 1 July 7, 2022 Rimrock Engineering, Inc. GEOTECHNICAL ENGINEERING REPORT Meadowlark Ranch Phase V Streets Meadowlark Ranch Subdivision Belgrade, Montana 1.0 INTRODUCTION AND SCOPE 1.1 Project Description The project consists of new streets for Phase V of Meadowlark Ranch Subdivision in Belgrade, Montana. 1.2 Purpose and Scope of Work The purpose of this study is to evaluate the feasibility of the proposed development with respect to the observed subsurface conditions and to provide information, opinions, and geotechnical engineering recommendations relative to: General site, soil and groundwater conditions Site and subgrade preparation Corrosivity and cement type Pavement thickness design General earthwork and site drainage Our scope of services consisted of background review, site reconnaissance, field exploration, laboratory testing, engineering analyses, and preparation of this report. 2.0 INVESTIGATION 2.1 Field Exploration The subsurface exploration consisted of drilling seven borings on June 14, 2022 to approximate depths ranging from 10 to 16 feet below existing grades. The borings were drilled using our truck mounted drill rig equipped with hollow stem and solid flight augers. Groundwater levels were measured during drilling operations, if encountered. Upon completion of drilling and/or groundwater measurements, the borings were backfilled with drill cuttings and compacted with the equipment at hand. As requested, boring B-1 was completed as a temporary groundwater monitoring piezometer. Logs of the borings along with a Vicinity/Site Map are included in Appendix A. The borings were located in the field by Rimrock Engineering based on the site plan provided. Estimated ground surface elevations were set at 100 for purposes of this investigation. The locations and elevations ---PAGE BREAK--- G22108 2 July 7, 2022 Rimrock Engineering, Inc. of the borings should be considered accurate only to the degree implied by the means and methods used to define them. Rimrock Engineering personnel logged the soil conditions encountered in the borings. At selected intervals, samples of the subsurface materials were taken by driving split-spoon samplers, pushing Shelby tube samplers, and collecting auger cuttings. Penetration resistance measurements were obtained by driving the samplers into the subsurface materials with a 140- pound automatic hammer falling 30 inches. The penetration resistance value is a useful index in estimating the relative density, or consistency, of the materials encountered. The sample was tagged for identification, sealed to reduce moisture loss, and taken to our laboratory for further examination, testing, and classification. 2.2 Laboratory Testing The purpose of the laboratory testing is to assess the physical and engineering properties of the soil samples collected in the field to be used in our geotechnical evaluations and analyses. Laboratory testing was performed on selected soil samples to assess the following: Visual classification (USCS) Atterberg limits Moisture content Water soluble sulfate, pH & resistivity Sieve analysis Moisture density relationship California Bearing Ratio (CBR) The soil descriptions presented on the boring logs are in accordance with the Unified Soil Classification System (USCS). Individual laboratory test results can be found in Appendix B at the end of this report. 3.0 SITE & SUBSURFACE CONDITIONS 3.1 Site Conditions The project site is located north of the existing Meadowlark Ranch Subdivision in Belgrade, Montana. The site consists of vacant agricultural property. The site generally slopes to the northwest with approximately 13 feet of elevation difference estimated across the site. The site is surrounded by residential developments and undeveloped agricultural property. As requested, we observed Melissa Way while on site. The pavement section appeared to be in good condition with minimal cracking. 3.2 Subsurface Soil Conditions Underlying a topsoil layer, the subsurface profile consists of about 3.5 to 6.5 feet of lean clay with sand soils overlying dense gravel soils. A silty sand layer was encountered over the gravels in B- ---PAGE BREAK--- G22108 3 July 7, 2022 Rimrock Engineering, Inc. 1. For a more detailed description of the subsurface conditions, please refer to the individual boring logs provided in Appendix A. 3.3 Groundwater Conditions The borings were observed while drilling and after completion for the presence and level of groundwater. Groundwater was encountered at about 10 feet while drilling or for the short duration the borings were allowed to remain open. These observations represent groundwater conditions at the time of the field exploration and may not be indicative of other times, or at other locations. Groundwater can be expected to fluctuate with varying seasonal and weather conditions and other factors not evident at the time of the investigation. Evaluation of the factors that affect groundwater fluctuations is beyond the scope of this report. 3.4 Laboratory Test Results The site soils were tested for grain size distribution (sieve analysis) and Atterberg Limits. Atterberg limits are a basic measure of the critical water contents of a fine-grained soils. The clayey soils encountered in the borings generally have medium plasticity. Results are summarized below: Location Depth (ft) USCS Liquid Limit Plastic Limit Plasticity Index Gravel Sand Clay/Silt B-1 4.5 SM NP NP NP 0.0 69.8 30.2 B-1 9.5 GP-GM NP NP NP 54.8 38.6 6.6 B-2 0.0 CL 38 21 17 0.5 24.6 74.9 A representative sample of the near surface fine grained soils was collected for Moisture-Density Relationship (M/D) and California Bearing Ratio (CBR) testing. The results are summarized in the following table: Location Depth, (ft) Material Maximum Dry Density (pcf) Optimum Moisture Content CBR B-1 to B-7 1-3 CL 103.8 18.2 6.3 4.0 RECOMMENDATIONS 4.1 Geotechnical Concerns/Considerations Subgrade soils are expected to consist of lean clay soils. Silty sand and gravel soils may be encountered as well. Lean clay soils typically are poor materials for pavement support. Silty sand soils are typically fair materials for pavement support. However, silty soils are often moisture sensitive and tend to pump and become unstable with increased traffic or disturbance. Constructability on these soils can be challenging if moisture levels exceed optimum levels. ---PAGE BREAK--- G22108 4 July 7, 2022 Rimrock Engineering, Inc. 4.2 Earthwork The following sections present recommendations for site and subgrade preparation and placement of fill materials on the project. Earthwork on the project should be observed and tested by Rimrock Engineering. 4.2.1 Site and Subgrade Preparation Vegetation, topsoil, fill, existing utilities (if present), and other unsuitable materials (e.g. debris, desiccated soil, frozen soil, etc.) should be removed from the proposed construction area. It is anticipated that general excavations for the proposed construction can be accomplished with conventional earthmoving equipment such as tractor mounted backhoes and tracked excavators. Within the proposed areas to receive pavement and fill materials, scarification, re-compaction and proof-rolling of the subgrade soils is recommended. Subgrade soils beneath pavement and fill areas should be scarified to a depth of at least 12 inches, moisture conditioned to within 3 percent of optimum and compacted to a minimum of 95 percent of the maximum dry density, as determined by ASTM D698. The moisture content and compaction of subgrade soils should be maintained until pavement construction. The prepared subgrade in areas to receive pavement should be proof-rolled by a tandem axle dump truck loaded to its capacity. The proof-rolling should be observed by Rimrock Engineering to identify areas of soft subgrade. Any areas that become unstable or “pump” under the loaded dump truck should be excavated to a depth to be determined by Rimrock Engineering and replaced with a dense graded gravel/sand mixture to stabilize the subgrade. Once the subgrade has been proof-rolled and approved by the geotechnical engineer, base course may be placed. Additionally, a geogrid or geotextile separation/stabilization fabric may be required to stabilize soft subgrade soils. 4.2.2 Material Requirements It is anticipated that excavated materials will be used to the extent practical as site and trench backfill. The material suitability should be evaluated by the geotechnical engineer prior to use. Moisture conditioning and processing of on-site soils will likely be required. 4.2.3 Compaction Requirements Fill materials should be placed and compacted in loose lift thicknesses of 8 inches or less when heavy, self-propelled compaction equipment is used. When hand-guided equipment such as jumping jack or plate compactor is used, loose lift thicknesses should be on the order of 4 to 6 inches. The following table lists the compaction requirements for the different types of fill recommended in this report. ---PAGE BREAK--- G22108 5 July 7, 2022 Rimrock Engineering, Inc. Item Description Compaction Requirement (ASTM D698) Scarified Subgrade Soils: 95% Aggregate Base: 95% Wall/Trench Backfill: 97% beneath pavements, 95% elsewhere Moisture Content (ASTM D698) ±3 % of optimum 4.2.4 Construction Considerations Although the exposed subgrade is anticipated to be relatively stable upon initial exposure, unstable subgrade conditions could develop during general construction operations, particularly if the soils are wetted and/or subjected to repetitive construction traffic. The use of light, rubber- tracked construction equipment would aid in reducing subgrade disturbance. Should unstable subgrade conditions develop, our geotechnical engineer should review conditions and provide recommendations for stabilization. The site should be graded to prevent ponding of surface water on, or direction of runoff toward, the prepared subgrades or excavations. If the subgrade should become frozen, desiccated, saturated, or disturbed, the affected material should be removed. As a minimum, all temporary excavations should be sloped or braced as required by Occupational Health and Safety Administration (OSHA) regulations to provide stability and safe working conditions. The grading contractor, by his contract, is usually responsible for designing and constructing stable, temporary excavations and should shore, slope or bench the sides of the excavations, as required, to maintain stability of both the excavation sides and bottom. All excavations should comply with applicable local, state and federal safety regulations, including the current OSHA Excavation and Trench Safety Standards. Rimrock Engineering should be retained during the construction phase of the project to observe earthwork and to perform necessary tests and observations during construction. 4.3 Corrosion Protection A soil sample was submitted for water soluble sulfate testing. The results are summarized in the following table: Location Depth (ft) Material Soluble Sulfate Content Resistivity (ohm-cm) pH B-2 1.0 CL 0.01 1,500 7.8 Water soluble sulfate values between 0.00 and 0.10 are considered to have negligible attack on normal strength concrete. As a result, Type I-II Portland cement can be specified for all project concrete. However, if additional protection in this regard is desired, Type V cement should be specified. ---PAGE BREAK--- G22108 6 July 7, 2022 Rimrock Engineering, Inc. Resistivity values between 1,000 and 3,000 are considered to be strongly aggressive with regard to corrosion of buried metals. If corrosion of buried metal is critical, it should be protected using a non-corrosive backfill, wrapping, coating, sacrificial anodes, or a combination of these methods, as designed by a qualified corrosion engineer. 4.4 Pavements Pavement section alternatives for this project were designed based on the procedures outlined in the 1993 Guideline for Design of Pavement Structures by the American Association of State Highway and Transportation Officials (AASHTO). Input variables used in the calculations are presented in the following table: Parameter Value Parameter Value CBR Value 6.3 Reliability 85 Subgrade Drainage Coefficient 0.9 Standard Deviation 0.45 Initial Serviceability Index 4.2 Terminal Serviceability Index 2.0 It is anticipated that pavement subgrade soils will consist of clay materials which are typically considered poor materials for pavement support. Please note that this CBR value and the pavement section alternatives provided assume that the site soils will be re-compacted and left in-place within the pavement areas. If this is not the case, Rimrock Engineering should be notified to provide additional pavement design recommendations based on the subgrade soils which will be present below the pavement sections. Specific traffic data was not provided for this project. Therefore, we have assumed an equivalent 18-kip single axle load (ESAL) of 200,000 to represent the design traffic intensity for the proposed roads over a 20-year design period. Please notify us if any of the parameters used in the pavement design do not adequately define the anticipated conditions. The following table presents the recommended pavement section alternatives based on the above parameters. Traffic Area Asphalt Concrete Base Course Sub Base Course Total Meadowlark Phase V 3 - 10 13 3 6 5 14 Asphalt concrete should be composed of a mixture of aggregate, filler and additives (if required), and approved bituminous material. The asphalt concrete should conform to approved mix designs which include volumetrics, Marshall properties, optimum asphalt cement content, job mix formula, and recommended mixing and placing temperatures. The asphalt concrete should be consistent with an approved mix design conforming to Montana Public Works (MPW). Mix designs should be submitted prior to construction to verify their adequacy. Aggregate used in the asphalt should meet MPW specifications for quality and gradation. ---PAGE BREAK--- G22108 7 July 7, 2022 Rimrock Engineering, Inc. Asphalt material should be placed in maximum 3-inch lifts (compacted thickness) and should be compacted to the minimum standards outlined in the MPW specifications. Aggregate base course should consist of a blend of sand and gravel which meets MPW specifications for quality and gradation. Aggregate base course should be compacted to a minimum of 95 percent of the maximum dry density, as determined by ASTM D 698. Each pavement alternative should be evaluated with respect to current material availability and economic conditions. The pavement sections presented herein are based on design parameters selected by Rimrock Engineering based on experience with similar projects and soil conditions. Design parameters may vary with the specific project and material source. Variation of these parameters may change the thickness of the pavement sections presented. Rimrock Engineering is prepared to discuss the details of these parameters and their effects on pavement design and reevaluate pavement design as appropriate. Pavements should be sloped to provide rapid drainage of surface water. Water allowed to pond on or adjacent to the pavements could saturate the subgrade and contribute to premature pavement deterioration. In addition, the pavement subgrade should be graded to provide positive drainage within the granular base section. If heavy construction traffic is allowed on unfinished pavement sections or sections not designed for such traffic, premature rutting and/or failure may occur. The pavement sections provided in this report represent minimum recommended thicknesses and, as such, periodic maintenance should be anticipated. Therefore, preventive maintenance should be planned and provided for through an on-going pavement management program. Preventive maintenance activities are intended to slow the rate of pavement deterioration and to preserve the pavement investment. Preventive maintenance consists of both localized maintenance (e.g. crack and joint sealing and patching) and global maintenance (e.g. surface sealing). Preventive maintenance is usually the first priority when implementing a planned pavement maintenance program and provides the highest return on investment for pavements. Prior to implementing any maintenance program, additional engineering input is recommended to determine the type and extent of preventive maintenance appropriate. Even with periodic maintenance, some movements and related cracking may still occur and repairs may be required. 5.0 ADDITIONAL SERVICES 5.1 Project Bid Documents It has been our experience during the bidding process, that contractors often contact us to discuss the geotechnical aspects of the project. Informal contacts between Rimrock Engineering and an individual contractor could result in incorrect or incomplete information being provided to the contractor. Therefore, we recommend a pre-bid meeting be held to answer any questions about the report prior to submittal of bids. If this is not possible, questions or clarifications regarding this report should be directed to the project Owner or his designated representative. After consultation ---PAGE BREAK--- G22108 8 July 7, 2022 Rimrock Engineering, Inc. with Rimrock Engineering, the project Owner (or his representative) should provide clarifications or additional information to all contractors bidding the job. 5.2 Construction Observation/Testing and Plan Review The recommendations made in this report are based on the assumption that an adequate program of tests and observations will be made during construction to verify compliance with these recommendations. We recommend that project plans and specifications be reviewed by Rimrock Engineering to verify compatibility with our findings and recommendations. Additional information concerning the scope and cost of these services can be obtained from our office. The review of plans and specifications and the field observation and testing by Rimrock Engineering are an integral part of the conclusions and recommendations made in this report. If we are not retained for these services, the Client agrees to assume Rimrock Engineering’s responsibility for any potential claims that may arise during construction. 6.0 LIMITATIONS Recommendations contained in this report are based on our field explorations, laboratory tests, and our understanding of the proposed construction. The study was performed using a mutually agreed upon scope of work. It is our opinion that this study was a cost-effective method to evaluate the subject site and evaluate some of the potential geotechnical concerns. More detailed, focused, and/or thorough investigations can be conducted. Further studies will tend to increase the level of assurance; however, such efforts will result in increased costs. If the Client wishes to reduce the uncertainties beyond the level associated with this study, Rimrock Engineering should be contacted for additional consultation. The soils data used in the preparation of this report were obtained from borings made for this investigation. It is possible that variations in soils exist between the points explored. The nature and extent of soil variations may not be evident until construction occurs. If any soil conditions are encountered at this site which is different from those described in this report, our firm should be immediately notified so that we may make any necessary revisions to our recommendations. In addition, if the scope of the proposed project changes, our firm should be notified. This report has been prepared for design purposes for specific application to this project in accordance with the generally accepted standards of practice at the time the report was written. No warranty, express or implied, is made. Other standards or documents referenced in any given standard cited in this report, or otherwise relied upon by the authors of this report, are only mentioned in the given standard; they are not incorporated into it or “included by reference,” as that latter term is used relative to contracts or other matters of law. This report may be used only by the Client and for the purposes stated, within a reasonable time from its issuance. Land use, site conditions (both on- and off-site), or other factors including ---PAGE BREAK--- G22108 9 July 7, 2022 Rimrock Engineering, Inc. advances in man’s understanding of applied science may change over time and could materially affect our findings. Therefore, this report should not be relied upon after 36 months from its issue. Rimrock Engineering should be notified if the project is delayed by more than 24 months from the date of this report so that a review of site conditions can be made, and recommendations revised if appropriate. It is the Client’s responsibility to see that all parties to the project including the designer, contractor, subcontractors, etc., are made aware of this report in its entirety. The use of information contained in this report for bidding purposes should be done at the Contractor’s option and risk. Any party other than the Client who wishes to use this report shall notify Rimrock Engineering of such intended use. Based on the intended use of the report, Rimrock Engineering may require that additional work be performed and that an updated report be issued. Non- compliance with any of these requirements by the Client or anyone else will release Rimrock Engineering from any liability resulting from the use of this report by any unauthorized party. ---PAGE BREAK--- APPENDIX A Field Exploration ---PAGE BREAK--- Rimrock Engineering, Inc. 5440 Holiday Avenue Billings, MT 59101 Tel. (406) 294-8400 PROJECT NO. G22108 VICINITY/SITE MAP MEADOWLARK RANCH PHASE 5 Meadowlark Ranch Subdivision Belgrade, Montana N ---PAGE BREAK--- SPT SPT SPT SPT SPT 100 100 100 100 100 4-4-4 3-4-3 5-5-5 (10) 12-15-16 (31) 13-25-16 (41) 18 9 9 7 8 NP NP NP NP 30 7 TOPSOIL (CL) LEAN CLAY with SAND Brown with white mottling, stiff, medium plasticity, fine sand. (SM) SILTY SAND Brown/reddish brown, loose, fine sand, lean clay lenses. (GP-GM) POORLY GRADED GRAVEL with SILT and SAND Brown/gray, dense, some cobbles. Bottom of borehole at 16.0 feet. NP NP NOTES Piezometer GROUND ELEVATION 100 ft LOGGED BY W.R. DRILLING METHOD Hollow Stem Auger DRILLING CONTRACTOR Rimrock Engineering, Inc. GROUND WATER LEVELS: CHECKED BY M.G. DATE STARTED 6/14/22 COMPLETED 6/14/22 AT TIME OF DRILLING 10.00 ft / Elev 90.00 ft AT END OF DRILLING AFTER DRILLING HOLE SIZE 5 inches SAMPLE TYPE NUMBER RECOVERY % (RQD) BLOW COUNTS (N VALUE) DRY UNIT WT. (pcf) MOISTURE CONTENT LIQUID LIMIT PLASTIC LIMIT FINES CONTENT ATTERBERG LIMITS GRAPHIC LOG DEPTH (ft) 0 5 10 15 MATERIAL DESCRIPTION POCKET PEN. (tsf) PLASTICITY INDEX PAGE 1 OF 1 BORING NUMBER B-1 CLIENT Meadowlark Ranch PROJECT NUMBER G22108 PROJECT NAME Meadowlark Ranch Phase V Streets PROJECT LOCATION Belgrade, MT GEOTECH BH COLUMNS - GINT STD US LAB.GDT - 7/6/22 15:02 - G:\PROJECTS\2022\G22108.GPJ Rimrock Engineering, Inc. ---PAGE BREAK--- SPT 100 3-3-6-10 25 38 21 75 TOPSOIL (CL) LEAN CLAY with SAND Brown with white mottling, stiff, medium plasticity, fine sand. (GP-GM) POORLY GRADED GRAVEL with SILT and SAND Brown/gray, dense, some cobbles. Bottom of borehole at 10.0 feet. 17 NOTES GROUND ELEVATION 100 ft LOGGED BY W.R. DRILLING METHOD Solid Stem Auger DRILLING CONTRACTOR Rimrock Engineering, Inc. GROUND WATER LEVELS: CHECKED BY M.G. DATE STARTED 6/14/22 COMPLETED 6/14/22 AT TIME OF DRILLING 10.00 ft / Elev 90.00 ft AT END OF DRILLING AFTER DRILLING HOLE SIZE 5 inches SAMPLE TYPE NUMBER RECOVERY % (RQD) BLOW COUNTS (N VALUE) DRY UNIT WT. (pcf) MOISTURE CONTENT LIQUID LIMIT PLASTIC LIMIT FINES CONTENT ATTERBERG LIMITS GRAPHIC LOG DEPTH (ft) 0 5 10 MATERIAL DESCRIPTION POCKET PEN. (tsf) PLASTICITY INDEX PAGE 1 OF 1 BORING NUMBER B-2 CLIENT Meadowlark Ranch PROJECT NUMBER G22108 PROJECT NAME Meadowlark Ranch Phase V Streets PROJECT LOCATION Belgrade, MT GEOTECH BH COLUMNS - GINT STD US LAB.GDT - 7/6/22 15:02 - G:\PROJECTS\2022\G22108.GPJ Rimrock Engineering, Inc. ---PAGE BREAK--- AU TOPSOIL (CL) LEAN CLAY with SAND Brown with white mottling, stiff, medium plasticity, fine sand. (GP-GM) POORLY GRADED GRAVEL with SILT and SAND Brown/gray, dense, some cobbles. Bottom of borehole at 10.0 feet. NOTES GROUND ELEVATION 100 ft LOGGED BY W.R. DRILLING METHOD Solid Stem Auger DRILLING CONTRACTOR Rimrock Engineering, Inc. GROUND WATER LEVELS: CHECKED BY M.G. DATE STARTED 6/14/22 COMPLETED 6/14/22 AT TIME OF DRILLING 10.00 ft / Elev 90.00 ft AT END OF DRILLING AFTER DRILLING HOLE SIZE 5 inches SAMPLE TYPE NUMBER RECOVERY % (RQD) BLOW COUNTS (N VALUE) DRY UNIT WT. (pcf) MOISTURE CONTENT LIQUID LIMIT PLASTIC LIMIT FINES CONTENT ATTERBERG LIMITS GRAPHIC LOG DEPTH (ft) 0 5 10 MATERIAL DESCRIPTION POCKET PEN. (tsf) PLASTICITY INDEX PAGE 1 OF 1 BORING NUMBER B-3 CLIENT Meadowlark Ranch PROJECT NUMBER G22108 PROJECT NAME Meadowlark Ranch Phase V Streets PROJECT LOCATION Belgrade, MT GEOTECH BH COLUMNS - GINT STD US LAB.GDT - 7/6/22 15:02 - G:\PROJECTS\2022\G22108.GPJ Rimrock Engineering, Inc. ---PAGE BREAK--- AU TOPSOIL (CL) LEAN CLAY with SAND Brown with white mottling, stiff, medium plasticity, fine sand. (GP-GM) POORLY GRADED GRAVEL with SILT and SAND Brown/gray, dense, some cobbles. Bottom of borehole at 10.0 feet. NOTES GROUND ELEVATION 100 ft LOGGED BY W.R. DRILLING METHOD Solid Stem Auger DRILLING CONTRACTOR Rimrock Engineering, Inc. GROUND WATER LEVELS: CHECKED BY M.G. DATE STARTED 6/14/22 COMPLETED 6/14/22 AT TIME OF DRILLING 10.00 ft / Elev 90.00 ft AT END OF DRILLING AFTER DRILLING HOLE SIZE 5 inches SAMPLE TYPE NUMBER RECOVERY % (RQD) BLOW COUNTS (N VALUE) DRY UNIT WT. (pcf) MOISTURE CONTENT LIQUID LIMIT PLASTIC LIMIT FINES CONTENT ATTERBERG LIMITS GRAPHIC LOG DEPTH (ft) 0 5 10 MATERIAL DESCRIPTION POCKET PEN. (tsf) PLASTICITY INDEX PAGE 1 OF 1 BORING NUMBER B-4 CLIENT Meadowlark Ranch PROJECT NUMBER G22108 PROJECT NAME Meadowlark Ranch Phase V Streets PROJECT LOCATION Belgrade, MT GEOTECH BH COLUMNS - GINT STD US LAB.GDT - 7/6/22 15:02 - G:\PROJECTS\2022\G22108.GPJ Rimrock Engineering, Inc. ---PAGE BREAK--- AU TOPSOIL (CL) LEAN CLAY with SAND Brown with white mottling, stiff, medium plasticity, fine sand. (GP-GM) POORLY GRADED GRAVEL with SILT and SAND Brown/gray, dense, some cobbles. Bottom of borehole at 10.0 feet. NOTES GROUND ELEVATION 100 ft LOGGED BY W.R. DRILLING METHOD Solid Stem Auger DRILLING CONTRACTOR Rimrock Engineering, Inc. GROUND WATER LEVELS: CHECKED BY M.G. DATE STARTED 6/14/22 COMPLETED 6/14/22 AT TIME OF DRILLING 10.00 ft / Elev 90.00 ft AT END OF DRILLING AFTER DRILLING HOLE SIZE 5 inches SAMPLE TYPE NUMBER RECOVERY % (RQD) BLOW COUNTS (N VALUE) DRY UNIT WT. (pcf) MOISTURE CONTENT LIQUID LIMIT PLASTIC LIMIT FINES CONTENT ATTERBERG LIMITS GRAPHIC LOG DEPTH (ft) 0 5 10 MATERIAL DESCRIPTION POCKET PEN. (tsf) PLASTICITY INDEX PAGE 1 OF 1 BORING NUMBER B-5 CLIENT Meadowlark Ranch PROJECT NUMBER G22108 PROJECT NAME Meadowlark Ranch Phase V Streets PROJECT LOCATION Belgrade, MT GEOTECH BH COLUMNS - GINT STD US LAB.GDT - 7/6/22 15:02 - G:\PROJECTS\2022\G22108.GPJ Rimrock Engineering, Inc. ---PAGE BREAK--- AU TOPSOIL (CL) LEAN CLAY with SAND Brown with white mottling, stiff, medium plasticity, fine sand. (GP-GM) POORLY GRADED GRAVEL with SILT and SAND Brown/gray, dense, some cobbles. Bottom of borehole at 10.0 feet. NOTES GROUND ELEVATION 100 ft LOGGED BY W.R. DRILLING METHOD Solid Stem Auger DRILLING CONTRACTOR Rimrock Engineering, Inc. GROUND WATER LEVELS: CHECKED BY M.G. DATE STARTED 6/14/22 COMPLETED 6/14/22 AT TIME OF DRILLING 10.00 ft / Elev 90.00 ft AT END OF DRILLING AFTER DRILLING HOLE SIZE 5 inches SAMPLE TYPE NUMBER RECOVERY % (RQD) BLOW COUNTS (N VALUE) DRY UNIT WT. (pcf) MOISTURE CONTENT LIQUID LIMIT PLASTIC LIMIT FINES CONTENT ATTERBERG LIMITS GRAPHIC LOG DEPTH (ft) 0 5 10 MATERIAL DESCRIPTION POCKET PEN. (tsf) PLASTICITY INDEX PAGE 1 OF 1 BORING NUMBER B-6 CLIENT Meadowlark Ranch PROJECT NUMBER G22108 PROJECT NAME Meadowlark Ranch Phase V Streets PROJECT LOCATION Belgrade, MT GEOTECH BH COLUMNS - GINT STD US LAB.GDT - 7/6/22 15:02 - G:\PROJECTS\2022\G22108.GPJ Rimrock Engineering, Inc. ---PAGE BREAK--- AU TOPSOIL (CL) LEAN CLAY with SAND Brown with white mottling, stiff, medium plasticity, fine sand. (GP-GM) POORLY GRADED GRAVEL with SILT and SAND Brown/gray, dense, some cobbles. Bottom of borehole at 10.0 feet. NOTES GROUND ELEVATION 100 ft LOGGED BY W.R. DRILLING METHOD Solid Stem Auger DRILLING CONTRACTOR Rimrock Engineering, Inc. GROUND WATER LEVELS: CHECKED BY M.G. DATE STARTED 6/14/22 COMPLETED 6/14/22 AT TIME OF DRILLING 10.00 ft / Elev 90.00 ft AT END OF DRILLING AFTER DRILLING HOLE SIZE 5 inches SAMPLE TYPE NUMBER RECOVERY % (RQD) BLOW COUNTS (N VALUE) DRY UNIT WT. (pcf) MOISTURE CONTENT LIQUID LIMIT PLASTIC LIMIT FINES CONTENT ATTERBERG LIMITS GRAPHIC LOG DEPTH (ft) 0 5 10 MATERIAL DESCRIPTION POCKET PEN. (tsf) PLASTICITY INDEX PAGE 1 OF 1 BORING NUMBER B-7 CLIENT Meadowlark Ranch PROJECT NUMBER G22108 PROJECT NAME Meadowlark Ranch Phase V Streets PROJECT LOCATION Belgrade, MT GEOTECH BH COLUMNS - GINT STD US LAB.GDT - 7/6/22 15:02 - G:\PROJECTS\2022\G22108.GPJ Rimrock Engineering, Inc. ---PAGE BREAK--- CLIENT Meadowlark Ranch PROJECT NUMBER G22108 PROJECT NAME Meadowlark Ranch Phase V Streets PROJECT LOCATION Belgrade, MT ABBREVIATIONS TV PID UC ppm - - - - TORVANE PHOTOIONIZATION DETECTOR UNCONFINED COMPRESSION PARTS PER MILLION LIQUID LIMIT PLASTIC INDEX MOISTURE CONTENT DRY DENSITY (PCF) NON PLASTIC PERCENT PASSING NO. 200 SIEVE POCKET PENETROMETER (TSF) LL PI W DD NP -200 PP - - - - - - - Auger Cuttings Standard Penetration Test SAMPLER SYMBOLS LITHOLOGIC SYMBOLS (Unified Soil Classification System) CL: USCS Low Plasticity Clay GP-GM: USCS Poorly-graded Gravel with Silt SM: USCS Silty Sand TOPSOIL: Topsoil WELL CONSTRUCTION SYMBOLS KEY TO SYMBOLS Water Level at Time Drilling, or as Shown Water Level After 24 Hours, or as Shown Water Level at End of Drilling, or as Shown KEY TO SYMBOLS - GINT STD US LAB.GDT - 7/6/22 15:02 - G:\PROJECTS\2022\G22108.GPJ Rimrock Engineering, Inc. ---PAGE BREAK--- APPENDIX B Laboratory Test Results ---PAGE BREAK--- 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.001 0.01 0.1 1 10 100 PI Cc NP NP 21 NP NP 38 Cu LL PL 57.13 0.67 NP NP 17 GRAIN SIZE DISTRIBUTION COBBLES GRAVEL 30.2 6.6 74.9 2 37.5 9.5 SAND GRAIN SIZE IN MILLIMETERS coarse fine SILTY SAND(SM) POORLY GRADED GRAVEL with SILT and SAND(GP-GM) LEAN CLAY with SAND(CL) Classification D100 D60 D30 D10 %Gravel 0.209 9.727 B-1 B-1 B-2 coarse SILT OR CLAY fine medium 4.5 9.5 0.0 %Sand %Silt %Clay 1.051 0.17 0.0 54.8 0.5 69.8 38.6 24.6 BOREHOLE DEPTH BOREHOLE DEPTH 3 100 B-1 B-1 B-2 2 4 16 30 1 200 6 10 50 1/2 HYDROMETER U.S. SIEVE OPENING IN INCHES U.S. SIEVE NUMBERS 140 3 4 20 40 6 60 1.5 8 14 3/4 3/8 4.5 9.5 0.0 PERCENT FINER BY WEIGHT CLIENT Meadowlark Ranch PROJECT NUMBER G22108 PROJECT NAME Meadowlark Ranch Phase V Streets PROJECT LOCATION Belgrade, MT GRAIN SIZE - GINT STD US LAB.GDT - 7/6/22 11:16 - G:\PROJECTS\2022\G22108.GPJ Rimrock Engineering, Inc. ---PAGE BREAK--- 0 10 20 30 40 50 60 0 20 40 60 80 100 B-1 B-1 B-2 ML CL MH CH 30 7 75 CL-ML P L A S T I C I T Y I N D E X LIQUID LIMIT Fines Classification NP NP 38 NP NP 21 SILTY SAND(SM) POORLY GRADED GRAVEL with SILT and SAND(GP-GM) LEAN CLAY with SAND(CL) LL PL PI NP NP 17 ATTERBERG LIMITS' RESULTS 4.5 9.5 0.0 BOREHOLE DEPTH CLIENT Meadowlark Ranch PROJECT NUMBER G22108 PROJECT NAME Meadowlark Ranch Phase V Streets PROJECT LOCATION Belgrade, MT ATTERBERG LIMITS - GINT STD US LAB.GDT - 7/6/22 11:16 - G:\PROJECTS\2022\G22108.GPJ Rimrock Engineering, Inc. ---PAGE BREAK--- RIMROCK ENGINEERING, INC. Client Name: Project No: Date of Report: Project Name: Sample Location: Project Location: Sample Depth: Sampled By: Classification: Submitted By: Date Sampled: Lean Clay with Sand(CL) Test Method: Visual Classification: ASTM D698 Lean Clay with Sand(CL) 6/14/2022 103.8 18.2 Maximum Density, PCF: Optimum Moisture, MOISTURE-DENSITY RELATIONSHIP Rimrock Engineering, Inc. G22108 7/6/2022 B-1 to B-37 PHYSICAL PROPERTIES OF SOIL/AGGREGATE Meadowlark Ranch Meadowlark Ranch Phase V Streets Belgrade, MT Rimrock Engineering, Inc. 1'-3' 93 94 95 96 97 98 99 100 101 102 103 104 105 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 DRY DENSITY, PCF WATER CONTENT, % LAB CURVE MAXIMUM DENSITY & OPTIMUM MOISTURE ZERO AIR VOIDS RIMROCK ENGINEERING, INC. 5440 Holiday Avenue, Billings, MT 59101. Phone: [PHONE REDACTED] Fax: [PHONE REDACTED] ---PAGE BREAK--- Client Name: Project No: Date of Report: Project Name: Sample Location: Project Location: Sample Depth: Sampled By: Classification: Submitted By: Date Sampled: 6.3 RIMROCK ENGINEERING, INC. B-1 to B-37 Rimrock Engineering, Inc. Meadowlark Ranch Phase V Streets PHYSICAL PROPERTIES OF SOIL/AGGREGATE Meadowlark Ranch G22108 7/6/2022 Lean Clay with Sand(CL) Belgrade, MT 1'-3' Rimrock Engineering, Inc. 6/14/2022 CALIFORNIA BEARING RATIO % CBR @ 0.1" 0 20 40 60 80 100 120 0.000 0.100 0.200 0.300 0.400 0.500 Load, psi Penetration, Inches LABORATORY BEARING RATIO (CBR) ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- FC1-1 63 61 60 58 57 56 55 54 53 52.9 52.1 51 49 47 46 45 43 41 40 39 38 37 36 35 34 33 32 31 30 29 28 FC 1 HC-UP 213 212 211 HC-DN 210 208 206 204 203 202 HY AL I TE CRE EK SPLIT 1 1 in Horiz. = 1040.88 ft 1 in Vert. = 371.62 ft LARK LANE CROSSING ORIOLE DRIVE CROSSING N MEADOWLARK RANCH WEST HYALITE OVERFLOW CROSS-SECTIONS ---PAGE BREAK--- 0 100 200 300 400 500 [PHONE REDACTED] 4422 4424 4426 4428 4430 4432 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 0 100 200 300 400 [PHONE REDACTED] 4422 4424 4426 4428 4430 4432 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 0 100 200 300 400 [PHONE REDACTED] 4420 4422 4424 4426 4428 4430 4432 4434 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 0 100 200 300 400 [PHONE REDACTED] 4420 4422 4424 4426 4428 4430 4432 4434 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 0 100 200 300 400 [PHONE REDACTED] 4420 4422 4424 4426 4428 4430 4432 4434 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 0 100 200 300 400 500 [PHONE REDACTED] 4420 4422 4424 4426 4428 4430 4432 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 1 Station 63 Station 62 Station 61 Station 60 Station 59 Station 58 ---PAGE BREAK--- 0 100 200 300 400 500 [PHONE REDACTED] 4420 4422 4424 4426 4428 4430 4432 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 0 100 200 300 400 [PHONE REDACTED] 4418 4420 4422 4424 4426 4428 4430 4432 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 0 100 200 300 [PHONE REDACTED] 4418 4420 4422 4424 4426 4428 4430 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 0 50 100 150 200 250 [PHONE REDACTED] 4416 4418 4420 4422 4424 4426 4428 4430 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 0 100 200 300 [PHONE REDACTED] 4416 4418 4420 4422 4424 4426 4428 4430 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 . 0 5 .05 0 50 100 [PHONE REDACTED] 4416 4418 4420 4422 4424 4426 4428 4430 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 .05 .05 2 Station 57 Station 56 Station 55 Station 54 Station 53 Station 52.9 ---PAGE BREAK--- 0 50 100 [PHONE REDACTED] 4414 4416 4418 4420 4422 4424 4426 4428 4430 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 .05 .05 0 100 200 300 [PHONE REDACTED] 4412 4414 4416 4418 4420 4422 4424 4426 4428 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 .05 .05 0 100 200 300 [PHONE REDACTED] 4416 4418 4420 4422 4424 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 .05 .05 0 100 200 300 400 [PHONE REDACTED] 4414 4416 4418 4420 4422 4424 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 0 100 200 300 400 [PHONE REDACTED] 4412 4413 4414 4415 4416 4417 4418 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 0 100 200 300 400 [PHONE REDACTED] 4410 4411 4412 4413 4414 4415 4416 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 3 Station 52.5 (Culvert Upstream) Station 52.5 (Culvert Station 52.1 Station 52 Station 51 Station 50 ---PAGE BREAK--- 0 100 200 300 400 500 [PHONE REDACTED] 4409 4410 4411 4412 4413 4414 4415 4416 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 .05 .05 0 100 200 300 400 500 [PHONE REDACTED] 4409 4410 4411 4412 4413 4414 4415 4416 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Lark Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 .05 .05 0 100 200 300 400 500 600 [PHONE REDACTED] 4408 4410 4412 4414 4416 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Lark Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 .05 .05 0 100 200 300 400 500 600 [PHONE REDACTED] 4408 4409 4410 4411 4412 4413 4414 4415 4416 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 .05 .05 0 100 200 300 400 500 600 [PHONE REDACTED] 4408 4409 4410 4411 4412 4413 4414 4415 4416 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 0 200 400 [PHONE REDACTED] 4408 4410 4412 4414 4416 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 4 Station 49 Station 48.5 (Culvert Upstream) Station 48.5 (Culvert Station 48 Station 47 Station 46 ---PAGE BREAK--- 0 100 200 300 400 500 600 [PHONE REDACTED] 4408 4410 4412 4414 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 0 100 200 300 400 500 600 [PHONE REDACTED] 4408 4410 4412 4414 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 .05 .05 0 100 200 300 400 500 600 [PHONE REDACTED] 4408 4410 4412 4414 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Oriole Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 .05 .05 0 200 400 [PHONE REDACTED] 4406 4407 4408 4409 4410 4411 4412 4413 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Oriole Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 .05 .05 0 200 400 [PHONE REDACTED] 4406 4407 4408 4409 4410 4411 4412 4413 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 .05 .05 0 200 400 [PHONE REDACTED] 4406 4407 4408 4409 4410 4411 4412 4413 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 5 Station 45 Station 44 Station 43.5 Upstream Station 43.5 Station 43 Station 42 ---PAGE BREAK--- 0 200 400 [PHONE REDACTED] 4405 4406 4407 4408 4409 4410 4411 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 0 100 200 300 400 [PHONE REDACTED] 4404 4405 4406 4407 4408 4409 4410 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 0 200 400 [PHONE REDACTED] 4402 4403 4404 4405 4406 4407 4408 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 . 0 5 .05 0 200 400 [PHONE REDACTED] 4400 4401 4402 4403 4404 4405 4406 4407 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 . 0 5 .05 300 400 500 600 [PHONE REDACTED] 4400 4401 4402 4403 4404 4405 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta . 0 5 .05 .05 200 300 400 500 600 [PHONE REDACTED] 4399 4400 4401 4402 4403 4404 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 .05 .05 6 Station 41 Station 40 Station 39 Station 38 Station 37 Station 36 ---PAGE BREAK--- 300 400 500 600 700 [PHONE REDACTED] 4392 4394 4396 4398 4400 4402 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Ground Bank Sta .05 . 0 5 .05 0 200 400 [PHONE REDACTED] 1200 1400 4393 4394 4395 4396 4397 4398 4399 4400 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 . 0 5 .05 0 200 400 [PHONE REDACTED] 1200 1400 4390 4391 4392 4393 4394 4395 4396 4397 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 . 0 5 .05 0 200 400 [PHONE REDACTED] 1200 1400 1600 4389 4390 4391 4392 4393 4394 4395 4396 4397 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 . 0 5 .05 0 200 400 [PHONE REDACTED] 1200 1400 4386 4388 4390 4392 4394 4396 4398 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 . 0 5 .05 0 200 400 [PHONE REDACTED] 1200 4386 4388 4390 4392 4394 4396 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 . 0 5 .05 7 Station 35 Station 34 Station 33 Station 32 Station 31 Station 30 ---PAGE BREAK--- 0 100 200 300 400 500 600 [PHONE REDACTED] 4386 4387 4388 4389 4390 4391 4392 4393 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Ineff Bank Sta .05 . 0 5 .05 0 200 400 [PHONE REDACTED] 4386 4388 4390 4392 4394 POST_PROJECT Plan: POST_PROJECT 9/26/2022 Station (ft) Elevation (ft) Legend EG Q100 WS Q100 Crit Q100 Ground Bank Sta .05 . 0 5 .05 8 Station 29 Station 28